Similar Projects
RFP Design - Chelsea High School HVAC
Renovation
Bidding
$100,000 CJ est. value
Chelsea, MA 02150

RFQ Design - Building Envelope Repairs at China Trade
Renovation
Bidding
$500,000 CJ est. value
Boston, MA 02116

Engineering, Planning and Development
Post-Bid

Architect-Engineering (AE) Indefinite Delivery Contract (IDC) in Support of the Defense Health Agency (DHA) and Component Medical Commands
Post-Bid
Less than $45,000,000 est. value
Washington, DC

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

USCG Ocean Architect/Engineering IDIQ MATOC
Results
$3,500 to $2,500,000 est. value

RFP Design - Conservatory Lab Charter School - Conservatory Lab Renovation and Addition
Addition, Demolition, Renovation, Infrastructure
Bidding
$15,000,000 CJ est. value
Boston, MA 02125

Model School Program
Post-Bid
Boston, MA

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

C1JZ--National Region AE IDIQ
Post-Bid
$20,000,000 est. value

Nationwide Architect and Engineering IDIQ - Small Business Pool
Results
Less than $10,000,000 est. value

Landscape Architecture and Land Planning Firms
Post-Bid
Boston, MA

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

C1da--523A4-19-203 Abate Asbestos Hazards In Crawl Space
Renovation
Post-Bid
Boston, West Roxbury, MA 02132

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

Last Updated 09/07/2022 11:42 AM
Project Title

RFQ Design - Repair Parking Deck and Structural Systems

Physical Address View project details and contacts
City, State (County) Boston, MA 02130   (Suffolk County)
Category(s) Professional Services
Sub-Category(s) Architectural
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $11,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) NAICS Code: 541310 Architectural Services (Small Business size standard $11 million dollars) A. INTRODUCTION: The VA Boston Healthcare System located in Jamaica Plain, Massachusetts has a requirement to renovate and repair the existing Building 3 Patient Parking Garage located at 150 South Huntington Avenue, Jamaica Plain, MA to improve patient safety and meet future campus needs. The scope of this requirement is to provide all professional Architectural and Engineering (A/E) services necessary to address structural issues noted in the attached structural survey and investigate for any other potential issues that may have arisen as well. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. All work shall be designed to include phased construction as appropriate to maintain uninterrupted VAMC operation throughout the project. Develop complete drawings, specifications, cost estimates, site visits, system commissioning and construction period administration associated with Repair and renovation of the Building 3 Patient Parking Garage. Ensure compliance with the VA Design Manual as well as all other VA Design Requirements. All work shall be designed to include phased construction as appropriate to maintain uninterrupted VA Medical Center operation throughout the project. See attached Statement of Work for complete details. B. CONTRACT INFORMATION: The VA Boston Healthcare System located in Jamaica Plain, Massachusetts has a requirement for a Firm Fixed Price contract to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services associated project 523-23-001 A/E Repair Parking Deck and Structural Systems. This project will ultimately renovate and repair the Building 3 Patient Parking Garage, Veterans Affairs Medical Center (VAMC), 150 South Huntington Avenue, Jamaica Plain, MA. The Magnitude of Construction is between $2,000,000 and $5,000,000. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10 with NAICS Code 541310. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the VETBIZ Vendor Information Pages (https://www.vip.vetbiz.va.gov/). VETBIZ will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541310 at the time SF330 s are submitted. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-77, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, in the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal on the VA Form 6298 to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. C. THIS IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. D. PROJECT INFORMATION: Provide Architect/Engineer services to develop complete drawings, specifications, cost estimates and construction period administration associated with project 523-23-001- A/E Repair Parking Deck and Structural Systems. E. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order of importance will be as follows: 1. Specialized Experience and Technical Competence 2. Professional Qualifications 3. Past Performance 4. Capacity 5. Geographic Location 6. Experience in Construction Period Services 7. Commitment to the use of SDVOSB, VOSB and SB as Subcontractors F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 5) are provided below. Specialized Experience and Technical Competence: The A/E firm shall demonstrate recent specialized experience and technical competence in projects for health care facilities (to include joint ventures), including, where appropriate, recent experience in design and repair of multi-level parking facilities. This factor evaluates the amount of experience the AE firm has in designing similar types of renovation and repair projects related to parking facilities (requiring 24-hr uninterrupted operations) and evaluating their technical competence in this type of project. Submitting firms shall provide a detailed narrative of up to five (5) (maximum) and no less than three (3) (minimum) relevant projects completed within the last five (5) years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this contract. Only the first five (5) projects submitted will be evaluated. Firms will be evaluated according to specialized experienced the firm has with renovation and repair of multi-level parking structures. Higher ratings will be provided to firms who demonstrate experience at the VA or in a hospital environment. Professional Qualifications Necessary for Satisfactory Performance of Required Services: The A/E firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Firms are expected to demonstrate experience to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor team members who will perform technical tasks under this contract. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline and this must be shown on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this contract scope. Past Performance: The A/E firm shall submit a minimum of three and maximum of five (5) past performance evaluations on recent projects relevant to the one being procured under this notice. Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance schedule and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recency is defined as performance occurring within five (5) years of the date of this Notice, except that ongoing projects 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 type of project anticipated under the resultant contract. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For Non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. Capacity: The A/E firm shall show current and projected workload for the proposed team and percentage of their available capacity. Documentation supplied shall support that the firm has the capacity to accomplish the work in the required time. A signed statement shall be provided stating that the firm acknowledges that prior to award of the contract, they are required to notify the Government of any changes in their capacity that could limit their ability to perform the work within the required time. Geographic Location: The A/E Firm must demonstrate that it has general knowledge of the locality of the project, location in the general geographical area of the project and knowledge of the locality to include specific knowledge of certain local conditions or project site features such as: geological features climate conditions local construction methods construction firms and trades labor availability permit requirements local laws and regulations Location of the firm is measured by the driving distance between the Offeror s principle business location and the VA Boston Healthcare System located in Jamaica Plain, Massachusetts. Determination of the mileage will be based on Google Maps (https//www.google.com/maps/dir/) Experience in Construction Period Services: Respondents must provide one (1) recent project and provide a narrative on how the A/E incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates Any project provided in addition to the one (1) will not be evaluated as part of this criteria. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors: Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Prospective firms are reminded they must certify in accordance with VAAR 852.219-77, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Michael Crafts at Michael.Crafts@va.gov. b. Oral questions will not be answered. c. The deadline for questions is August 17, 2022 at 1:00PM EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages shall be submitted no later than 1:00PM EST on August 25, 2022. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Michael.Crafts@va.gov. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating Email 1 of __ . SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF c. Submission of information incorporated by reference is not allowed. d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 65 pages. i. Absolutely no photographs shall be submitted. ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 1. f. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a completed SF 330, specific information addressing each of the five selection criteria described in this Notice. b. Respondents are required to meet all requirements in addition to those identified as selection criteria. c. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. d. Any SF 330 submittal package, modification, or revision, that is received after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and there is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: a. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Michael.Crafts@va.gov. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b. Electronic copy shall be in searchable PDF format of the SF 330.. c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9 digit zip code, phone number, e-mail address, DUNs number and Unique Entity Identifier, date of response, title and Notice identification. d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and figures. f. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). K. FAR and VAAR: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: FAR https://www.acquisition.gov/ VAAR https://www.va.gov/oal/library/vaar/index.asp VAAM https://www.va.gov/oal/library/vaam/ END OF SPECIAL NOTICE 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.

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