Similar Projects
FY23 Renovation And Repair - Buncombe County
Renovation
Conception
$4,010,000 est. value
Asheville, NC 28801

PACE Center Expansion
Renovation, Addition - 6,735 SF
Design
$1,750,000 est. value
Asheville, NC 28803

Walk In Cooler
Renovation
Design
$250,000 CJ est. value
Asheville, NC 28805

North Carolina MATOC for General and Design/Build Construction
Term Contract
Post-Bid
$250,000,000 CJ est. value
Apex, NC 27523

North Carolina MATOC for General and Design/Build Construction
Term Contract
Post-Bid
$250,000,000 CJ est. value
Apex, NC 27523

B4504 Repair Damaged Magazine
Renovation
Results
$25,000 to $100,000 est. value
Cherry Point, NC 28533

DHHS/ Black Mountain Neuro-Medical Treatment Center - Bathroom Upgrades to G3 and R3
Renovation
Results
$472,000 est. value
Black Mountain, NC 28711

Y--Renovate and Expand OR Asheville NC Proj No. 637-315
Renovation, Addition - 13,000 SF
Construction
$10,000,000 to $20,000,000 est. value
Asheville, NC 28805

BUDGET HCA Care Partners Refresh
Renovation
Pending Verification
Asheville, NC 28803

Heart and Vascular Care Technologies - Expansion
Renovation, Addition - 193,000 SF
Pending Verification
Greensboro, NC 27401

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

DHHS Black Mountain Neuro Medical Treatment Center Gravely Building Renovation
Renovation
Results
$17,320,000 CJ est. value
Black Mountain, NC 28711

AdventHealth New Asheville Campus
New Construction, Infrastructure
Pending Verification
$328,729,394 CJ est. value
Asheville, NC 28715

Hurricane Rebuild USCG Fort Macon
Renovation
Post-Bid
Atlantic Beach, NC 28512

Novant Health Brunswick Medical Center Expansion
Addition, Demolition, Renovation, Infrastructure
Pending Verification
$5,000,000 CJ est. value
Bolivia, NC 28422

Last Updated 06/27/2023 07:07 AM
Project Title

RFQ Contractor- C1DA--VISN 6 Master Planning

Physical Address View project details and contacts
City, State (County) Durham, NC 27701   (Durham County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected September 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330 (SF 330), Architect-Engineer Qualifications only. A/E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. The NAICS Code for this acquisition is 541310, Architectural Services, and the applicable Small Business Size Standard is $12.5 million annual revenue. During performance, the selected A/E firm will be required to attend meetings in person and on site at the Durham VA Medical Center, Durham, North Carolina. Interested parties shall ensure current licensing to provide real property design services ( Architect Services ) in accordance with the State regulations of which the firm s assigned office is located, and shall have a current registration in: (1.) the System for Award Management (SAM) database at https://www.sam.gov, (2.) and the SBA VetCert database at https://veterans.certify.sba.gov/, if applicable, and (3.) have submitted the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more). Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration. PROJECT INFORMATION: VISN 6 Master Plan Network Contracting Office 6 508 Fulton Street Durham, NC 27705 PROJECT SCOPE: The Contractor shall be responsible for the development of a Facility Master Plan for the VA Mid-Atlantic Health Care Network (VISN 6) Medical Centers, including their leased properties as outlined below. The Master Plan will cover a five thru ten-year planning time horizon. The facility master plan development is expected to be collaborative in nature, with the contractor developing an understanding of the VA wide organizational culture and priorities along with the VISN and local facility goals and priorities. Contractor shall perform an overall analysis of the facility s mission and delivery of patient care, ancillary, diagnostic, research, and support services. The contractor shall identify key service lines, including interaction and adjacency of relevant programs, both internal and external to the facility. The contractor shall analyze the allotment and configuration of existing space and acreage and recommend changes to meet the facility s strategic planning goals, including facilitation of both patient care and support operations. The contractor shall identify specific capital initiatives such as construction projects and or leases required to implement these changes to include the development of a realistic timeline, order of magnitude cost estimates, and detailed description and statement of work. This analysis should be performed with the involvement of key VISN6 and facility staff. The contractor shall analyze and integrate input and direction provided by facility and network level Strategic/Capital Asset Plans, medical center staff input, data on veteran population, workload demand and projection forecasts located in the VA s Pyramid website, Veterans Support Service Center (VSSC) Space Calculations, FCA, and site-specific community and stakeholder issues. SDVOSB SET-ASIDE: This request for A/E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR clause 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). LIMITATIONS ON SUBCONTRACTING: In accordance with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and 13 CFR 125.6, a service disabled veteran-owned small business concern (SDVOSB) agrees that, in the performance of the contract, it will not pay more than 50% of the amount paid by the Government to it, to firms that are not similarly situated. Firms that are similarly situated are those that are also CVE-registered SDVOSBs. SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. SELECTION CRITERIA: The submitted SF 330s shall be a maximum of 50 total pages. All necessary information to meet the (8) eight criterions shall be contained within those 50 pages. The submitted SF 330s will be evaluated in accordance with the following (8) eight criteria from the Federal Acquisition Regulation (FAR) 36.602-1. 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 the most important and listed in descending order of importance. Criteria (5) and Criteria (6) are of significantly less importance than (1) through (4), but the associated value of 1 through 4 are in a declining value and order of importance. Criterion (1) is the highest with Criterion (5) and (6) being the lowest. CRITERIA 1: Professional qualifications necessary for satisfactory performance of required services; Key personnel shall, at a minimum, include the project managers and designers of record who would be assigned to perform the work. (See SF 330 Part I Sections E, F, and G, but not excluding other information provided on the SF 330 and supporting documentation.) 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. CRITERIA 2: Specialized experience and technical competence in the type of work required; specifically, the successful firm shall demonstrate experience in utilizing actuarial data and statistical projections to plan for future states in local and regional healthcare facilities. Such planning should include population and programmatic-level projections as well as the buildings and structures necessary to support such changes. (See SF 330 Part I Sections E, F, and G, but not excluding other information provided on the SF 330 and supporting documentation.) Submission requirements: Provide up to five (5) projects completed or substantially completed within the past ten (10) 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 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, and 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 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. Additionally, Firms are required to return and submit the Attachment B titled Criterion 2 Format, which will clearly demonstrate specific experiences and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Specifically list similar scoped projects covering the previous 10 years and clearly show participation. (See SF 330 Part I Section G, but not excluding other information provided on the SF 330 and supporting documentation.) 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 2 should be submitted in Part 1, Section F of the SF 330. The Government WILL NOT consider information submitted in addition to Part 2, Section F in evaluating Criterion 2. CRITERIA 3: Capacity to accomplish the work in the required time. Respond as follows, as an addendum to the SF 330: Provide a list of current projects with a design fee of greater than $20,000 currently being designed in the firm s office. Indicate the availability of the proposed project team (including sub-consultants) for the specified contract performance period in terms of: (1.) both the average and maximum number of projects being worked simultaneously for the previous twelve (12) month period, for each key personnel member, (2.) the number of projects currently being worked by each key personnel member identified in the SF 330, and (3.) the number of projects that could be added to workload, given size and complexity. CRITERIA 4: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (three (3) references required). Respond as follows, as an addendum to the SF 330: i. Submit no less than three (3) and no more than five (5) past performance references for recent and relevant projects identified on SF 330 Part I Section F. Any of the following evaluations are acceptable: (1.) A/E Contractor Appraisal Support System (ACASS), (2.) Contractor Performance Assessment Report System (CPARS), or (3.) Past Performance Questionnaire (PPQ) evaluation. The required PPQ template is provided as an attachment to this announcement. A/Es should follow-up with references to ensure timely submittal of PPQ s, if used. Completed PPQs shall be submitted ONLY by the company/agency providing the reference, directly to the Contracting Officer, prior to the due date. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF 330 package, in lieu of completing the PPQ. ii. Project Recency: A project will be considered recent only if performance was completed within five (5) years of the date of issuance of this public announcement. Ongoing projects will not be considered as no accurate performance record can exist for work not yet completed. iii. Project Relevance: The past performance references must be similar in scope to the planning project described in the attached Statement of Work. CRITERIA 5: Location in the general geographical area of the project and knowledge of the locality of the project. CRITERIA 6: Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (See SF 330 Part I Section G, but not excluding other information provided on the SF 330 and supporting documentation.) CRITERIA 7: Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (i.e., no negative CPARS or other evaluations on record for work with the Government). (See SF 330 Part I Sections E, F, and G, but not excluding other information provided on the SF 330 and supporting documentation, or otherwise identified in Federal and/or State Government databases.) CRITERIA 8: Record of significant claims against the firm because of improper or incomplete architectural and engineering services. DUE DATE FOR SF 330 QUALIFICATIONS SUBMISSIONS: Firms that meet the requirements listed in this announcement are invited to electronically submit the completed Standard Form (SF) 330 (Parts I and II) packages to samantha.cahill@va.gov no later than 10:00 AM EDT, Monday, 17 July 2023. Submissions should be encrypted and may require multiple emails. The single email limit for file attachments is 10MB per email. Late proposal rules found in FAR 15.208 will be followed for late submittals. Acknowledgement of receipt will be provided, which will include the number of emails and number of attachments received. All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C24623R0066. The SF 330 form may be downloaded from https://www.gsa.gov/reference/forms. Completed SF 330s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Interested firms shall address each of the eight (8) Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330, Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. EVALUATION METHOD: Identification of the most highly qualified firms will occur by using the following rating methodology and the above selection criteria. The number of firms identified by the evaluation board as the most highly qualified will be determined based on the responses received. Where three (3) or more responses are received from qualified firms, a minimum of three (3) firms will be identified as the most highly qualified. If less than three (3) responses are received, then only those firms that are qualified will be considered, or the requirement may be re-advertised. SF 330 packages rated as marginal or unacceptable (see below) for any one criteria, or more than one criteria, may be removed from consideration as that firm may not represent a qualified firm for the purposes of this procurement. The excluded firm(s) will not be counted towards the tally of three (3) responses, or three (3) qualified firms, described above.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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