Similar Projects
C1DA--VISN 21 Master Planning/Study A/E IDIQ
New Construction, Term Contract
Design
$50,000,000 to $100,000,000 est. value

RFQ - A/E On-Call Environmental Generalist Services, District 4
Term Contract
Bidding
$19,500,000 CJ est. value
Sacramento, CA 95814

RFP - Professional Services for Stormwater Pump Station Operations and Maintenance
Term Contract
Bidding
Rancho Cordova, CA 95670

Engineering, Planning and Development
Post-Bid

Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineer Services for Geotechnical Engineering Services at Various Government Installations Primarily In The NAVFAC-South
Term Contract
Post-Bid
$2,000 to $15,000,000 est. value

Franklin Boulevard Complete Street PS and E and Row
Infrastructure
Results
Sacramento, CA

Engineering Services for Fruitridge Road Improvements PA ED and PS and E
Infrastructure
Results
Sacramento, CA 95811

RFQ - Comprehensive Long-Term Environmental Action navy (C.L.E.A.N.) V Indefinite Delivery/Indefinite Quantity contract for Architect-Engineer (A-E) services
Term Contract
Post-Bid
$240,000,000 CJ est. value
San Diego, CA 92132

Engineering Services for HSIP-9 Valley HI and LA Mancha Safety Project
Infrastructure
Results
Sacramento, CA

A and E On-Call Structures Design and Project Development and Structure Construction Support Services
Infrastructure
Post-Bid
$4,000,000 to $6,500,000 est. value

Safe Routes to School Consulting Services
Infrastructure
Results
Sacramento, CA 95864

Bridge and Roadway On-Call Engineering Services
Term Contract, Infrastructure
Post-Bid
Sacramento, CA

Architectural and Engineering Landscape Architecture Professional Services for Projects in the California State Park System
New Construction, Infrastructure
Results
$50,000 to $100,000,000 est. value
Sacramento, CA

Dam Safety Engineering Services-North
Alteration
Post-Bid
$30,000,000 to $40,000,000 est. value

Construction Management / Project Manager
Term Contract
Results
Less than $20,000,000 est. value
Fresno, Pleasant Hill, Rancho Cordova, San Francisco, CA - Honolulu, HI - North Las Vegas, Reno, NV 95655

Last Updated 09/21/2022 04:05 AM
Project Title

RFQ Design - Replace and Upgrade Boiler Plant Chilled and Hot Water Units

Physical Address View project details and contacts
City, State (County) Rancho Cordova, CA 95655   (Sacramento County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $200,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Department of Veterans Affairs VA Northern California Health Care System, CA (VANCHCS) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 612A4-22-006, Design Replace and Upgrade Boiler Plant Chilled and Hot Water Units. The project will be located at VANCHCS Mather Campus, 10535 Hospital Way, Mather, California 95655. This design effort shall primarily consist of preparing complete construction documents (CD s) for the consolidation of existing steam boilers and hot water boilers into a central steam boiler plant. Included in the scope of work is the demolition of existing eight (8) steam boilers, four (4) hot water boilers and the replacement of the domestic hot water system. A/E firm shall provide comprehensive analysis of the current space, function, workflow, and other design development requirements as outlined in this SOW document. The A/E is also required to plan for all equipment relocation and new equipment to be installed at the temporary space and within the newly renovated space. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Protection, Construction Cost Estimating, Signage/Wayfinding, Landscaping and Geotechnical. This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veterans Information Page (VIP) as a verified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. SF-330s will be evaluated on the following: (1) Past Experience of the prime and proposed consultant firms, and their proposed designers. (2) Specialized Experience and Technical Competence. (3) Capacity to accomplish the work in the required time and ability to adhere to schedules. (4) Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules during design and construction phases. (5) Geographical location and knowledge of the locality of the project. Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 1:00 pm PT September 30, 2022, via email to Denise R. Groves, at denise.groves@va.gov. Questions and/or requests for information (RFI) regarding the solicitation and project shall be directed, in writing, to Denise R. Groves via E-mail at denise.groves@va.gov. Questions/RFIs will be accepted until 4:00 pm PDT September 16, 2022. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation. The method of contractor selection has not been determined at this time.

Details

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