Similar Projects
RFQ - Pre-Design Architectural Services for the Choice Neighborhood Initiative (CNI) Project-Centennial Hill
Term Contract
Conception
Montgomery, AL 36104

RFP - Master Developer to Serve as the Housing Implementation Entity Under the Choice Neighborhood Initiative (CNI) for Paterson Court
Term Contract
Conception
Montgomery, AL 36104

Design - AE-Replace Roof on Building No. 1
Alteration
Design
$100,000 to $5,000,000 est. value
Montgomery, AL 36109

Design - AE-Replace Roof on Building No. 1
Alteration
Design
$100,000 to $5,000,000 est. value
Montgomery, AL 36109

RFQ Design - Archives and History Building Elevator Modernization
Renovation
Bidding
$3,000,000 CJ est. value
Montgomery, AL 36104

RFQ Design - Archives and History Building Elevator Modernization
Renovation
Bidding
$3,000,000 CJ est. value
Montgomery, AL 36104

Vertical Region 4- Regional Architect and Engineering Indefinite Delivery Indefinite Quantity Contracts
Post-Bid
$100,000 to $30,000,000 est. value

Vertical Region 4- Regional Architect and Engineering Indefinite Delivery Indefinite Quantity Contracts
Post-Bid
$100,000 to $30,000,000 est. value

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

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

RFQ - Design Services for College Campus Projects
Term Contract
Conception
Montgomery, AL 36104

RFQ - Provide Architectural and/or Engineering Services Under an Open-end Agreement for Various Projects at Correctional Facilities
Term Contract
Bidding
$12,000,000 CJ est. value
Montgomery, AL 36104

Hydrogeological and Engineering Services
Term Contract
Post-Bid
Montgomery, AL

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

RFP - Professional Engineering Services
Term Contract
Bidding
Montgomery, AL 36104

Last Updated 02/23/2023 01:11 AM
Project Title

Replace Water Towers and Repair Mechanical Deficiencies

Physical Address View project details and contacts
City, State (County) Montgomery, AL 36104   (Montgomery County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Schematic Drawings, Request for Qualifications, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Feb 22, 2023 Contract Award Number: 36C24723C0058 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: KKMXN5FVNCM9 Contractor Awarded Name: PRINCIPAL ENGINEERING INC Contractor Awarded Address: MANDEVILLE, LA 70471 Base and All Options Value (Total Contract Value): $423,932.74 THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: 1. The Department of Veteran Affairs Network 7 Contracting Office is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) "Architect/Engineering Statement of Qualifications for Project # 619A4-23-107 Replace Water Towers and Repair Mechanical deficiencies at Tuskegee, AL at the Central Alabama Veterans Health Care System facilities in Network 7 (State of Alabama). Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 5. of this notice. 2. Network Contracting 7 VA Facilities locations include: "Central Alabama Veterans Health Care System West Campus, 215 Perry Hill Rd Montgomery, AL 36109" "Central Alabama Veterans Health Care System East Campus, 2400 Hospital Rd Tuskegee, AL 36083 3. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business. a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in accordance with VAAR Clause 852-219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. b. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vetbiz.va.gov , registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification and reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. 4. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 619A4-23-107 Replace Water Towers and Repair Mechanical deficiencies The estimated magnitude of construction for this project is between $2,000,000 to $5,000,000. The estimated/target design completion period is 210 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $22.5 million. 5. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend various meetings in person on site at CAVHCS facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 400 miles of CAVHCS- East Campus 2400 Hospital Rd, Tuskegee, AL 36083. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400 mile radius. Offers outside the 400 mile radius will not be considered. (Determination of mileage eligibility will be based on upon google maps ) 6. Project Information/Statement of Tasks: The AE shall provide all labor, equipment, materials, and incidentals to deliver Professional (PE) Architectural/Engineering services to design to verify existing conditions, design and prepare contract working drawings and specifications for Project No. 619A4-23-107 "Replace Water Towers and Mechanical Deficiencies". This project will replace the water towers that currently served the main domestic water line including as identified in the 2021 VISN 7 Facilities Condition Assessments (FCA) for Central Alabama Veterans Health Care Systems-East (CAVHCS-East). FCA identified the need to remove (2) water towers with one 300,00 gall and one 250,000 gallon capacity that are fading, peeling, and in poor condition. Towers should be replaced with a sign unit sized to meet 96 hour requirement and fire department pressure needs. . Construction period services and site visits to be provided for the construction project. .7. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: a. 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 SF 330 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. b. 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) c. 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 firms' office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. e. 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. (SF 330 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 400-miles radius. f. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. - or Use of Service-Disabled Veteran Owned Small Business g. 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. 8. Selection Procedures: a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6 . Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. b. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. c. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. d. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. 9. Submission Requirements: a. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330's shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format shall be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330's (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Copy of current vetBiz.gov SDVOSB certification (7) Unique Entity ID (UEI): (8) Tax ID number (9) The E-mail address and Phone number of the Primary Point of Contact. b. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) Jul 29 2022, at 1:00 p.m. EDT . Email capacity is limited to five (5) to seven (7) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Margaret Yeaton, Contracting Officer at margaret.yeaton@va.gov . Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. 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. d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330. e. All questions regarding this announcement must be emailed to the contracting officer Margaret.yeaton@va.gov no later than Jul 21, 2022by 1:00 p.m. EDT to allow time to respond. Site Visits will not be arranged during this phase. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. 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