Similar Projects
RFP Engineering - Hudson River Waterfront Gateway Improvements
Infrastructure
Bidding
$400,000 CJ est. value
Albany, NY 12210

RFP Engineering - Brevator Street Reconstruction Project
Infrastructure
Bidding
$2,000,000 CJ est. value
Albany, NY 12203

Design and Construction Inspection Services for CR157 (New Karner Road) Highway Improvement Project
Infrastructure
Post-Bid
Albany, NY 12243

Unrestricted Architect-Engineering Airfield Paving Design MATOC
Term Contract
Post-Bid
Less than $30,000,000 est. value

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

RFP - Architecture and Engineering Term Agreement
Term Contract
Bidding
Albany, NY 12222

Livingston Avenue Bridge Subsurface Borings
Infrastructure
Post-Bid

National Guard Bureau, Region 2, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects
Results
$75,000 to $40,000,000 est. value

RFP - Capital Improvement Plan Study
Term Contract
Bidding
Albany, NY 12210

Engineering/Architectural Services
Term Contract
Post-Bid
Albany, NY

NGB Fire Protection - National Architect and Engineering Indefinite Delivery Indefinite Quantity Contract
Results
$70,000 to $10,000,000 est. value
Washington, DC

RFQ - Contract for Downstate Professional Architectural Preservation Design Services
Term Contract
Bidding
Albany, NY 12210

Architect-Engineer - Air Field Pavement Design MATOC
New Construction, Term Contract
Post-Bid

Multimedia Environmental Compliance Engineering Support for Navy, Marine Corps, and other DOD Installations, and Federal Agencies
Results
Norfolk, VA

Last Updated 03/10/2023 02:12 AM
Project Title

Renovate 3-4-6 Core and Wing 3A Common Areas

Physical Address View project details and contacts
City, State (County) Albany, NY 12208   (Albany County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $184,802 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Mar 09, 2023 Contract Award Number: 36C24223C0055 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: ZZX5JLW1XFD9 Contractor Awarded Name: FELLENZER ENGINEERING LLP Contractor Awarded Address: MIDDLETOWN, NY 10940 Base and All Options Value (Total Contract Value): $184,802.00 This is a Sources Sought Notice for Architect-Engineering services to be performed at the Stratton VA Medical Center, 113 Holland Ave, Albany, NY 12208. The magnitude of construction for the above referenced project is between $1,000,000.00 and $5,000,000.00. Set-Aside: This requirement is 100% set-aside to Service Disabled Veteran Owned Small Business (SDVOSB) firms. The NAICS code for this procurement is 541330 Engineering Services; the small business standard is $16.5M. SDVOSBs shall be verified in: www.vetbiz.gov at time of evaluation, any subsequent RFP and prior to award. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, "Architect-Engineer Qualifications." The Stratton VA Medical Center, Albany, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) for Architect and Engineering (A/E) Services for the design of a project titled: Design Renovate 3-4-6 Core and Wing 3A Common Areas. SDVOSB Firms with an SF330 on file within the past twelve (12) months are being considered. If you believe you have a relevant SF330 on file and would like to be considered for this requirement please notify Les Griffith expressing your interest in being considered or send an updated SF330. Area of Consideration The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 300-mile radius of the Stratton VA Medical Center in Albany, NY as indicated by a mapquest.com driving directions search from the prime designer's main or satellite office address to the project site. Written questions pertaining to this requirement should be submitted no later than July 25, 2022 at 2:00 PM EST. Interested firms shall submit their current SF-330, Parts I and II, to Lester.Griffith@va.gov. The SF-330s are due no later than August 01, 2022 at 2:00 PM EST. SCOPE OF WORK The project includes design and construction period services for the demolition and renovation of several areas in the Albany VAMC main hospital: 3rd Floor Corridors/Common Areas, est. 6500 SF, section of 4th floor Core and 6th floor Core totaling approximately 3,100 square feet. The goal of the project is to upgrade the 3rd floor spaces, to relocate Music Therapy; and transform the 4 Core space into a shared support function for the Community Living Center residential ward on that floor in keeping with the Small House design concept. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4), but are equal value among themselves; Specific evaluation criteria include: 1. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. Capacity to accomplish the work in the required time. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 6. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Criterion 1 - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: o Experience with Architectural Design and Space Planning within a Health Care Setting Extra points for VAMC design, existing-facility renovation, tight-space, tight time frame design, phased planning. o Experience with Structural Design within a Health Care Setting Extra points for VAMC design, seismic protections, existing-facility renovation o Mechanical, Electrical, Fire Protection, and Plumbing evaluation and design within a Health Care Setting. Extra points for VAMC design, existing-facility renovation, phased planning o Experience with Construction Administration within a Health Care Setting Extra points for VAMC, existing-facility renovation, complex phasing Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project's square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 "Firms from Section C Involved in this Project," block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines - Architecture, Structural, Mechanical, Electrical/Telecommunications/Patient Safety, Plumbing, Control System, and Fire Protection Engineering. Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Criterion 3 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm's ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm's capacity to accomplish multiple projects simultaneously. Criterion 4 - Past Performance - Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Nicholas Winne via email at Nicholas.Winne@va.gov prior to the response date. Criterion 5 - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Criterion 6 - The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 300 mile radius of the Stratton VA Medical Center as measured on google maps using the "measure distance" feature from the prime designers address listed in Vetbiz to the Stratton VA Medical Center at 113 Holland Ave, Albany, NY 12208. Firms shall have knowledge of the locality of the project and local market conditions. Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants' offices and demonstrate how this will be advantageous to the Government. Evaluation Scoring Evaluation factors 1, 2, 3, 5, and 6 will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm's proposal demonstrates a misunderstanding of the requirement and the approach fails to meet performance standards. The firm's proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below will be used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror's past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror's past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror's recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror's recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror's past performance that they can satisfy the requirements of the contract. SELECTION INTERVIEW: Interviews will be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. GENERAL INFORMATION: All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. Coordinate all work through the Contracting Officer's Representative (COR) in the Facilities Management Service. The A-E will provide documents at each submission as indicated in the statement of work. Requirement for Electronic Submission Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below. The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access. Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information. Print or scan images of spreadsheets are not acceptable. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD 2017 and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files). Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. Other electronic format. If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. Please note that we can no longer accept .zip files due to increasing security concerns. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

3 Stories Above Grade, 9,600 SF.
Division 01 - General Requirements.
Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties.
Division 11 - Equipment.
Division 13 - Special Construction.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 25 - Integrated Automation.
Division 26 - Electrical.
Division 27 - Communications.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents