C1DA--590-25-200 Campus Historical Preservation - Building 27 Request for SF330s
ID: 36C24625R0011Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified architect-engineering (A/E) firms to provide services for the historical preservation and renovation of Building 27 at the Hampton VA Medical Center in Virginia. The project encompasses the restoration of 51,808 square feet of space, requiring expertise in architectural and electrical engineering, while adhering to historical preservation guidelines and safety regulations. The selected firm will be responsible for comprehensive design plans, including site investigations, environmental surveys, and construction oversight, with an estimated project cost between $10 million and $20 million. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their SF-330 forms electronically by 3 PM EDT on January 9, 2025, to the designated contacts, Donteana Gibbs and Guy K. Brooks.

    Point(s) of Contact
    Donteana GibbsContract Specialist
    (757) 251-4109
    Donteana.Gibbs@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice seeks architectural-engineering (A/E) firms to submit SF-330 forms for the historical preservation project of Building 27 at the Department of Veterans Affairs in Hampton, Virginia. This project is exclusively reserved for service-disabled veteran-owned small businesses (SDVOSB) and aims to restore and renovate 51,808 square feet of space while adhering to historical preservation guidelines. Interested firms must be registered in the SBA’s Veteran Small Business Certification database. The A/E firm selected will provide design and construction period services as outlined in the Scope of Work and must demonstrate expertise in both architectural and electrical engineering related to historical preservation. The anticipated cost for the project is between $10 million and $20 million, with design fees capped at 6% of this cost. Submissions should include detailed documents, drawings, specifications, and must be electronic, conforming to specific formatting requirements. Evaluation will follow federal criteria, selecting firms based on their qualifications and documented experience. Interviews may occur with the top-rated firms before final selection. The document emphasizes adherence to VA guidelines and stipulates that submissions are due by January 9, 2025, at 3 PM Eastern Time.
    The Hampton VA Medical Center is soliciting Architect/Engineer (A/E) services for the restoration and renovation of Building 27, which encompasses 51,808 square feet, in accordance with historical preservation guidelines and safety regulations. The project requires extensive site investigation, environmental surveys for hazardous materials, and adherence to the National Historic Preservation Act. A comprehensive design plan must include various engineering aspects—architectural, civil, structural, mechanical, electrical—while also ensuring compliance with fire safety and infection control measures. The A/E will be responsible for creating precise construction drawings, specifications, and updating plans based on site conditions and construction progress. A cost estimate will be required that adheres to established budgetary limits, with contingencies for managing any potential overruns. Additionally, the project emphasizes Infection Control Risk Assessment (ICRA) to safeguard patient and staff health during renovations. The A/E will provide construction oversight, including site visits and inspections, ensuring all work complies with VA standards and regulations. The overall contract is to span a total of 860 calendar days encompassing design, procurement, and construction phases, illustrating the VA's commitment to modernizing healthcare facilities while preserving historical integrity and prioritizing safety.
    The document outlines the selection criteria for Architecture-Engineering (A/E) firms responding to a Request for Proposals (RFP) from the Department of Veterans Affairs (VA). It details evaluation standards in compliance with federal regulations, emphasizing the importance of demonstrating qualifications via the Standard Form 330 (SF-330). The evaluation factors are prioritized as follows: Professional Qualifications, Specialized Experience and Technical Competence, Past Performance, Capacity to Accomplish the Work, Construction Period Services, Record of Significant Claims, Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Location. Key submission requirements include a history of relevant completed projects, performance references, detailed descriptions of team capacity, evidence of construction period services capability, and disclosure of significant claims. The document highlights the necessity of recent hospital renovation experience and mandates compliance with SDVOSB regulations for bidders. In cases of tied assessments, proximity to the Richmond VA Medical Center will serve as a tie-breaking factor. This structured selection process ensures that qualified firms can effectively contribute to the renovation projects within the VA, upholding a high standard for quality and performance.
    The document outlines a Past Performance Questionnaire request from Donteana Gibbs of the Network Contracting Office 6-RPO East, concerning a contractor being evaluated for a potential contract with the Central Virginia VA Healthcare System in Richmond, VA, related to campus historical preservation. The questionnaire seeks detailed feedback from references about the contractor's previous performance in various areas, including quality control, timely performance, management effectiveness, and safety standards. Evaluators rate the contractor on a scale from A (Exceptional) to E (Unsatisfactory) across different performance metrics. The request emphasizes the importance of providing prompt and accurate evaluations, which will inform the decision-making process regarding the contractor's suitability for the project. This file exemplifies standard procedures in government contracting, where past performance is critically assessed to ensure quality and reliability in awarded contracts.
    Lifecycle
    Similar Opportunities
    C1DA--Philadelphia VAMC Multiple Award AE IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for a Multiple Award Architectural and Engineering Indefinite Delivery Indefinite Quantity (IDIQ) contract at the Philadelphia Veterans Affairs Medical Center (VAMC). The objective is to provide comprehensive A-E services for maintenance, repair, and new construction projects, ensuring adherence to VA and industry standards while focusing on functional, patient-centric, and environmentally responsible designs. This procurement is particularly significant as it promotes the involvement of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the infrastructure supporting veteran care. Interested firms must submit their SF330 forms by April 18, 2025, with a maximum combined task order amount of $7 million per contract over a five-year duration. For further inquiries, contact Kaitlyn House at Kaitlyn.House@va.gov or call 302-577-0106.
    C213--24-00644 VISN 7 Facility Condition Assessment-VISN 7 Facility Condition Assessment
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Architect/Engineer (A/E) services to conduct Facility Condition Assessments (FCAs) for Veterans Integrated Service Network 7 (VISN 7). The objective of this procurement is to evaluate the physical and technical conditions of approximately 235 buildings across various VA Medical Centers and Veterans Benefits Administration offices, ensuring necessary corrective actions are identified and documented. This initiative underscores the VA's commitment to maintaining its infrastructure while supporting veteran-owned businesses, with the selected contractor expected to form a multidisciplinary team and complete assessments within 360 days. Interested firms must submit their qualifications electronically by March 24, 2025, to the Contracting Officer, Andrea Greene, at Andrea.Greene2@va.gov.
    C1DA--AE-NRM-663-23-100 Refurbish Bldg 100 Elevators S5-S8 - Seattle Tier 4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to refurbish elevators S5-S8 in Building 100 at the Seattle VA Medical Center. This project aims to enhance safety, reliability, and energy efficiency through comprehensive upgrades, including modernizing control systems and ensuring compliance with ASME A17.1-2022 codes. The estimated construction budget for this initiative is between $5 million and $10 million, with a targeted construction start in the third quarter of FY2027. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications and past performance questionnaires by March 14, 2025, and can contact Contract Specialist Robert Capers at robert.capers2@va.gov for further information.
    C1DA--Project# 534-23-102 A/E Replace Roofs Phase 2 Request for SF-330's
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to undertake the "Replace Roofs Phase 2" project at the Ralph H. Johnson VA Health Care System in Charleston, South Carolina. This project involves the replacement of aging roofs, enhancement of thermal insulation, updating lightning protection systems, and potentially replacing rooftop equipment, with a budget estimated between $1 million and $5 million. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with VA Energy Directives and addressing structural and seismic issues. Interested firms must submit their SF-330 forms and completed Past Performance Questionnaires by March 31, 2025, to be considered for this opportunity. For further inquiries, contact Kenyon E. Dulaney at Kenyon.Dulaney@va.gov or (470) 882-2776.
    C1DA--PN: 636-25-306, Upgrade Surgery Air Handlers (OM) PN: 636-25-502, AHU Replacement (GI) - Full Brooks Act 36C263-25-AP-1138
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading air handling units at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. The projects involve replacing existing rooftop units and enhancing HVAC systems to meet current healthcare standards while ensuring minimal disruption to medical operations during construction. These upgrades are crucial for maintaining high air quality and compliance with VA HVAC codes, thereby supporting the overall healthcare environment for veterans. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their qualifications via SF 330 forms by April 7, 2025, with an estimated project budget ranging from $2 million to $5 million and a total duration of 245 calendar days from the Notice to Proceed. For further inquiries, contact Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    Z2DA--Renovate Building 6 | NCO 4 Specialized (VA-25-00017047)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of Building 6 at the Wilkes-Barre VA Medical Center, with an estimated construction cost between $1,000,000 and $2,000,000. This project aims to execute a comprehensive design-build overhaul, including architectural, structural, and utility upgrades, while ensuring compliance with health and safety standards and minimal disruption to hospital operations. The procurement process is structured in two phases, prioritizing bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a deadline for Phase I proposals set for February 21, 2025. Interested contractors must adhere to federal wage standards and provide documentation to demonstrate compliance, with all inquiries directed to Contracting Officer Melvin E. Moore at melvin.moore2@va.gov.
    C1DA--NCO 17 AE Short Selection Database FY24 - FY27
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17 (NCO 17), is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (AE) Short Selection Database for fiscal years 2024 to 2027. This initiative aims to streamline the procurement process for AE contracts valued below the simplified acquisition threshold of $250,000, facilitating projects across the VA’s Heart of Texas Health Care Network, which includes multiple VA Medical Centers in Texas. Eligible firms must submit a single PDF containing a cover letter, proof of registration in the System for Award Management (SAM), and the Standard Form 330 detailing their qualifications and relevant project experience by the deadline of September 27, 2023. For further inquiries, interested parties can contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or (254) 987-0201, or Horacio Fernandez at horacio.fernandez@va.gov.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks and structural concerns. The contractor will be responsible for comprehensive project management, including the renovation of roofing systems, installation of fall and lightning protection, and necessary repairs to interior walls, with a performance period of 365 days and an estimated cost between $5 million and $10 million. Proposals must be submitted electronically by March 14, 2025, at 1:00 PM EST, to the Contracting Officer, Joseph A. Osborn, at JOSEPH.OSBORN@VA.GOV.
    C1DA--549-215 Bathroom Expansion - Community Living Center - Dallas, TX
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified architect-engineering firms for the design and oversight of a bathroom expansion project at the Dallas Veterans Affairs Medical Center Community Living Center. The project, identified as 549-215, aims to enhance patient privacy by constructing individual bathrooms for patient rooms, refurbishing existing facilities, and ensuring compliance with updated HVAC standards for pandemic readiness. This initiative underscores the VA's commitment to improving healthcare infrastructure and patient care standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their Standard Form 330 qualification packages by March 13, 2025, with an estimated construction value of $6,837,600 and a completion timeline of 235 days post-award. For further inquiries, contact Contracting Officer Gabriel D. Escarciga at Gabriel.Escarciga@va.gov or Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov.
    Y1JZ--FY-25 | PROJECT NO. 804CM3021 | Beverly NC Repairs and Improvements Construction Project (VA-25-00043490)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Beverly NC Repairs and Improvements Construction Project (Project No. 804CM3021) at the Beverly National Cemetery. The project involves significant renovations to the Administration Building and Rostrum, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict guidelines for historic preservation and operational integrity. This opportunity is particularly important as it supports the maintenance and enhancement of a site dedicated to honoring veterans, with a contract value estimated between $500,000 and $1 million. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids electronically through the eCMS Vendor Portal by March 17, 2025, and are encouraged to RSVP for the virtual bid opening scheduled for the same date.