SOLICITATION NOTICE
C -- Replace And Upgrade Emergency Power Systems, Equipment, And Components
- Notice Date
- 4/30/2025 12:09:53 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24625R0036
- Response Due
- 5/30/2025 7:00:00 AM
- Archive Date
- 09/06/2025
- Point of Contact
- Erica Manglona, Contract Specialist, Phone: No telephone inquiries will be accepted
- E-Mail Address
-
Erica.Manglona@va.gov
(Erica.Manglona@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Durham, North Carolina 27705 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: Architect-Engineer Services shall include: Provide a design narrative, drawings, specifications, and a cost estimate at 30%, 60%, 90%, and final design stages for Project 558-25-151 Replace and Upgrade Emergency Power Systems, Equipment and Components in Building 1. This includes but is not limited to determining the capacity of building 18 s 3 generators and supportive infrastructure against peak demand and providing recommendations to either upgrade or replace current generator sets; provide emergency power distribution to Sterile Processing Service (SPS) Heating, Ventilation, and Air Conditioning (HVAC), Operating Room (OR) HVAC, Emergency Department (ED) HVAC, 3rd Floor Laboratory HVAC, Morgue HVAC, Magnetic Resonance Imagining (MRI) Department HVAC, Computed Thermography (CT) Department HVAC, Garage B, and other critical equipment per Facilities Condition Assessment (FCA) report. Upgrades should support VA 96-hr requirements. The AE s primary project design objectives are to improve the environment of care for patients, visitors, and staff through the design of a reliable emergency power system for HVAC equipment and critical departments. This is to avoid loss of airflow and pressurization to units during loss of normal power. Provide construction period services which shall include site visits, submittal and RFI review, changes, cost estimation, and as-built preparation. Provide the number of site visits necessary for discovery during Phase I-Investigative Service/Schematic Design/Other Related Services to prepare documents for Phase II-Design Development and Phase III-Construction Documents not listed under Phase IV-Construction Period Services. All work to be performed for this project must meet all National Fire Protection Association Codes and Standards (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); International Code Council Codes; Applicable VA Design Guides, Design Manuals and Standards located on the Office of Construction Management Website (http://www.cfm.va.gov/til/index.asp); Federal, State, and Local regulations and codes; and Joint Commission on Accreditation of Healthcare Organizations (JCAHO) standards and guidelines. Design must adhere to the following energy requirements: All new construction shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2010, if life cycle cost effective. Use Appendix G of American Society of Heating, Refrigeration, and Air-Condition Engineers (ASHRAE) Standard 90.1-2010 to document the energy savings. Should the 30% reduction in energy consumption prove not to be life cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements to identify the most energy-efficient design that is life cycle cost effective. The following parameters shall be used for performing the analysis: 20-year life-cycle period for system comparisons Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, etc. 7% Discount Factor Neither includes taxes, nor insurance while computing cost. Design and construction shall be done in such a way that facility will always meet emergency power required under Joint Commission (J.C.) and VHA Standards. Deliverables: Narratives with Calculations: Written narratives shall be used as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission. The narrative shall also include printouts of the calculations that include and are not limited to the following: HVAC load calculations, plumbing calculations, fire protection calculations, electrical power calculations, lighting calculations, and structural calculations. Calculations shall compute as far back in the system as necessary to prove if existing system can support connections to renovations/new construction. Design Scope: Once alternatives/options are selected, A/E shall develop and provide a complete set of hard and electronic drawings and specifications for bidding and construction purposes which encompass the previously selected options. The package shall contain Architectural and MEP drawings of sufficient detail that the construction contractor can accomplish the modifications with a minimum of additional guidance. Additionally, the A/E shall provide a detailed cost estimate of the project construction costs, phasing plan for installation which includes a 4-week lead time for major outages for the use of VA COR and a constructability analysis identifying the most efficient, cost-effective ways to accomplish the construction while allowing for the least disruption of hospital operations. The following A/E design submissions shall be in accordance with the A/E requirements listed on the VA website: Part I: Feasibility Study/Options: Prior to the initiation of any detailed design, the A/E shall, in conjunction with representatives of the Engineering Department, conduct inspections of the existing facilities, live peak load demand analysis, develop various alternatives, and conduct a feasibility analysis of these alternatives. NOTE: Specifications are not required with the Preliminary and Schematic Design submissions. Part II: 30% Submission: The requirements are working drawings at the 30% stage, marked-up specifications, draft phasing plan, draft Durham VA PCRA and NEPA forms and a preliminary detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 4 half size sets of drawings (22 x 34 ) on bond paper, 2 bound copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and 1 copy of the design narrative with calculations. Also provide 1 digital copy of the drawings (pdf and AutoCAD), specifications (pdf), cost estimate (pdf), and design narrative with calculations (pdf) on CD-ROM. Part III: 60% Submission: The requirements are working drawings at the 60% stage, marked-up specifications, draft phasing plan, draft Durham VA PCRA and NEPA forms and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 4 half size sets of drawings (22 x 34 ) on bond paper, 2 bound copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and 1 copy of the design narrative with calculations. Also provide 1 digital copy of the drawings (pdf and AutoCAD), specifications (pdf), cost estimate (pdf), and design narrative with calculations (pdf) on CD-ROM. Part IV: 90% Submission: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, finalized specifications, finalized phasing plan, PCRA and NEPA forms and a design narrative with calculations. Submit 6 half size sets of drawings (22 x 34 ) on bond paper, 2 bound copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and 1 copy of the design narrative with calculations. Also provide 1 digital copy of the drawings (pdf and AutoCAD), specifications (pdf), cost estimate (pdf), and design narrative with calculations (pdf) on CD-ROM. Part V: 100% Final Submission: Provide 1 set of bound drawings (30 x42 ) on bond paper, 4 sets of half size (22: X 34 ) drawings on bond paper, 2 sets of unbound specifications, 1 copy of the construction cost estimate, and 1 bound copy of the design narrative with calculations. Also provide 1 digital copy of the drawings (pdf and AutoCAD), specifications (pdf), cost estimate (pdf), and design narrative with calculations (pdf) on CD-ROM. The design deliverables must adhere to the following requirements: Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include Part 1-General, Part 2-Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified in Para. 11 below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 ½ x 11 bond paper using 12pt Times-New-Roman font. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions. Construction Cost Estimates: The A/E shall prepare a Construction Cost Estimate in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, overhead, profit, Bond, and project management. All cost data shall be taken from the most current version of a recognized industry standard, e.g., Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with 30%, 60%, 90%, and 100% design reviews and for the final submission. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder. The estimate shall also include an estimated period of performance of the construction based on a CPM schedule. Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. Part VI: Final Documents/Reproduction: The A/E shall be responsible for all reproduction during design; however, only materials which are submitted to the VA for design reviews shall be reimbursable. All other reproduction for in-house reviews, consultants, etc. shall not be reimbursed. At the completion of design, the A/E shall be required to print up to fifty (50) construction document bid sets on a reimbursable basis (to be supported by invoice). Note that all bid administration activities will be performed by the VA Contracting Office. Submission Due Dates: Part I - Feasibility Study 60 Days from NTP VA Review 81 Days from NTP Part II - 30% Submission Due: 111 Days from NTP VA Review 132 Days from NTP Part III - 60% Submission Due: 162 Days from NTP VA Review 183 Days from NTP Part IV - 90% Submission Due: 213 Days from NTP VA Review 234 Days from NTP Part V - 100% Submission Due: 264 Days from NTP VA Review 285 Days from NTP Note: The VA will have 21 business days to review each submission. (Feasibility Study, 30%, 60%, 90%, and 100%). The VA review period begins when the VA receives ALL required documents that are to be submitted for each design submission. A delayed in submissions on the A/E s part does not constitute a reduction in the VA s review period but will be a delay on the part of the A/E. The A/E shall attend a design review meeting following each VA review of each submission. The A/E is responsible for note taking during the meeting and issuing meeting minutes within 3 business days of the meeting to the COR. Provide construction period services which shall include the following: Bidder Site Visit: Participate and facilitate this site visit in conjunction with the Contracting Officer and COR, contractors, and representatives of the Building Committee as needed. At this meeting, potential contractors will walk the site limits to discuss the scope of work. Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer and COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a CPM construction schedule submitted within 10 business days from the Notice to Proceed. Submittal Review and Logs: Designer shall prepare and maintain a log of key submittals and of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 10 business 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. Response to RFI s: The A/E shall be responsible for evaluating RFI s to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 2 business days, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFI s which result in a change to contract cost. Construction Change Orders: Designer shall prepare the Statement of Work and Cost estimates (returned within 10 business days) as needed. Monthly Site Inspections: Designer shall meet monthly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. Monthly Progress Meetings: In conjunction with the monthly site inspection, the 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. Minutes of this meeting shall be issued within 3 business days of the meeting. Project Close Out: Designer shall receive notice of intent for final inspection from the contractor, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, 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. Record Drawing Submission: Provide 2 updated set of drawings (30 x42 ) on bond marked as As-built Drawings that include the contractor s mark-ups and an electronic copy of these updated drawings (pdf and AutoCAD) on CD-ROM. Period of Performance Design completion: 285 calendar days; includes VA design reviews. Procurement timeframe: 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: 730 calendar days from construction award date. Total contract period: 1,195 calendar days. PART B - Supplement B 1. Government Supplied: The facility record drawings and AutoCAD files are available for the AE s use. NOTE: Not all record drawings are available on AutoCAD. Additionally, it is emphasized that the accuracy of facility record drawings must be field verified by the AE. Prints of any current as-built drawings shall be made available to the AE during any of his site visits if requested. The VA Engineering Department drawing files, large size copier and paper will be made available for use by the AE for this purpose. END OF STATEMENT OF WORK 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): Selection Criterion 1, Specialized Experience and Technical Competence Specialized experience and technical competence in the design of medical facility emergency power systems in medical facility buildings of similar size (5+ story hospital) 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 3 (three) but no more than 5 (five) 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. Selection Criterion 2, Professional Qualifications 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: Architectural, Structural, 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. Criterion 3, Capacity The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. Provide a draft schedule IAW the 264-calendar day period of performance required for this project. Criterion 4, Past Performance 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 utilize the attached PPQ document, if needed. 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. Criterion 5, Knowledge of Locality 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. Criterion 6, Construction Period Services 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and ""NM"" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Selection Criterion 1, Specialized Experience and Technical Competence Selection Criterion 2, Professional Qualifications Criterion 3, Capacity Criterion 4, Past Performance Criterion 5, Knowledge of Locality Criterion 6, Construction Period Services PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL six (6) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS: 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to the Contracting Team: Branch Chief: Vangie.Miller@va.gov Contract Specialist: Erica.Manglona@va.gov Contracting Officer: Alice.Custis@va.gov No later than 10:00 a.m. Eastern Daylight Time on May 30, 2025. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24625R0036 Replace and Upgrade Emergency Power Systems, Equipment, And Components, Project # 558-25-151 (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) SAM Unique Entry ID Number (UEI) 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, large, etc.). The firm and or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75. Electronic submittals 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 considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s. VENDOR QUESTIONS: All questions shall be submitted to: Branch Chief: Vangie.Miller@va.gov Contract Specialist: Erica.Manglona@va.gov Contracting Officer: Alice.Custis@va.gov No later than 10:00 a.m. Eastern Daylight Time on May 16, 2025. ATTACHMENTS: SF 330 ~ Architect-Engineer Qualifications. SF 330 is prescribed for use in obtaining information from architect-engineer firms regarding their professional qualifications, as specified in 36.702(b)(1) and (b)(2). Past Performance Questionnaire
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2432700dcd03492fa31cb630c426060e/view)
- Place of Performance
- Address: Durham VA Medical Center 508 Fulton Street, Durham, NC 27705, USA
- Zip Code: 27705
- Country: USA
- Zip Code: 27705
- Record
- SN07426051-F 20250502/250430230043 (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 |