Similar Projects
RFQ Design - Engineering Classroom Building - University of Louisiana at Lafayette
New Construction, Infrastructure - 80,000 SF
Design
$19,000,000 CJ est. value
Lafayette, LA 70503

US 90: RR Jct - Pinhook
Infrastructure
Design
Lafayette, LA 70596

La 182: Berwick Bay Bridge Rehab (Hbi)
Infrastructure
Bidding
$50,000,000 CJ est. value
Franklin, LA 70538

Grand Isle and Vicinity, Dune Foundation Prep, Jefferson Parish
Infrastructure
Bidding
$5,000,000 to $10,000,000 est. value
Grand Isle, LA

Building and Site Demolition Georgetown High School
Demolition, Infrastructure
Sub-Bidding
$300,000 CJ est. value
Georgetown, LA 71432

Concordia Waterworks Elevated Tank Improvements
Infrastructure
Post-Bid
Ferriday, LA

Golden Meadow Field in Lafourche Parish
Infrastructure
Post-Bid
LA

LA 70: 7.75 MI S LA 997 - 8.83 MI S LA 997
Infrastructure
Results
$1,000,000 to $2,500,000 est. value
LA

Cheatham Park Baseball Field Improvements (Artificial Turf)
New Construction, Infrastructure
Results
$250,000 est. value
Alexandria, LA

Shake Shack - Site Only
New Construction, Infrastructure - 3,503 SF
Construction
Baton Rouge, LA 70836

Project Diamond Vault
New Construction, Infrastructure
Pending Verification
$900,000,000 CJ est. value
Lena, LA 71447

Police Facilities Maintenance and Improvements - City of Shreveport
New Construction, Renovation, Infrastructure
Design
$12,500,000 CJ est. value
Shreveport, LA 71107

Henning Drive / Weekly Road Overlay
Infrastructure
Bidding
$2,500,000 CJ est. value
Sulphur, LA 70663

Parc Perdue Coulee Revetment
Infrastructure
Post-Bid
Youngsville, LA

DEQ Underground Storage Tank Closures
Infrastructure
Results
Baton Rouge, LA

Last Updated 07/22/2022 10:02 AM
Project Title

RFQ Design - Above Ground Potable Water Storage Tank System (VA-22-00005162)

Physical Address View project details and contacts
City, State (County) Shreveport, LA 71101   (Caddo County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Site Development, Storage/Water Tanks
Contracting Method Competitive Bids
Project Status Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jul 20, 2022 Contract Award Number: 36C25622C0069 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: DBSMJLNJKBD7 Contractor Awarded Name: Design Build Consortium, LLC Contractor Awarded Address: San Antonio, TX 78232-1328 USA Base and All Options Value (Total Contract Value): $538567.71 1. 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) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $16.5M. The area of consideration is RESTRICTED to a 500-mile radius of Overton Brooks VA Medical Center, 510 E. Stoner Ave, Shreveport, LA 71101 in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to OBVAMC. In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. In the case of remote work, an employees residence shall not be considered an auxiliary/satellite office. a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://sam.gov/ and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/vets4212.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor. b. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the amount paid by the government for contract performance will be to service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The total magnitude of construction (not design) for the project is between $5,000,000 and $10,000,000. 2. SELECTION CRITERIA: Discussions with at least three of the most highly qualified firms will be held after the evaluation board s review of the information submitted in response to the selection criteria. The selection criteria for this acquisition are listed below: Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAM M836.602-1 and are listed below in descending order of importance. (1) Professional qualifications necessary for satisfactory performance of required services to include specific experience and qualifications (i.e. education, training, registration, certifications, overall relevant experience, and longevity with the firm) of personnel proposed for assignment to the project, and their record of working together as a team. (2) 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. Provide a minimum of five (5) similar projects to include technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. In addition, provide information concerning the effectiveness of the proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships). (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide information concerning superior performance ratings on recently (last 5 years from date of qualification submission for this project) completed VA projects (equivalent medical/hospital facility) as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Provide information concerning any claims against the firm because of improper or incomplete architectural and engineering services. (4) Capacity to accomplish the work in the required time to include the available capacity of key disciplines to perform the work (in the required time). (5) Post-award construction 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. (6) Knowledge of the locality of each project (to include knowledge of geological features, climate conditions, and local construction methods that are unusual or unique). (7) Identification of, and commit to, the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. 3. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted via email to: Kaitlyn West Contracting Officer Kaitlyn.west1@va.gov Ref: 36C25622R0034 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0034. The SF 330 form may be downloaded from www.gsa.gov/forms . Completed SF 330s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions. (b) Firms that meet the requirements listed in this announcement are invited to submit the completed SF 330 including Parts I and II as described herein of the SF 330 submittal as a single pdf file, to the above address no later than 3:00 P.M. (CST) on MONDAY FEBRUARY 14, 2022. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the seven (7) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. 4. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 5. PROJECT INFORMATION: ARCHITECT-ENGINEER SCOPE OF WORK Replacement of Underground Water Storage Tanks Project No. 667-22- 118 Overton Brooks VA Medical Center, Shreveport, LA A. General Information A 1.0 Project Background, Description and Scope of Work Overton Brooks VAMC has a requirement to design an above ground potable water storage tank system. The new tanks shall be located near the existing tank system and at least 2 siting options for Medical Center Director approval. The new tank system will have the most state of the art water level monitoring/alarm system and report to the existing BAS. The tank system shall have a water treatment and softening systems. All recirculating pumps, valves, gauges and monitoring and purification systems shall be housed in a new climate controlled mechanical building. The new tank system shall meet the VA Physical Security & Resiliency Design Manual (PSRDM). The size of the tank system shall sustain the hospital s domestic water consumption for up to 10 days. The new tank system shall be capable of being cleaned/drained without disrupting the water supply to the hospital. The existing below grade water tanks are to be used solely for fire suppression operations. The existing valves, gauges and monitoring system are to be upgraded. Other design considerations include maintenance and security lighting, closed-circuit television (CCTV) system and vehicle access for emergency water tank fill operations. This contract will provide for complete site investigation, design (construction documents) and comprehensive construction period services (CPS). The design will address all infrastructure requirements for a fully functioning standalone domestic water storage system. The C&A requirements do not apply, and a Security Accreditation Package is not required. PERIOD OF PERFORMANCE The delivery date for this contract shall be 180 days from Notice to Proceed. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 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 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete.
Division 05 - Metals, Structural Metal Framing, Metal Decking.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Facility Fuel Piping, Facility Fuel-Storage Tanks.
Division 31 - Earthwork, Clearing and Grubbing, Grading.
Division 32 - Exterior Improvements, Fences and Gates.
Division 33 - 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