Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2025 SAM #8551
SOLICITATION NOTICE

C -- Prevent Legionella and Scalding

Notice Date
4/23/2025 10:53:52 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24625R0033
 
Response Due
5/23/2025 12:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
Michael Proctor, Contract Specialist, Phone: No telephone inquiries will be accepted
 
E-Mail Address
Michael.proctor2@va.gov
(Michael.proctor2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Presolicitation Notice Presolicitation Notice Page 3 of 3 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 3 SUBJECT* A/E Prevent Legionella and Scalding GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 23249 SOLICITATION NUMBER* 36C24625R0033 RESPONSE DATE/TIME/ZONE 05-23-2025 3:00 PM EASTERN TIME, NEW YORK, USA ARCHIVE 99 DAYS AFTER THE RESPONSE DATE SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* C1DA NAICS CODE* 541330 PLACE OF PERFORMANCE Department of Veterans Affairs Fayetteville VA Medical Center 2300 Ramsey Street Fayetteville North Carolina POSTAL CODE 28601 COUNTRY USA CONTACT INFORMATION CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 6 1201 Broad Rock Blvd Richmond VA 23249 POINT OF CONTACT* Contract Specialist Michael Proctor Michael.proctor2@va.gov No telephone inquiries will be accepted ADDITIONAL INFORMATION AGENCY S URL https://www.va.gov/ URL DESCRIPTION Department of Veterans Affairs AGENCY CONTACT S EMAIL ADDRESS Michael.proctor2@va.gov EMAIL DESCRIPTION Michael Proctor, Contract Specialist This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. 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) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. At the time the Request for Proposal is issued, all offerors shall adhere to VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. (JAN 2023) (DEVIATION) GENERAL INFORMATION: The Department of Veterans Affairs, Fayetteville Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 565-25-151, Prevent Legionella and Scalding located at 2300 Ramsey Street, Fayetteville, North Carolina 28301. The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73. The Fayetteville VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Michael Proctor, Contract Specialist Email: Michael.proctor2@va.gov PROJECT INFORMATION: Project No. 565-25-151 Project Title: Prevent Legionella and Scalding Fayetteville VA Medical Center 2300 Ramsey Street Fayetteville, North Carolina 28301 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before September 30, 2025. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $2,000,000 and $5,000,000 (VAAR 836.204). The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: I. GENERAL INTENT: This project shall correct known issues as well as investigate and design corrective measures required to ensure prevention of scalding incidents and the prevention of legionella developing in buildings or on this facility as a whole. II. SCOPE OF WORK: Correct old water main dead-end(s) underneath Parking lot #1 stemming from old water tower location. Create Revit model of the facility existing domestic water system (cold and hot) with all valves, devices, tanks, sensors, pumps, back flow preventors, strainers, filters, biocide dosing, sampling ports, etc. Using above model create schedules for all valves and devices. Using above schedules identify labeling requirements for the entire system components and piping. Use the Revit model to put both domestic cold water and domestic hot water systems on the existing facility Building Automation System (BAS). Accomplish all graphics per existing campus standard. Accomplish all BAS programming for tracking flow, temperatures, pumps, valves, etc. Perform trending analysis of the BAS data to identify circumstances where domestic hot water system is not performing per requirements. Develop design to correct item a; design plan to accomplish item c for changing out/installing printing and hanging schedules in all mechanical spaces per design; design plan for item d for a contractor to accomplish all labeling and tagging requirements per schedules/design/BAS; design plan to correct issues identified via trending analysis item f. The design team shall evaluate and document the existing hot and cold domestic water systems. This includes all plumbing [hot and cold] water systems, cooling towers, decorative fountains, humidifiers, and misting systems and all process water systems. Anything fed by or connected to and supplied by domestic water that could link to potable water is the most critical. Design shall address base with options in the concept/development phase. The design team shall provide professional engineering services to perform planning, investigations, surveys, reports, consultations, site visits, design work, preparation of contract drawings and specifications, construction scope of work, construction cost estimates, submittal register, basic outline of a construction schedule. Efforts include concept/developmental drawings, contract drawings, functional layouts, specifications, construction cost estimates, basic estimated construction schedule, submittal register, engineering calculations, and subsequent Construction Period Services. The Design team is responsible for coordinating with the Contracting Officer s Representative (COR) and appropriate VA personnel. Design drawings shall have VA Engineering/Contracting reviews at all stages. Energy reviews will be conducted at the 65% design review stage by a VA Energy Engineer. Fire/Life Safety Code Review will be conducted at the 65% design review stage by a VA contracted firm. All provided comments must be addressed to the satisfaction of the VA COR before the VA will accept a final design. III. MATERIALS PROVIDED TO AE AFTER AWARD: PLANS: Existing facility record drawings and files that are available will be provided for the AE s use. NOTE: Not all record drawings exist which is why this scope requires the AE to perform in-depth surveying and investigations on site. The accuracy of facility conditions, records or as-built drawings will need to be completely field verified by the AE. SPECIFICATIONS, STANDARDS, ETC: The project design shall be completed in accordance with this AE scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. Ensure compliance with local, state, and federal guidelines such as: ASHRAE Standard 188-2018: Legionellosis: Risk Management for Building Water Systems. CDC for Legionella Control in Water Systems. OSHA Technical Manual. The AE shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station level modified specifications for certain specification sections will be provided by the VA after the notice to proceed as been issued. These documents and all national, state, and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes: Master Construction Specifications (PG-18-1) Design and Construction Procedures (PG-18-3) Standard Details and CAD Standards (PG-18-4) Equipment Guide List (PG-18-5) Space Planning Criteria, and VA-Space & Equipment Planning System (PG-18-9) Design Manuals (PG-18-10) Design Guides (PG-18-12) Barrier Free Design Guide (PG-18-13) Room Finishes, Door, and Hardware Schedules (PG-18-14) Minimum Requirements for A/E Submissions (PG-18-15) Environmental Planning Guidance (PG-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (AE to field verify conditions) National Fire Protection Underwriters Laboratory IV. DESIGN REQUIREMENTS: The A/E will be required to visit and inspect the project site prior to providing their A/E proposal for this project. GENERAL: These descriptions are to give a general scope and scale of efforts required and do not necessarily cover all VA design guide requirements. This project requires the AE to accomplish a comprehensive site and system assessment to identify high-risk water systems and vulnerabilities. The project shall be designed with viable options/deductive alternates equal to or less than 10 percent of the construction funding limitation to ensure construction award within program budget limitations. The number of deductive alternates shall be between three and five (or as approved by the VA Contracting Officer). Construction Cost Estimate: Construction cost estimate shall be organized using the fifty (50) division format developed by the Construction Specifications Institute (C.S.I.). The cost estimate shall include various categories of work involved, quantities, and unit cost. The estimate shall also be based on the anticipated start date for construction, plus an inflation allowance for the Fayetteville, NC area for the anticipated time of bidding. This must meet current VA cost estimate guidelines and is subject to VA COR final approval/acceptance at each submission. Each submission must reflect all current bid deducts. Construction Schedule outlining all major projects tasks and phases with estimated durations for each. This shall include notice to proceed date, submittal process, mobilization, major tasks and/or discipline work events, phasing, significant inspections/commissioning events, closeout, turn-over and de-mobilization. Provide an excel type project schedule chart outlining a generic construction schedule for this project. Final schedule to be approved by VA COR. Meeting Agendas and Minutes: The AE shall provide an agenda for every meeting and take minutes of all meetings, conferences, site visits, etc. A copy of the agenda and minutes for each meeting or site visit shall be provided to the VA COR for acceptance. The VA COR must approve all formats and content. Contract Drawings: Provide fully developed Contract Drawings in Revit BIM to the minimum level of detail (LOD) 300 (in a current Revit version accessible by the VA) and provide Revit Drawings and PDF drawings electronically and in hard copy. Hard copy drawings shall be plotted at 1/8"" or 1/4"" scale, minimum. A larger, more appropriate scale shall be used for sections and details. The final contract drawings (as-builts) shall be black ink on E size (30"" x 42"") paper. (See also CADD requirements of Sections V and VIII.). Specifications: Provide fully developed and edited specifications in a MICROSOFT WORD format accessible by the VA. Specifications shall be printed on 8 ½"" x 11"" bond paper, font type Times New Roman, 12 pt. Construction Statement of Work: Provide fully developed executive summary of the construction work required in MICROSOFT WORD format accessible by the VA. The SOW shall be printed on 8 ½"" x 11"" bond paper, font type Times New Roman, 12 pt. Submittal Register: Provide a submittal register in an approved formatted excel spreadsheet with all A&E/Designer of Record (DOR) required submittals per final plans and specifications for this project. This is intended to be provided to a construction contractor to use and complete with the expectation that the A&E has reviewed and considers complete with maybe minor omissions needing addressed by a GC. V. REVIEW REQUIREMENTS AND TIME FRAMES KICK-OFF and DEVELOPING INITIAL DESIGN PACKAGE Expectation is for the AE to execute any additional information gathering and conduct a preliminary plan development meeting and review with the VA COR during this requirement. This must include initial site visits and data collection, meeting with stakeholders, sight surveys, and develop a comprehensive understanding of the project site. Preliminary Documents: The Design Team must develop and evaluate three alternatives for the prevention of Legionella. The Design Team must evaluate the pros and cons of each design in terms of cost, efficiency, feasibility of implementation, and integration challenges into the existing system and Facility and recommend the best alternative. The Design Team must develop Concept Drawings (sketches, diagrams, layout, form/shape of buildings or structures) of the system to minimize water stagnation and dead legs in the final plan. This must include an issues log for tracking and documenting issues/decisions made for the project duration and for the final record. Design checklist review with VA COR to cover submittals and verify all follow-on submittal stages and requirements for Design Development and Construction Drawing package submittals. Discuss entire design scope and address in the plan for tracking and completeness of final submittal. Every meeting must go over the design scope of work and have an agenda available prior to the meeting for VA COR approval. 35% REVIEW: Preliminary Design Documents. Customer Concept Documents. Outline the project s initial concept and design approach, based on the client s requirements and project scope. Schematic/Preliminary Design Drawings. Develop initial design concepts that can be refined based on stakeholder feedback. These initial sketches and detailed drawings that provide a visual representation of the project, including layouts, floor plans, and elevations. Provide one (1) hard copy Arch E (30 x42 ) set of comprehensive drawings for VA review and comment and one electronic set in PDF format. Design Analysis. An analysis of the project s design, addressing factors such as structural integrity, materials, and compliance with relevant codes and standards. Also include initial calculations for mechanical, structural, and electrical systems. Provide one electronic copy of this analysis for VA review and comment. PDF format preferred. Provide a written Design Narrative that explains the design intent, key features, and the overall vision of the project. (One copy in word format, one copy in PDF). Preliminary Specifications. These documents detail the materials, standards, and workmanship required for the project, providing a basis for the detailed specifications that will be developed in later phases. Provide one electronic copy of the proposed specification sections to date. These shall have been updated to reflect this project and its requirements. Index shall show which VA specifications are included and which VA specifications are not (lined through) for ease of review and ensuring all required specifications are included to move forward. PDF format preferred. Cost Estimates. Preliminary Cost Estimates are prepared to give an idea of the project s budget and financial feasibility. Provide one electronic copy for VA review, comments, and subsequent approval. Excel preferred. Project Schedule. An initial project schedule outlining the key milestones and timelines for the design and construction phases. Provide one electronic copy of the prosed schedule for VA review, comments, and subsequent approval. These documents help ensure that all stakeholders have a clear understanding of the design direction and provide a basis for further development and refinement in subsequent design phases. 65% REVIEW: Design Development DD-1 Provide 65% level of efforts for all disciplines required. One (1) Arch E (30 x42 ) copy of work completed to date. One (1) electronic copy of proposed specification sections to date. These shall have been updated to reflect this project and its requirements. Index shall show which VA specifications are included and which VA specifications are not (lined through) for ease of review and ensuring all required specifications are included to move forward. Provide electronically transferred copy of any VA Design Comments with A&E responses, drawings, specifications, construction cost estimate and any other draft documents ready for review at this level. 95% REVIEW: Design Development DD-2 This shall represent a complete design with little or no remaining issues or missing data. This submittal should have all required number of drawings to clearly indicate to bidders all requirements. One (1) Arch E (30 x42 ) copy. One electronic copy of proposed specification sections to date. Index shall show which VA specifications are included and which VA specifications are not (lined through) for ease of review and ensuring all required specifications are included to move forward. Provide electronically transferred copy of the 65% VA Design Comments with A&E responses, drawings, specifications, construction cost estimate, template construction schedule and all required documents for a complete design package. This submission shall include 3D renderings of interior and exterior significant features and views of this future building. One or more of these will be intended to be used by the construction contractor for construction signs. FINAL SUBMISSION: Construction Documents (CD): All drawings and documents shall indicate Issued for Construction. VA COR shall review electronic copies prior to giving approval to print/plot this package as a final check for significant errors. Two (2) Arch E (30 x42 ) and two (2) half size printed copies of final drawings. Two (2) printed out set of final indexed and bound specifications double sided. Two (2) printed copies of the final description of work including base bid and all deduct alternates. Two (2) printed copies of the construction cost estimate with bid deducts broken out or readily identifiable and separable from base bid work. Two (2) printed copies of the submittal register. Two (2) printed copies of the template construction schedule. Two (2) printed copies of all design review comments and A&E responses for the entire process. Electronically transferred to VA PDF, Word and Revit/CAD copies of all documents and files. All shall be in a combined copy as well as separated by sheet or book. VI. SCHEDULE Design Kick-off and issuance of Notice of Award. This meeting is expected to take place within 10 calendar days of Notice to Proceed. Concept Design and BAS entry/programming plans submission due 21 calendar days from receipt of the Notice to Proceed. Concept Design and BAS programming plan review Comments due 21 calendar days from receipt of Concept Design/BAS plan submission. 35% Schematic Design Submission due 30 calendar days from the Concept Design Review. BAS graphics and programming may begin if VA approves this plan. A&E will need the trending data to complete any design for correction of domestic water system issues that identifies but can proceed with design efforts for known issues. This below schedule is an estimate only and revisions to the actual design schedule will be as approved by the VA COR as needed. 35% Schematic Design Submission review comments due 14 calendar days from receipt of 35% design submission. 65% Design Development Submission due 45 calendar days from return of 35% Schematic Design Submission review comments. 65% Design Development Submission review comments due 14 calendar days from receipt of 65% design submission. 95% Design Development Submission due 30 calendar days from return of 65% Design Development Submission review comments. 95% Design Development Submission review comments due 14 calendar days from return of 95% Design Development Submission review comments. 100% Final design ( Issued for Construction ) submission due 14 days from receipt of 95% Design Development Submission review comments. Total calendar days from Notice to Proceed to 100% Final Design Submission: 213 days. Period of Performance Design completion: 213 calendar days; includes VA design reviews. Procurement Timeline: 180 days from the time engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process. Construction period services: 365 calendar days (12 months) from date of construction award. Total contract period: 758 calendar days VII. CONSTRUCTION SERVICES (starts once construction notice to proceed is issued) PRECONSTRUCTION MEETING: Participate and facilitate this meeting in conjunction with the Contracting Officer, COR and contractor. Topics shall include standard contract requirements, facility specific requirements, safety discussion, design and specifications review, schedule review, Quality Assurance/Quality Control processes, submittal and RFI process, changes process. BIWEEKLY SITE INSPECTIONS: Designer shall meet biweekly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. Designer to plan on 12 site visits to inspect the work and progress (these are in addition to the pre-con, pre-final and final inspections). CONSTRUCTION CHANGE ORDERS: Designer shall prepare the Statement of Work and Cost estimates (returned within 7 calendar days) as needed. SUBMITTTAL REVIEW AND LOGS: Designer shall prepare and maintain a log of submittals and RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 10 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. WEEKLY PROGRESS MEETINGS: Designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Again, minutes of this meeting shall be issued within 3 working days of the meeting. PROJECT ADMISTRATION: Designer shall utilize a web-based project tracking/administration software during construction period services. Software will track inspections reports, construction change orders, submittals, RFIs, RFPs, progress meeting reports, and any other applicable documents. Application shall be accessible by construction contractor, VA COR, and VA CO. Recommended applications: Submittal Exchange, Procore, or equal. PROJECT CLOSEOUT: Designer shall receive notice of intent for Pre-Final and Final inspections from the contractor. The contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following both the pre-final and the final inspections, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 working days to complete the punch list and notify the designer for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Release of Claims for Design Project: Prior to the final payment under this design contract or prior to settlement upon termination of the design contract, and as a condition precedent thereto, the AE shall execute and deliver to the Contracting Officer a release of all claims against the Government arising under or by virtue of this contract, other than such claims, if any, as may be specifically excepted by the AE from the operation of the release in stated amounts to be set forth therein. PROJECT DOCUMENTATION: Designer shall coordinate with the contractor to gather record copies of submittals, as-built documents, mechanical test and balance reports, maintenance manuals, coordinate owner training sessions, and provide the same to the owner. Upon completion of construction and incorporation of all revisions required to complete the record drawings, the following items shall be submitted: 1 set of original reproducible as-built plans (30 X 42 ) plus an electronic copy in REVIT/CAD and PDF formats. 1 set of all O&M manuals in binders and indexed plus the electronic versions in Excel or Word and pdf for all. 1 set of all other project documents in binders and indexed plus the electronic versions in Excel or Word and PDF for all. VIII. CAD REQUIREMENTS: DRAWINGS: See also final design submission requirements. Full size two-dimensional drawings electronically submitted. The completed drawing files shall be fully operational in REVIT/CAD; a PDF copy will additionally be provided. DELIVERY FORMAT: Media and archive procedure for transfer of all drawing files to the office of Engineering Project Section shall be via a shared site that can transfer these files and accessible from a VA/U.S. Government computer. NAMING CONVENTIONS: Files will be unique and use a maximum of 8 alphanumeric characters (or as approved by the VA COR), the file name and extension will be separated by a period. The file layer structure will follow the VA approved standard ""CAD LAYER GUIDELINES"" Recommended Designations for Architecture, Engineering, and Facility Management Computer-Aided Design as prepared by The Task Force on CAD Layer Guidelines. Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Design shall also meet all applicable codes and standards. Proposed work is located at Fayetteville VA Medical Center. A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated 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. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. 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. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Primary Selection Criteria (listed in descending order of importance): Specialized Experience: Specialized experience and technical competence in the design and construction period services for a complete mitigation for removing dead-end(s) from hot & cold-water pipes, or similar project. Project experience must include experience with similar sized water systems, preferably in healthcare facilities or large industrial buildings. Other specialized experience includes proficiency in designing and engineering HVAC systems, including chillers, cooling towers, pumps, and distribution systems, critical path scheduling, fire protection, construction infection control protocols, energy conservation, and sustainable design practices. Submissions shall include nomore or less than five (5) recent and relevant government and private experience projects similar in size, scope and complexity, and experience with the types of projects above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services provided within the past 5 (five) years. Any projects older than five years but within seven years, will be considered Somewhat recent and will have some consideration. 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 Contract number associated with the project. Section G will used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects. The evaluation will also consider narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated. 1. The management approach 2. The coordination of disciplines and subcontractors 3. Quality control procedures, and 4. Familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Professional Qualifications: Necessary for satisfactory performance of required service. The contractor shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the United States for the key positions listed below. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five (5) years) and qualifications (i.e., e...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2aca91b0ebb145ab9bc933f69e1a81b8/view)
 
Place of Performance
Address: Department of Veterans Affairs Fayetteville VA Medical Center 2300 Ramsey Street, Fayetteville, NC 28601, USA
Zip Code: 28601
Country: USA
 
Record
SN07418431-F 20250425/250423230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.