Similar Projects
Viridian
New Construction
Conception
Tuscaloosa, AL

A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

C1dz--679-22-104 AE-Replace HVAC B143 Dietetics
Term Contract
Design
$500,000 to $1,000,000 est. value
Tuscaloosa, AL

Airport Services
Infrastructure
Bidding
Tuscaloosa, AL 35401

Professional Airport Services
Infrastructure
Bidding
Tuscaloosa, AL

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

Engineering, Planning and Development
Post-Bid

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

Crisstown Road Water Main Replacement
Infrastructure
Construction
$200,000 est. value
Tuscaloosa, AL

Water Main Relocation
Infrastructure
Construction
Northport, AL

University Services Campus Community Safe Room - Early Site Package
Infrastructure
Bidding
$2,912,000 est. value
Tuscaloosa, AL

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

2021 American Rescue Plan Act, Meter Replacement Project- Contract A, B, C
Infrastructure
Bidding
$428,000 CJ est. value
Buhl, AL 35446

Last Updated 08/03/2022 03:05 AM
Project Title

RFQ Design - EHRM Training and Admin Space Support

Physical Address View project details and contacts
City, State (County) Tuscaloosa, AL 35404   (Tuscaloosa County)
Category(s) Government/Public, Heavy and Highway, Medical, Professional Services, Sewer and Water
Sub-Category(s) Engineering, Hospital, Military Facility, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $1,535,800 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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 # 679-22-703 "EHRM Training and Admin Space Support - Tuscaloosa, AL" project located at the Tuscaloosa VA Medical Center (TVAMC) 3701 Loop Rd East, Tuscaloosa, AL 35404. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Short Selection Process of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation (FAR) Part 36.602-5 "Short selection process for contracts not to exceed the simplified acquisition threshold," VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. 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 October 2022. The anticipated period of performance for completion of design is 215 calendar days after notice to proceed. The magnitude of construction is between $1,000,000 and $5,000,000. 3. A-E SELECTION PROCESS: Firms submitting SF 330s 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 initial selection evaluation. Evaluation of the Request for SF 330's consists of the evaluation of the provided SF 330s and determination of the highest rated firms. In accordance with the AE short selection process, no discussions will be held, the firms SF330s will be evaluated, the highest rated firm will be selected and sent the solicitation, and negotiations will follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made when a successful negotiation of rates and fees for the project occurs. If negotiations are not successful with the highest rated firm, they will continue 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 (sections F, G and H) in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Work shall include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Offeror shall provide a minimum of 2 (two) but no more than 4 (four) recent and relevant projects to demonstrate its specialized experience and technical competence. "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. 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 (sections C through E) 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: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note - must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Cost Estimation, and Project Management. 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 requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10." Capacity (section H) to accomplish work in the required time. The following information is required for this factor: The Offeror shall provide the percentage of time personnel referenced under professional qualifications will be dedicated toward this project. The Offeror shall provide the available capacity for personnel listed under professional qualifications (section E). The offeror shall include a draft schedule outlining how they intend to meet the period of performance outlined in the SOW. Draft schedule will not be counted toward the page limitation. The Offeror may include any additional resources that will be dedicated toward this project. The evaluation will consider the firm's plan and ability to meet the schedule of the overall project, as well as the firm's approach to measuring and managing capacity both prior to and during contract performance to ensure qualified personnel are available to meet the contract requirements. Past performance (section H) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please see attached PPQ format. CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, 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. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Knowledge of the locality (section H), to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. Experience in construction period services (section H) for projects similar in scope 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: Tuscaloosa, VA Medical Center 3701 Loop Rd East Tuscaloosa, AL35404 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 September 2, 2022, at 10:00 AM 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; 36C77622AP1268 - "EHRM Training and Admin Space Support - Tuscaloosa, AL" 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 and visible by VET Biz (www.vetbiz.gov) 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. ESTIMATED CONSTRUCTION COST: $1,535,800

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage 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