Similar Projects
C1da--534-21-709 - EHRM Data Center Feasibility Study (Va-21-00062709)
Term Contract
Design
Charleston, SC 29401

AE Correct GU HVAC & Clinical Flow
Renovation, Term Contract
Design
$2,000,000 to $5,000,000 est. value
Charleston, SC 29401

RFQ - USS Yorktown Environmental Assessment
Term Contract
Bidding
$80,000,000 CJ est. value
Mount Pleasant, SC 29464

RFQ - Open-Ended Civil Engineering, Landscape Architecture, and Land Surveying Services
Term Contract
Bidding
Charleston, SC 29401

Architectural/Engineering services for New Free Standing Emergency Department and Medical Office Building
New Construction, Infrastructure
Post-Bid
Seabrook Island, SC

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

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

Architect-Engineer Supplemental Services - Southeast Regional Office
Results

C1da--534-22-103 Correct 5th Floor FCAS (Va-22-00011409)
Term Contract
Design
Charleston, SC 29401

RFP - IDQ - Architectural Professional Services
Term Contract
Bidding
$800,000 CJ est. value
Charleston, SC 29409

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

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

RFQ Design - Architectural Engineering Services for St. John's High School Stadium Improvements
Addition, Demolition, Renovation, Infrastructure
Bidding
$2,000,000 CJ est. value
Johns Island, SC 29455

Architectural & Engineering Services Rental Assistance Demonstration at Robert Mills Manor
Renovation
Post-Bid
Charleston, SC

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

Last Updated 03/20/2023 12:35 PM
Project Title

RFQ Design - 2nd/3rd Floor Seismic Correction/construction to Research Building, Charleston

Physical Address View project details and contacts
City, State (County) Charleston, SC 29401   (Charleston County)
Category(s) Professional Services
Sub-Category(s) Architectural
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $20,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of March 20, 2023, a design team has not been identified and a construction timeline has not been established. PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. 1. GENERAL INFORMATION: Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports and construction period services for Project # 534-330 "2nd and 3rd Floor Additions DD Building " project located at the Ralph H. Johnson VA Medial Center (VAMC) 109 Bee St. Charleston, SC 29401. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 "Architectural and Engineering Services" and VA Acquisition Regulation 836.6. In accordance with FAR 36.209 "Construction Contracts with Architect-Engineer Firms," no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 "Engineering Services" and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before November 2022. The anticipated period of performance for completion of design is 180 calendar days after notice to proceed. The magnitude of construction is between $10,000,000 and $20,000,000. 3. A-E SELECTION PROCESS: Firms submitting SF 330's in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. The selection will be made as follows: SF 330s will be evaluated in accordance with the primary selection criteria as stated in this presolicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3-(c), at least three (3) of the most highly qualified firms will then be notified of the Government's intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made. 4. SELECTION CRITERIA: Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. Primary Selection Criteria: Specialized experience and technical competence in the design of building additions, seismic retrofits, and healthcare construction. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Offeror shall provide a Summary Page of its recent and relevant specialized experience and technical competence which is similar in size, scope and magnitude to this requirement. "Relevant" is defined as those task requirements identified in the RFQ's Scope of Work. "Recent" is define as services provided within the past 5 (five) years. Offeror shall provide a minimum of 2 (two) projects but no more than 4 (four). Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e. prime contract, Teaming Partner or subcontractor Project Owner, owner's point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order Period of Performance, including start and completion dates Total dollar value of the project. Professional qualifications necessary for satisfactory performance of required service. The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: structural, seismic, architectural, interior design, equipment/furnishings, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/security, telecommunications, healthcare technology systems and devices, environmental hazards, such as suspect lead-containing materials, other hazardous materials, and associated permitting required by local jurisdictions. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: "I [signatory authority]______________________, [company] __________________ certify that the team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10." Capacity to accomplish work in the required time. The evaluation will consider the firm's ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Include CPARs data for the projects referenced in section F of the SF330. If CPARS data is not available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. CPARs data and PPQs will not be included in the page count. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, publicly available sources and additional projects in CPARS. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods or local laws and regulations. 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. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror's principal business location and the: Ralph H Johnson, VA Medical Center 109 Bee St. Charleston, SC 29401 Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm's SF 330 submission. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist Emil Reyes Emil Reyes@va.gov . This shall include SF 330 and any applicable attachments. All responses are due on or before August 24, 2022 at 2:00 PM Eastern Time. The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: "SF 330 Submission; 36C24721AP5674 - "2nd Floor Addition and Seismic Corrections to Research Building" The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Unique Entity Identifier (UEI); 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted via email to Emil.Reyes@va.gov. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified, visible and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions 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 evaluated. All information must be included in the SF 330 submission package. It is the offeror's responsibility to check the Contract Opportunities website at: https://.sam.gov/ . for any revisions to this announcement prior to submission of SF 330s. 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

2 Stories Above Grade, 33,775 SF.
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