Similar Projects
The Star Uptown / Carraway Hospital Redevelopment
Demolition, New Construction, Infrastructure, Renovation
Design
$300,000,000 CJ est. value
Birmingham, AL 35234

Southern Region - Two Phase Design-Build and Construction IDIQ MATOC in Support of DHA
New Construction
Design
$249,000,000 est. value
Tyler, AL

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Security and Services Training Facility
Demolition, LEED Certification, New Construction, Infrastructure - 22,500 SF
Results
$12,375,000 CJ est. value
Birmingham, AL 35233

JCDH Public Health Pavilion
Addition, New Construction, Infrastructure, Renovation
Results
$438,000 CJ est. value
Birmingham, AL 35233

Urgent Care Facility / Enterprise
New Construction, Infrastructure - 3,600 SF
Construction
$2,000,000 CJ est. value
Enterprise, AL 36330

Dedicated Inpatient Cardiology Unit - St. Vincents East
Renovation
Pending Verification
$7,000,000 CJ est. value
Birmingham, AL 35235

Grandview Medical Center Emergency Room - Hamilton property / Trussville
New Construction
Pending Verification
$25,000,000 est. value
Trussville, AL 35173

Noble Training Facility Envelope Repair, Paving and Vehicle Gate Sensor Repair, CDP, Anniston Army Depot
Infrastructure, Renovation
Design
$10,000,000 CJ est. value
Anniston, AL 36201

RFP D/B - Advanced Individual Training (AIT) Complex
New Construction, Infrastructure - 125,900 SF
Post-Bid
$100,000,000 CJ est. value
Fort Rucker, AL 36362

Renovation of Communications Building 1109
Infrastructure, Renovation
Results
$1,969,600 CJ est. value
Montgomery, AL 36108

RFQ Design - Replace Windows Phase 3
Renovation
Pending Verification
$10,000,000 CJ est. value
Birmingham, AL 35233

Chiller Preventative Maintenance
Term Contract
Design
Montgomery, AL 36109

RFQ Design - Site Modification Symbia EVO (Room GB-133)
Renovation
Post-Bid
$250,000 CJ est. value
Tuskegee, AL 36083

Last Updated 01/04/2024 07:38 AM
Project Title

Replace Air Handling Units B137 Phase 1

Physical Address View project details and contacts
City, State (County) Tuscaloosa, AL 35404   (Tuscaloosa County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $1,261,367 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Dec 26, 2023 Contract Award Number: 36C24724C0007 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NLV6UAD1LKV8 Contractor Awarded Name: TOLAND MIZELL MOLNAR LLC Contractor Awarded Address: ATLANTA, GA 30318-0508 Base and All Options Value (Total Contract Value): $1,261,367.33 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 Contracting Office 7 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) "Architect/Engineering Statement of Qualifications for Project # 679-24-100 "Replace Air Handling Units B137 Phase 1" at the Tuscaloosa Veterans Affairs Medical Center located at 3701 Loop Road, Tuscaloosa, AL 35404. 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 4 of this notice. 2. 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 852-219-73, 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 VetCert (Veteran Small Business Certification (sba.gov)) and registered in the System for Award Management (SAM) database 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 . Failure of a prospective SDVOSB to be verified by the Veteran Small Business Certification (sba.gov) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be VetCert verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. 3. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 679-24-100 "Replace Air Handling Units B137 Phase 1". The estimated magnitude of construction for this project is higher than $10,000,000. The estimated/target design completion period is 363 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $25.5 million. 4. 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 the 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 3701 Loop Road, Tuscaloosa, AL 35404. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400-mile driving distance. 5. Project Information/Statement of Tasks: The Architect - Engineer (A/E) team, including architects, engineers, surveyors, and professional consultants shall provide design services for the development of specifications and drawings needed to replace all air handlers, including main and auxiliary components, associated with each individual air handler, (to include but not be limited to new wiring, service disconnects, air handler controls, associated VFD drives, drain pains with overflow alarm, etc.), located in the attic of Building 137 Tuscaloosa Veteran Affair's Medical Center (VAMC) that are dedicated to serving patient wings. This includes the following air handlers: AC-2, AC-2A, AC-2B, AC-3, AC-3A, AC-3B, AC-4, AC-4A, AC-4B. 6. 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. Capacity to accomplish the work in the required time. 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. Past performance will be evaluated on recent and relevant contracts with government agencies Recent is defined as performance occurring within 5 years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. 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-mile driving distance. 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. 7. 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, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. 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. 8. Submission Requirements: 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 should 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) Unique Entity ID (UEI): (7) Tax ID number (8) 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) May 15, 2023, at 1:00 p.m. EDT . Email capacity is limited to seven (7 ) to ten (10) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Michael Beitenman, Contract Specialist at Michael.beitenman@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 contract specialist Micahel.beitenman@va.gov no later than May 8, 2023, by 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.

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, 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