Similar Projects
National Guard Armory - 75593 - City of Redwood City
Renovation
Conception
$1,000,000 CJ est. value
Redwood City, CA 94061

Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

RFP D/B - Project P-1238 Construction of Grid Stability and Resiliency 10 MW Battery Energy Storage, Various Buildings at Marine Corps Air Ground Combat
Renovation
Bidding
$9,807,960 CJ est. value
Twentynine Palms MCB, CA 92278

RFQ - SPN A-E Hydrographic and Topographic IDC/IDIQ
Term Contract
Bidding
$9,900,000 CJ est. value
San Francisco, CA 94103

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

Z--Operations and Maintenance
Renovation
Results
Richmond, CA

Building 21 Renovation - Joint Forces Training Base
Renovation
Results
$550,000 est. value
Los Alamitos, CA 90720

West LA Veterans South Campus - Critical Care Center
LEED Certification, New Construction, Infrastructure - 450,000 SF
Pending Verification
$500,000,000 CJ est. value
Los Angeles, CA 90073

NSWC Corona Multiple Award Construction Contract
Term Contract
Design
$43,000,000 CJ est. value
Norco, CA 92860

RFQ - 12KV Triennial Preventative Maintenance Inspection (PMI)
Term Contract
Bidding
Long Beach, CA 90822

Repair and Reconfigure Aircraft Simulator Rooms
New Construction
Post-Bid
Less than $6,970,000 est. value
CA

Victory Hall - Building 6023 - Camp Roberts
Term Contract, Renovation, Infrastructure - 11,879 SF
Results
$2,726,000 CJ est. value
San Miguel, CA 93451

General Construction Work Projects at Government Installation Naval Base Ventura County Area of Responsibility
Term Contract
Design
$1,000,000 CJ est. value
Oxnard, CA 93030

Last Updated 05/01/2023 03:37 PM
Project Title

RFP Design - C1DZ--662-23-129 A/E 662-23-129 shall prepare schematic design Childcare Facility (Building T-35) Security Upgrades

Physical Address View project details and contacts
City, State (County) San Francisco, CA 94117   (San Francisco County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected May 2024 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $344,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Call for SF 330s. Please read the entire document. The Department of Veterans Affairs San Francisco Health Care System (VASFHS) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 662-23-129, Schematic Design for Childcare Facility (Building T-35) Security Upgrades. The project will be located at VA San Francisco Health Care Center, 4150 Clement Street, Building T-35, San Francisco, CA 94121. I. DESCRIPTION OF REQUIREMENT A. San Francisco VA Health Care System had a security assessment completed on Building T-35, Childcare Facility. The architect and engineer (A/E) shall prepare schematic design, design development, and construction drawings to include specifications, narrative of the work to be completed, cost estimate, and construction period services to support all disciplines necessary to design required security upgrades to Building T-35 to correct deficiencies. Upgrades to Building T-35 in accordance with Veterans Affairs Handbook 0730/4 Security and Law Enforcement, https://www.va.gov/vapubs/search_action.cfmformno=730&SortBy=Pub_Type_Desc. Items to be included in scope of work (listed in Appendix B on the link above) are listed below: A - Windows, C - Doors and Door locks, J - Closed Circuit TV, Q - Electronic Physical Access Control System (PACS), S - Perimeter Barriers. The A/E is required to meet all applicable laws and regulation not explicitly stated in this document. Design efforts and products shall be conducted and produced in compliance with VA Publications including Master Construction Specifications, Design Guides, and CAD Standards (http://www.cfm.va.gov/TIL ). B. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm and the lead designer in each discipline must be registered but neither need to be registered in California. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, Electrical, Fire Protection, Construction Cost Estimating, and Geotechnical. Include any additional disciplines that may be necessary on the SF 330. C. SF 330 Part 1F Example Projects; present all relevant VA projects first. Include in block 21 the contract number for all federal projects. Do not include the CPARS reports for federal projects. D. Design within funding limitation of $344,000. E. Estimated Date of Award of the Design Contract: By September 15, 2023 F. Estimated design period of performance: four hundred ninety-five (495) calendar days II. SET-ASIDE This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/ in addition to meeting the small business size standard for NAICS 541310 ($11M) to be eligible for award under the Veterans First Contracting Program. A. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in VetCert as a verified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VetCert at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. B. In part 1C of SF 330, indicate in block 11 the socio-economic status of that firm (SDVOSB/VOSB/WOSB, etc) III. SELECTION CRITERIA A. Selection of firms for interviews and negotiations shall be based on an evaluation of the submitted SF 330s on the basis of the selection criteria listed below in a descending order of precedence. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. B. Selection Criteria descriptions are provided below. i. Professional Qualifications Necessary for Satisfactory Performance of Required Services: Professional qualifications of the Project Manager(s), Designers of Record, and the proposed team. This will include the record of the proposed team have working together. Note: The lead designer in each discipline must be registered but does not have to be registered in California. ii. Specialized Experience and Technical Competence: Specialized experience and technical competence required for this specific project, including, where appropriate, experience in services as follows: Architectural, Civil, Interior Design, Structural, Electrical, Fire Protection, Construction Cost Estimating, and Geotechnical. Include any additional disciplines that may be necessary on the SF 330. iii. Capacity: This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. a. The general workload and staffing capacity of the design office will be evaluated. b. In section H of the SF 330, list the current projects with a design fee of greater than $50,000 being designed in the prime firm s office. c. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the estimated contract performance period. iv. Past Performance: Past performance on recent (within 5 years of the due date of SF 330s) contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and record of significant claims against the firm. Where there is no record of past performance, the proposal will be rated as neutral. See I.C. above do not include CPARS reports. v. Geographical location and knowledge of the locality of the project: The physical location of the prime firm s office as well as their familiarity of the building codes, environmental regulations, soil conditions, local construction methods/environment, and seismic requirements within the San Francisco, CA area. vi. 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. IV. SUBMISSION REQUIREMENTS: A. No more than forty (40) pages B. Font size no smaller than 10 C. Size of emails not to exceed 10 MB. If more than one email is sent, number emails in subject line as 1 of 2, 2 of 2. D. Completed and return VAAR 852.219-77 VA Notice of limitation on Subcontracting Certificate of Compliance for Services and Construction (attached) E. Subject line of the email shall state Company Name | Response to 36C26123R0069 | email 1 of 2 (if necessary) F. In the body of the email include Prime Company Name; UEI Number, email address and phone number of primary point of contact V. DUE DATE FOR SF 330 Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 2 P.M. PST May 25, 2023 via email to Carla Groves, carla.groves@va.gov, and Contracting Officer Mandy Thompson, at mandy.thompson2@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
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, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire 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, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, 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