Similar Projects
2022 Capital Improvements Bond Projects - City of Little Rock
New Construction, Infrastructure
Conception
$161,800,000 CJ est. value
Little Rock, AR 72201

Y1da--598-21-2-8805-0002 Relocate Medical Media Project
Renovation - 2,763 SF
Design
$250,000 to $500,000 est. value
Little Rock, AR 72205

Construct Inpatient Dialysis
Renovation
Design
$1,000,000 to $5,000,000 est. value
North Little Rock, AR 72114

Main St. - Vandenberg Blvd. (Widening) (Jacksonville) (F)
Infrastructure
Bidding
$500,000 CJ est. value
Jacksonville, AR 72076

Lit Vortac Relocation and Dopplerization
New Construction, Infrastructure
Bidding
$3,000,000 CJ est. value
Little Rock, AR 72201

Convert Mission Planning Cell B-380
Addition, Demolition, Build-out, Renovation, Infrastructure
Sub-Bidding
$5,000,000 CJ est. value
LrAFB, AR 72099

Convert Mission Planning Cell B-380
Addition, Demolition, Build-out, Renovation, Infrastructure
Sub-Bidding
$5,000,000 CJ est. value
LrAFB, AR 72099

Sherwood Public Works Site Development Phase 2
Infrastructure
Post-Bid
Sherwood, AR

RMTC Building 17300 Expansion and Renovation
Renovation
Post-Bid
North Little Rock, AR 72115

Renovation of CMTC Building 1366 Dining Facility
Renovation
Results
Little Rock, AR

Y1DA--Construct Main Entrance for JLM - 598-18-106
New Construction
Results
$5,000,000 to $10,000,000 est. value
Little Rock, AR 72205

Taxiway Charlie Reconstruction Program - Phase 2
Infrastructure
Construction
$7,075,411,031 CJ est. value
Little Rock, AR 72202

Quapaw Subdivision - Master Plan
New Construction
Pending Verification
North Little Rock, AR

Maverick Addition
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
North Little Rock, AR 72117

Contractor - John L. McClellan (JLM) Memorial Veterans Hospital | RAD Room Site Prep, Room 10
Renovation, Infrastructure
Design
$25,000 to $100,000 est. value
Little Rock, AR 72205

Last Updated 09/16/2022 01:36 AM
Project Title

RFQ Design - NRM Replace Underground 15kV Cables & Transformers NLR

Physical Address View project details and contacts
City, State (County) North Little Rock, AR 72114   (Pulaski County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Hospital, Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $537,685 [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: Sep 14, 2022 Contract Award Number: 36C25622C0087 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NLV6UAD1LKV8 Contractor Awarded Name: TOLAND MIZELL MOLNAR LLC Contractor Awarded Address: ATLANTA, GA 30318 Base and All Options Value (Total Contract Value): $537684.96000000 1. CONTRACT INFORMATION: A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $16.5M. The area of consideration is RESTRICTED to the lower 48 Continental United States, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current Registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at https://www.vetbiz.va.gov as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF330 s are submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a) the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $2,000,000 and $5,000,000. 2. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. Evaluation Factors 1, 2, and 3 are the most important and are equal to each other. Factors 4 & 5 are equal to each other and are less important than 1, 2, and 3. Factors 6, 7, 8 and 9 are equal to each other and are the least important. Factors 1 through 9 listed below in descending order of importance. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Specialized experience and technical competence in the type of work required. (specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.) Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning, and cost estimating Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Describe in detail how your firm will conduct constructability reviews of construction documents; include interdisciplinary and specification versus drawings, details versus floor plan review process. 3. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to Ryan Haselhuhn at the following email address: ryan.haselhuhn@va.gov (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0070. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. (b) Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 2:00pm local (CST) on Monday, May 16, 2022. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays. (c) Interested firms shall address each of the nine (9) Selection Criteria in their SF330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all nine (9) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the nine (9) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. 4. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 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 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