Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
SOLICITATION NOTICE

C -- INCREASE CHILLED WATER CAPACITY AE Project 565-25-153

Notice Date
4/2/2025 9:19:11 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
36C24625R0031
 
Response Due
4/17/2025 10:00:00 AM
 
Archive Date
07/25/2025
 
Point of Contact
Elaine Belber, Contract Specialist, Phone: No telephone inquiries will be accepted.
 
E-Mail Address
Elaine.Belber@va.gov
(Elaine.Belber@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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 330S 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 #565-25-153, Increase Chilled Water Capacity 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: Elaine Belber, Contract Specialist Email: Elaine.Belber@va.gov PROJECT INFORMATION: Project No. 565-25-153 Project Title: Increase Chilled Water Capacity (AE) Fayetteville VA Medical Center 2300 Ramsey Street Fayetteville, NC 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 around August 25, 2025. The NAICS code for the anticipated Construction project is projected to be 238220 and magnitude of construction is predicted to be between $2,000,000 and $5,000,000. 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. This will require performing site investigations using 3D Scanning, Revit/BIM, and supporting information. 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: Provide professional engineering services to perform planning, investigations, surveys, reports, consultations, site visits, design work, preparation of contract drawings and specifications, preparation of construction cost estimates, construction schedule and provision of construction period services as necessary for all demolition, modification, construction, inspection, testing and certification for all construction components for project 565-25-153, Increase Chilled Water Capacity. The construction budget is between $2,000,000 and $5,000,000. The intent of this project is to work under review authority of the VAMC Staff to accomplish a detailed investigation and survey of the existing Chilled Water Plant and capacity, to design and prepare a set of complete construction documents for all architectural, structural, civil, mechanical, plumbing, electrical, life safety and other applicable components of this project. The design is to provide an increase of 1000-ton Chilled Water capacity at/to the Medical Center. The design team shall develop three alternatives for Chilled Water expansion, each with a different approach to increase capacity. 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. Design shall address options in the concept phase as well as physical placement on the facility to both provide the additional capacity to meet the facilities needs as well as to minimize operational interference during the construction. II. SCOPE OF WORK: This project will engage an Architectural Engineering (AE) firm to provide an Investigation and Surveying Plan, Construction Scope of Work, Contract Drawings, Functional Layout, Specifications, Commissioning Plan, Construction Cost Estimates, Construction Schedule, Submittal Register, Engineering Calculations, and subsequent Construction Period Services. It will also engage said Architectural Engineering (AE) firm to provide a Memorandum of Agreement for all above. The Design team is responsible for coordinating with the Contracting Officer s Representative (COR) and appropriate VA personnel to determine a plan for increased chiller capacity. The AE firm shall hire a third-party Commissioning Agent (CxA) to be involved from project kickoff through Final Design and throughout construction. AE to coordinate for the CxA to develop the commissioning plan and be involved throughout the design and construction. DEMOLITION/SITE WORK: Demolition of utilities as needed. Clearing vegetation and grading as required. NEW WORK: This project will add 1000-ton Chilled Water capacity on the main campus of the Fayetteville VAMC. The Design Team must develop Concept Drawings of the increased capacity and recommended location. The Design Team must develop and evaluate three alternatives for Chilled Water expansion, each with a different approach to increase capacity. 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. Design drawings are to be completed with VA Engineering, Contracting and the Executive Leadership. 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. 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 A&E 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. 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 Designer will be required to visit and inspect the project site prior to providing their A/E proposal for this project design. 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 A&E to accomplish a thorough study and evaluation of the existing Chiller Plant, existing capacity, and supporting areas within the Facility including increased capacity alternatives. The project shall be designed with viable deductive alternates equal to or greater 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 �"" 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 �"" 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 A&E 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 Chilled Water expansion, each with a different approach to increase capacity. 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 increased capacity and recommended location to be used 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 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 Concept Design Submission 21 calendar days from NTP VA Concept Design Review 14 calendar days from Concept Design Submission 35% Schematic Design Submission 30 calendar days from Concept Design Review VA 35% Schematic Design Review 14 calendar days from 35% Design Submission 65% Design Development Submission 45 calendar days from 35% Design Review VA 65% Design Development Review 14 calendar days from 65% Design Submission 95% Design Development Submission 30 calendar days from 65% Design Review VA 95% Design Development Review 14 calendar days from 95% Design Submission 100% Final Design Submission 14 calendar days from 95% Design Review Total calendar days from Notice to Proceed to 100% Final Design Submission: 196 days. Procurement timeframe: 180 days from the time Engineering submits package to contracting. During this timeframe, 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 from construction award date Total contract period: 741 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 10 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. IX. ATTACHMENTS: 100% Construction Drawings with Chiller Mod 05-22-2017 (End 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: Specialized Experience: Specialized experience and technical competence in the design and construction period services for a complete design of a 1000-ton Chiller (Capacity Increase) or similar project. Project experience must include experience with similar sized chilled 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 no more 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 ser-vices 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 e sufficient. The narrative of how the firm addresses each of these will be evaluated. The management approach The coordination of disciplines and subcontractors Quality control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Professional Qualifications: Necessary for satisfactory performance of required service. The A-E 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 years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the state where the project is located. Key positions and disciplines required for this project include but are not limited to: Architect (LEED certified) CADD Technician Structural Engineer Geotechnical Engineer Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Project Manager Quality Assurance Physical Security Specialists Registered Communications Distribution Designer (RCDD) Commissioning Agent Cost Estimator Responses must include the extent to which potential contractors/subcontractors identify and commit to the use of service-disabled veteran-owned small businesses when submitting the personnel proposed to perform the work under this requirement. The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Experience in Construction Period Services (CPS): Experience in construction period services to include solicitation support services, professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pr...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec2e33f1b3c34d7d89ac64c9af1a8e6f/view)
 
Place of Performance
Address: Department of Veterans Affairs Fayetteville VA Medical Center 2300 Ramsey Street, Fayetteville, NC 28301, USA
Zip Code: 28301
Country: USA
 
Record
SN07394681-F 20250404/250402230047 (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.