Similar Projects
Mechanical System Design of Chiller Replacement
Alteration
Design
$400,000 est. value
Durham, NC

RFQ Engineering - Project Management for Chin Page Road Pump Station
Infrastructure
Bidding
$2,000,000 CJ est. value
Durham, NC 27703

RFQ Engineering - Professional Architecture and Engineering Services for Chiller Replacement
Renovation
Bidding
$3,000,000 CJ est. value
Durham, NC 27705

Design - Durham Station Transit Center Improvements
Post-Bid
$13,500,000 est. value
Durham, NC 27701

Design - Durham Station Transit Center Improvements
Post-Bid
$13,500,000 est. value
Durham, NC 27701

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

RFQ Design - Replace Boiler Economizers
Renovation
Pending Verification
$5,000,000 CJ est. value
Durham, NC 27705

RFQ - Inspections Services for Street Maintenance Repairs 2023
Term Contract
Bidding
Durham, NC 27701

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

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

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

Southern Region Facilities Architect-Engineer Multiple Award Contracts
Results
$2,500 to $6,000,000 est. value

Professional Program/Project Management Services
Renovation
Post-Bid
Durham, NC

Small Business South Atlantic Gulf Region 2 IDIQ Multi-Disciplinary Ae Design Services - Request For Qualifications
Results
$1,000,000 to $30,000,000 est. value

Last Updated 03/16/2023 02:03 AM
Project Title

RFQ Design - Correct Bridge Deficiencies

Physical Address View project details and contacts
City, State (County) Durham, NC 27705   (Durham County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2024
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 01/11/23
Owner View project details and contacts
Architect View project details and contacts
Description

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. GENERAL INFORMATION: The Department of Veterans Affairs, Durham North Carolina seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 558-23-100, "Correct Bridge and Garage A Deficiencies" located at 508 Fulton Street, Durham NC 27705. The Durham VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Angela Wilson, Contracting Specialist Email: angela.wilson4@va.gov The NAICS Code for this procurement is 541330, Engineering Services and applicable Small Business Size Standard is $22.5 million annual revenue. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $25,000 and $100,000. The anticipated award date of the construction phase of the project is April 2023. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: SCOPE OF WORK Correct Bridge and Garage A Deficiencies Project Number: 558-23-100 BACKGROUND The VAMC in Durham, NC is located on over 17 acres and has multiple buildings. The campus has a 60' long vehicle bridge to enter Building 23 (Garage A) from the entrance road which has deficiencies discovered in a recent inspection report. SCOPE OF WORK 1. Location of Work: This project location is the bridge from the campus entrance road into Garage A 1st level. Work must be done in a manner to minimize disruption to medical center operations. 2. Codes and Standards: This project will meet but is not limited to the following most recent codes and standards. a. All applicable VA TIL b. All applicable North Carolina Structural Building codes for bridges c. All applicable building codes for parking structures if modifications need to be done to Garage A. 3. Architect-Engineering Services: a. Code Analysis - As part of the design the A/E will provide a detailed code analysis (per applicable codes) and comprehensive review of existing conditions for the pedestrian bridge and issues raised by Attachment A, Bridge Inspection report dated 9-7-21. b. Design Scope - A full design will be created by the A/E based, in part, on the deficiencies found in Attachment A. The A/E will provide a design repairing the deficiencies of the vehicle bridge and Garage A structure. 4. Design: Provide design documents with working drawings, specifications and cost estimate at 30%, 60%, 90%, and 100% design stages a. Design Deliverables: i. Design Report (included in Part I submission): Prior to the initiation of any detailed design, the A/E shall, in conjunction with representatives of the Engineering Department, review documentation, conduct department interviews and tour project areas. Next the A/E will develop various alternatives, which will be presented to the Engineering Department for selection with ROM construction estimates. ii. Part I - 30% Submission: The requirements are working drawings at the 30% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 8 half size set of drawings (22" x 34") on bond paper, 2 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications (.docx and .pdf) on a CDROM. iii. Part II - 60% Submission: The requirements are working drawings at the 60% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 1 full size set of drawings (30"x42") on bond paper, 4 half size set of drawings (22" x 34") on bond paper, 4 copy of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. iv. Part III - 90% Submission: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, and finalized specifications. Submit 1 full size set of drawings (30"x42") on bond paper, 4 half size set of drawings (22" x 34") on bond paper, 4 copy of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings(.pdf and AutoCAD) and specifications on a CD-ROM. v. Part IV - Final 100% Submission: Provide 1 set of drawings (30"x42") on bond paper, 4 sets of half size drawings on bond paper, a set of unbound specifications, and an electronic copy of the drawings(.pdf and AutoCAD) and specifications on a CD-ROM. b. The design deliverables must adhere to the following requirements: i. Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include; Part 1-General, Part 2- Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 1/2 " x 11" bond paper using 12pt Times-New-Roman fonts. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions. ii. Construction Cost Estimates: The A/E shall prepare Construction Cost Estimates in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, overhead, and profit. All cost data shall be taken from the most current version of a recognized industry standard, e.g. Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with 60%, and 100% design reviews and for the final submission. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder. iii. Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification. This submittal register should be submitted to the COR for approval in Microsoft Excel using the CSI 34-division format. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. iv. Narratives: Written narratives shall be used as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission. v. Reproduction: The A/E shall be responsible for all reproduction during design; however, only materials which are submitted to the VA for design reviews shall be reimbursable. All other reproduction for in-house reviews, consultants, etc. shall not be reimbursed. Note that all bid administration activities will be performed by the VA Contracting office. 5. Submission Due Dates: a. Part I - 30% Submission Due: 30 Days from NTP b. VA Review (14 days) 44 Days from NTP c. Part II - 60% Submission Due: (7 days) 51 Days from NTP d. VA Review (14 days) 65 Days from NTP e. Part III - 95% Submission Due: (7 days) 72 Days from NTP f. VA Review (14 days) 86 Days from NTP g. Part IV - Final 100% Documents Due: (7 days) 93 Days from NTP Note: The VA will have 3 weeks to review each submission 30%, 60%, 95% and 100%. 6. Construction - Provide construction period services which shall include submittal review and as-built preparation. a. Bidder Site Visit: Participate and facilitate this site visit in conjunction with the Contracting Officer and COR, contractors, and representatives of the Building Committee as needed. At this meeting, potential contractors will walk the site limits to discuss the scope of work. The AE shall also be required to evaluate RFI's resulting from the Bidder Site Visit, in order to clarify project requirements. b. Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer and COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a construction schedule submitted within 14 calendar days from the Notice to Proceed. c. Submittal Review and Logs: Designer shall prepare and maintain a log of key submittals and of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 10 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. d. Response to RFI's: The A/E shall be responsible for evaluating RFI's to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 48 hours, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFI's which result in a change to contract cost. e. Construction Change Orders: Designer shall prepare the Statement of Work and Cost estimates (returned within 10 calendar days) as needed. f. Monthly Site Inspections: Designer shall meet monthly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. g. Monthly Progress Meetings: In conjunction with the monthly site inspection, the designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Minutes of this meeting shall be issued within 3 working days of the meeting. h. Project Close Out: Designer shall receive notice of intent for final inspection from the COR, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 calendar days to complete the punch list, and notify the designer for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. i. Record Drawing Submission: Provide 2 updated sets of drawings (30"x42") on bond marked as "As-built Drawings" that include the contractor's mark-ups and also an electronic copy of these updated drawings on CD in DWG and PDF formats. 7. Contractor Evaluation Standards: a. General: i. Contractor shall meet the requirement of having (5) years of experience with working on similar projects, specifically bridge renovation/repair of similar size. ii. They have a respectable history of door installation and maintenance locations. iii. Offeror will provide a written narrative demonstrating their understanding of, and knowledge of the performance work statement, objectives, and work requirements. Vendor shall provide documentation with RFQ. iv. Special experience - The vendor shall provide examples of successfully fulfilled projects or contracts that meet this requirement with their RFQ. b. Structural/Bridge Engineer - The contracting firm shall have a full-time staff whose prime enterprise is in the field of Structural (bridge) engineering. The contracting firm should have a fully operations and fully staffed office within 200 miles of Durham, NC. The contracting firm must provide personnel who meets the experience requirement below for bridge engineering. i. Qualified structural/bridge engineers shall investigate and design the required solutions to solve the bridge's deficencies. The contractor must employ a full-time team of at least one qualified structural engineers. The engineer shall possess a BS or MS in Structural Engineering with at least four consecutive years of experience, in bridge engineering work, within the past six (6) years. Proposed personnel shall demonstrate that they have been involved in bridge design/renovation/repair work. ii. The Structural Engineer shall have experience in submittal review, construction inspection, acceptance testing and commissioning systems. iii. The Structural Engineer shall demonstrate a thorough working knowledge and formal training in bridge codes and standards, especially the latest edition of VA specifications and the International Building Code. 8. Construction Amount: The project is to be designed within an estimated base construction cost of less than $900,000.00. If the base bid cost exceeds budget, the A/E shall redesign or take steps necessary to reduce cost, so the budget limitations are not exceeded. 9. Storage: No storage of any material will be allowed on VA property unless approved by the COR. Payment of stored materials is not permitted. All pay applications will be paid based on competed installations. 10. Period of Performance: Vendor shall complete this project NLT than 93 days after issue of notice to proceed (NTP). 11. Hours of Operation: a. Services shall be performed during VA working 1st shift. b. For working outside the above-mentioned shifts, the vendor shall give 3-day notice to the Contracting Officer so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later. 12. Utility and System or Service Outages: No utility service such as water, gas, steam sewers or electricity, parking, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director's prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 4 weeks in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption 13. Warranty: The Contractor agrees to supply parts which are warranted by the manufacturer to be free from defects in materials and workmanship for one year from the date of installation. In certain cases, parts may become obsolete and replacement parts can only be purchased through after-market suppliers that do not provide a year warranty. In certain cases, the Contractor will extend the same warranty to the Durham VA Medical Center as supplied by the after-market supplier to the contractor. Warranty shall be limited to the replacement of the part(s) found to be defective. 14. Safety and Regulations: a. Contractor will be responsible to have technicians trained to meet Durham VA Medical Center specifications. Contractor will also be responsible to work with Durham VA Health Care System, Engineering Department on Safety and Infection Control standards. Contractor will always keep all tools and parts in a safe manner and under control. Contractor will meet all OSHA standards for Employee safety. b. The contractor shall not be allotted any parking permits for onsite parking. If work is needed to be performed outside of normal working hours, the contractor shall be responsible to checking in with the VA Police to request permission to park on site as designated by the VA Police. 15. General Requirements a. All work shall be in accordance with the VA master specification (01 00 00). b. Vendor shall meet the requirements for quality control construction projects per spec section 01 45 00. c. All safety requirements from spec 01 35 26 must be met. d. The vendor's employees shall not enter the work site without appropriate badges issue through the safety office. They may also be subject to inspection of their personal effects when entering or leaving the project site. e. Execute work to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor's personnel, except as permitted by COR where required by limited working space. f. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads per NFPA 101 and VA requirements. Minimize disruptions and coordinate with COR. g. All buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. h. Competent, experienced, licensed or certified workers shall perform crafts requiring specialized skills. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to the VA master specifications (01 00 00). All equipment and installation shall conform to all applicable requirements of ASHREA, National Fire Protection Association (NFPA), plumbing and mechanical codes, and National Electrical Code (NEC). No departures from specification requirements will be permitted without written approval. The contractor shall use good safety practices while working. All hardware shall be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to OSHA, NEMA, ABA and ANSI Standards and conform to the Standard Building Code and the Standard Mechanical Code. All installations for the Durham VAMC shall conform to all applicable VARR and FAR. i. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Manager at least 24 hours in advance. j. New work shall be installed and connected to existing work neatly, safely and professionally. Any portion of the VAMC that is disturbed or damaged shall be replaced or repaired to its prior conditions. k. The contractor is required to notify the COR upon arrival and departure of personnel at the work site every day work is performed during the execution of this project. 16. Government Supplied: a. The facility record drawings and AutoCAD files are available for the AE's use. NOTE: Not all record drawings are available on AutoCAD. Additionally, it is emphasized that the accuracy of facility record drawings must be field verified by the AE. Prints of any current as-built drawings shall be made available to the AE during any of his site visits if requested. The VA Engineering Department drawing files, large size copier and paper will be made available for use by the AE for this purpose. b. The project design shall be completed in accordance with this AE scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The AE shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.va.gov/facmgt/standard). These documents and all national, state and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes: i. VHA Program Guide PG-18-3 ii. VA Master Construction Specifications iii. VA Design Manuals iv. National Electric Code v. PG-18-13 Barrier Free Design Handbook vi. Life Safety Codes vii. Electrical Design Manual viii. Government-furnished Record Drawings (AE to field verify conditions) ix. PG-18-15 AE Submission Requirements. 17. Required Training a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: i. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix D relating to VA information and information systems. ii. Successfully complete the appropriate VA privacy training and annually complete required privacy training. b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Compliance Awareness Training shall be provided to the vendor prior to allowing access to the Durham VA Healthcare System. This may be accomplished through briefing the contractor of their "Duty to Report" any fraud, waste and abuse witnessed while on VA premises to the Compliance Officer d. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. 18. Project Area Prepared by Scott Tenhoff Scott.Tenhoff@va.gov 919.286.0411 x176445 November 14, 2022 END OF STATEMENT OF WORK ESTIMATED START AND COMPLETION DATES: The Government has determined that based on the scope of the project, the location of the work to be performed, and phasing requirements, a performance period of 93 calendar days after the issuance of the Notice to Proceed (NTP) is sufficient. A/E 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, SF330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, Contracting Officer knowledge of current project performance, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA (EXAMPLE): Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state license board. (2) Specialized experience and technical competence in the type of work required, including but not limited to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects). (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance will be evaluated on recent and relevant contracts with government agencies Recent is defined as performance occurring within 5 years of the date of this notice, except that ongoing project must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. (4) Capacity: This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firm's office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. (5) Location in general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF330 submittal should show your knowledge of the locality of the project.). Eligible prime contractor firms must have a main and/or branch office geographically located within the 500-mile driving distance. (6) Construction Period Services experience: Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) The extent to which potential contractors identify and commit to the use of service-disabled Veteranowned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF330, including Parts I and II, and attachments (if any) electronically to angela.wilson4@va.gov no later than 3:00 p.m. Eastern Daylight Time on March 31, 2023. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. The SF330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number, project title, and firm's name (abbreviated or shortened is okay). Email capacity is limited to seven to ten megabytes (MB's). When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n. Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror's responsibility to check the Contract Opportunities website at: SAM.gov | Home for any revisions to this announcement prior to submission of SF330s. The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 Parts I and II (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI) (7) Tax ID number (8) A copy of the firms VetBiz Registry (9) The E mail address and Phone number of the Primary Point of Contact. REQUESTS FOR INFORMATION: All RFIs shall be submitted to angela.wilson4@va.gov . Request SF330 for Contract Opportunity 36C24623Q0592 Correct Bridge Deficiencies at VA Medical Durham North Carolina 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

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