549-090 Build Out Underground Parking Area Minor Design - Dallas, TX
ID: 36C77625R0036Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS (C1DZ)

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-engineer firms to undertake the "549-090 Build Out Old Underground Parking Area Minor Design" project at the Dallas VA Medical Center. This project involves the renovation of approximately 12,433 square feet of an underground parking area to create functional inpatient service spaces, specifically for Biomedical Engineering and Clinical Support Services, with an estimated cost of $13,564,100. The selected firm will be responsible for comprehensive design services, ensuring compliance with VA guidelines and federal regulations, with a focus on enhancing the operational capacity for veterans' care. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications via Standard Form 330 by March 25, 2025, with the anticipated award date set for June 2025. For inquiries, potential contractors can contact Contract Specialist Kathryn Allison at Kathryn.Allison@va.gov or Contracting Officer Thomas Kracinovich at Thomas.Kracinovich@va.gov.

    Point(s) of Contact
    Kathryn AllisonContract Specialist
    Kathryn.Allison@va.gov
    Thomas Kracinovich
    Thomas.Kracinovich@va.gov
    Files
    Title
    Posted
    The Dallas VA Medical Center has initiated a project to convert an old underground parking area into functional inpatient service spaces to accommodate an increase in private inpatient bedrooms for veterans. This project, estimated to cost $13,564,100, involves the renovation of approximately 12,433 square feet, specifically allocating around 6,000 square feet for Biomedical Engineering Services and 6,433 square feet for Clinical Support Services. The Architect/Engineer (A/E) will conduct site surveys, prepare comprehensive design plans, and ensure all systems meet applicable VA guidelines and codes. Critical design aspects include life safety, mechanical, electrical, and plumbing systems, emphasizing integration with existing infrastructures. The A/E will also facilitate communication systems and ensure compliance with telecommunication standards. Construction services will require collaboration during various project milestones, including responses to contractor inquiries and the maintenance of documentation. The project is subject to strict oversight and quality control procedures, given the sensitive nature of the medical environment. Overall, the scope aims to enhance the operational capacity of the Dallas VA Medical Center while ensuring the safety and wellbeing of its veteran clientele throughout the construction phase.
    The SF330 Technical Question Tracker for the 549-090 Build Out Underground Parking Area in Dallas addresses submission format inquiries and clarifications regarding specialized experience requirements. The document specifies that submissions must utilize the standard fillable SF 330 form from GSA.gov without alterations, ensuring default font and black ink are used throughout. Questions raised include the necessity of color differentiation in charts, which is explicitly prohibited. Additionally, the tracker confirms that certain outdated experience requirements, such as duct bank operations and data center reconfigurations, have been removed, focusing instead on the need for cabling and electrical distribution experience, particularly in relation to upgraded infrastructure serving biomedical and administrative functions. This document serves to clarify expectations for potential contractors responding to the RFP, ensuring compliance with specified technical requirements for this major design project.
    This document discusses the conversion of an old underground parking area into current in-house storage. The main focus is on repurposing a previously utilized space for improved storage capabilities within the facility. Key considerations likely include structural integrity, accessibility, and compliance with relevant regulations. The transition from parking to storage signifies a strategic use of existing real estate to meet growing organizational needs. This project underscores the agency's commitment to optimizing space utilization in a manner aligned with its operational requirements. Overall, it reflects an effort to adapt and maximize functional areas within government property, which could be relevant for future federal RFPs and grants focusing on facility improvement and resource management.
    The Veterans Health Administration (VHA) Directive 1080.01(1) establishes updated procedures for Data Use Agreements (DUAs), which govern data sharing and ensure compliance with federal regulations, particularly HIPAA. The directive outlines the circumstances under which DUAs are required, the responsibilities of VHA personnel in managing these agreements, and the structure of the agreements themselves. Key changes include increased consistency in the application of DUAs, a streamlined terminology, and a clarification of circumstances where DUAs are not necessary, such as data disclosed under specific public health mandates or in response to Freedom of Information Act requests. The directive emphasizes the importance of protecting individually identifiable information (III) and protected health information (PHI) while promoting ethical use of Veteran health data. It delineates roles and responsibilities for various positions within the VHA, including the Under Secretary for Health, Business Data Stewards, and Privacy Officers, aligning data management practices with established privacy laws. This directive also highlights the need for annual compliance reviews and documentation of data sharing activities. It features templates for DUAs tailored for different scenarios, reinforcing VHA's commitment to transparency, accountability, and ethical standards in handling Veterans' sensitive data.
    The Standard Operating Procedure (SOP) 138-82 outlines policies for the labeling, installation, and testing of low voltage cabling systems at the North Texas Health Care System. Effective from May 20, 2024, this document supersedes the previous SOP and reflects current VA Telecommunications Infrastructure Library (TIL) standards. It details installation procedures compliant with EIA/TIA 568B, 569, and 606 specifications, emphasizing safety, labeling, and access control for communication systems. Access to critical networking areas requires background checks, safety procedures, and compliance with federal security directives. Each cabling installation must adhere to specified configurations, with labeling guidelines that ensure clarity and identification of connections at both ends. The document mandates that all cables undergo thorough testing, with results documented electronically. The responsibilities of the Chief, Facilities Management, and the Contracting Officer in overseeing compliance with network infrastructure requirements are clearly defined. This SOP aims to enhance communication infrastructure reliability and safety, ensuring consistent adherence to established standards in the procurement and execution of cabling projects, ultimately aligning with federal guidelines and requirements.
    The VHA Program Contracting Activity Central has created a Past Performance Questionnaire (PPQ) as part of the evaluation process for contractors submitting proposals under the EHRM Training and Admin Support Space Design project at the Bruce W. Carter VA Medical Center in Miami, FL. Contractors are instructed to provide detailed information regarding their previous projects, including contractor information, contract specifics, and project scope. Evaluators from the Veterans Health Administration (VHA) will assess the contractor's performance in several key areas, such as quality, timeliness, communication, management, financial management, and subcontractor management. They will use adjectival ratings ranging from "Outstanding" to "Unsatisfactory" to convey their evaluation. This system aims to ensure that the selected contractor has a proven track record of satisfactory performance, which is crucial for the successful execution of federal projects. The questionnaire must be returned to the offeror to include in their SF330 submission and not sent directly to VHA PCAC. This process underlines the importance of obtaining reliable past performance assessments in government contracting.
    The document outlines the VA's certification requirement for contractors regarding limitations on subcontracting under 38 U.S.C. 8127. It mandates that if awarded a contract for services, the contractor must ensure that no more than 50% of the funds received from the government can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The offeror must acknowledge the legal implications of providing a false certification, which may lead to criminal or administrative sanctions. Furthermore, the VA retains the right to request documentation to confirm compliance with subcontracting limitations at any time during the contract. This process ensures adherence to regulations while promoting small businesses, particularly those owned by veterans, in federal contracting. The certification must be signed and submitted with the offer, as missing this certification disqualifies the bid from consideration. Overall, this document emphasizes the importance of transparency and accountability in government contracting, particularly regarding veteran-owned enterprises.
    The document is the "Register of Wage Determinations" under the Service Contract Act by the U.S. Department of Labor. It outlines wage rates for various occupations in Texas, specifically in several counties including Collin, Dallas, and Denton. Contractors must comply with the minimum wage requirements set by Executive Orders 14026 and 13658, which mandate a minimum hourly wage of $17.75 or $13.30 depending on the contract date. The file lists specific wages for different job titles under numerous occupational categories, such as administrative support, automotive services, food preparation, and health occupations, along with mandatory fringe benefits like health and welfare allowances and paid sick leave. Additionally, it provides guidelines for classifying any unlisted jobs through a conformance process. This document serves as a critical resource for governmental contracts, ensuring fair labor standards and proper compensation for workers employed through federal contracts.
    The Department of Veterans Affairs (VA) is seeking Architect-Engineering (A-E) services for a project to convert an underground parking area at the Dallas VA Medical Center into usable space for Biomedical Engineering and Clinical Support Services. This project, designated as Project #549-090, involves the renovation of approximately 12,433 square feet of previously unfinished space to accommodate various administrative and operational needs. The solicitation is aimed exclusively at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires submission of qualifications via Standard Form (SF) 330 by March 11, 2025. The selected firm will provide comprehensive services, including design development, construction documents, and support throughout the construction phase, adhering to federal regulations. Firms will be evaluated based on professional qualifications, technical competence, capacity, past performance, and knowledge of local conditions. Submissions must comply with specified formatting and documentation requirements, including a certification of compliance with subcontracting limitations to ensure SDVOSB compliance. The anticipated award date is June 2025, with design completion expected 236 days post-award. This project underlines the VA's commitment to enhancing facilities for veterans by increasing inpatient capacities.
    This document serves as a modification to the previous notice regarding the solicitation number 36C77625R0036 for a minor design project at the Dallas VA Medical Center involving the construction of an underground parking area. It establishes the response deadline for vendor submissions as March 11, 2025, and specifies that the project is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contracting office is part of the Department of Veterans Affairs based in Independence, Ohio. Key contacts include Contracting Officer Thomas Kracinovich and Contract Specialist Kathryn Allison. The modification responds to vendor inquiries related to the project, indicating a proactive approach to facilitate participation from interested contractors. Attachment 10 includes the specific technical questions posed by vendors, which aims to clarify project requirements and ensure that all stakeholders are properly informed before bidding. This document underscores the VA's commitment to supporting veteran-owned businesses while enhancing its facilities in Dallas.
    The document is a modification notice regarding the federal RFP 36C77625R0036 for the construction project "549-090 Build Out Old Underground Parking Area Minor Design" at the Dallas VA Medical Center. The primary purpose of this announcement is to extend the submission deadline for Standard Form 330 (SF330) submissions to March 25, 2025, at 12:01 PM EST. The project is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the Product Service Code C1DZ, with a NAICS Code of 541330. The contracting office, located in Independence, OH, is part of the Department of Veterans Affairs, and inquiries can be directed to Contracting Officer Thomas Kracinovich or Contract Specialist Kathryn Allison. The amendment serves to ensure that potential contractors have adequate time to prepare and submit their qualifications for the project, highlighting the VA's commitment to involving veteran-owned businesses in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    C1DA--663-25-700 EHRM Infrastructure Upgrades Design Seattle, WA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the EHRM Infrastructure Upgrades at the Seattle VA Medical Center in Seattle, Washington. The project aims to develop complete construction documents, including working drawings and specifications, to support the implementation of a new Electronic Health Record system, with an estimated construction cost between $20 million and $50 million. This initiative is critical for modernizing the healthcare facility's infrastructure while ensuring compliance with VA regulations and standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via Standard Form (SF) 330 by 1:00 PM ET on April 15, 2025, with the anticipated contract award expected by August 2025. For further inquiries, contact Contract Specialist Samuel Cornwell at samuel.cornwell@va.gov or 216-447-8300.
    C1DA--589A7-25-503 Prepare Site for Cath Lab Equipment
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering firms to prepare a site for catheterization laboratory equipment at the Wichita Veterans Affairs Medical Center in Kansas. The project involves renovating 1,500 square feet to accommodate the installation, with a total construction budget estimated between $500,000 and $1,000,000, and an anticipated completion timeframe of 209 calendar days following contract award. This opportunity is particularly significant as it aims to ensure uninterrupted healthcare services during renovations while adhering to VA guidelines and addressing hazardous materials abatement. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their qualifications using Standard Form 330 by April 1, 2025, and can contact Contract Specialist Jennifer Hill at jennifer.hill@va.gov or 913-946-1975 for further details.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair project at Building 9 of the Dallas VA Medical Center. This project involves the replacement of shingles, decking, and gutters, with a total area of approximately 4,000 square feet of decking and 1,500 linear feet of new gutters required. The work is critical for maintaining the integrity and safety of the facility, which will remain occupied during the repairs, necessitating adherence to strict safety and environmental standards. Quotes are due by March 17, 2025, at 10:00 AM CST, and interested contractors should contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further details.
    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.
    Y1DA--Renovate Radiology Floors |658-25-103
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the Renovate Radiology Floors project at the Salem VA Medical Center in Virginia. This project involves providing all necessary labor, materials, and supervision for site preparation, including demolition and renovation of the radiology floors, as outlined in the accompanying specifications and drawings. The estimated construction cost is between $500,000 and $1,000,000, and the solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors can expect solicitation materials to be available around March 27, 2025, with bids due approximately 50 days after issuance. For inquiries, contact Contract Specialist Taneil Crump at taneil.crump@va.gov or 757-251-4073, and ensure registration with the System for Award Management (SAM) and the VA’s VetBiz registry to qualify for contract awards.
    Y1DA--Northport Mill and Fill Project. No. 632-25-001
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Northport Mill and Fill Project" at the Northport VA Medical Center, specifically under solicitation number 36C24225B0009. This project involves the rehabilitation of three parking lots (A, C, and Q), totaling approximately 145,000 square feet, which includes the removal and replacement of asphalt, installation of new sidewalks, ADA curb ramps, and road striping, all in compliance with federal safety and accessibility standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a funding magnitude between $500,000 and $1,000,000, and bids are due by 10:00 AM EST on March 17, 2025. Interested contractors should contact Contract Specialist Torell D Camp at Torell.Camp@va.gov for further details and must ensure compliance with all regulatory requirements, including the Buy American Act.
    C211--589A5-24-120, REPLACE WATER HEATERS AND TSS HVAC (VA-25-00054602)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Businesses (SDVOSBs) to provide architectural and engineering services for the replacement of water heaters and TSS HVAC systems at the VA Medical Center in Leavenworth, Kansas. The project, identified as number 589A5-24-120, requires firms to conduct field investigations, prepare design documents, and provide construction period services, with an estimated construction value between $500,000 and $1,000,000 and a design completion timeframe of 171 days. This Sources Sought Notice is part of a market research effort to assess the capabilities of SDVOSBs, and interested firms must submit their responses by March 24, 2025, including specific company information and past project experience, to the Contracting Officer, Timothy Fitzgerald, at timothy.fitzgerald@va.gov.
    Y1AZ--36C25725Q0243| 549-SL-837, Awning Installation Bldg. 8
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the installation of an awning at the rear entrance of the Veterans Affairs Police Office within Building 8 at the VA Dallas Campus, designated as Project Number 549-SL-837. This project aims to mitigate flooding issues in the basement of the building and is time-sensitive, with a completion deadline of 90 calendar days from the notice to proceed and a budget under $25,000. The solicitation is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), requiring contractors to verify their SDVOSB status and submit detailed proposals that include past performance on similar projects, pricing, and compliance with federal regulations. Interested contractors must attend a mandatory pre-bid site visit on March 4, 2025, and submit their quotes by March 25, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Cassandra S. King at Cassandra.King@va.gov.
    C213--Request for SF330s - VISN 2 Facility Condition Assessment
    Buyer not available
    The Department of Veterans Affairs is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to conduct a Facility Condition Assessment (FCA) for Veterans Integrated Service Network 2 (VISN 2). The assessment will involve independent inspections of approximately 436 buildings across various VA Medical Centers, totaling around 13.3 million square feet, to evaluate their physical and technical conditions and provide a detailed report of necessary corrective actions. This initiative underscores the VA's commitment to maintaining its infrastructure and ensuring the safety and quality of services provided to veterans. Interested firms must submit their qualifications electronically by March 27, 2025, and can contact Contract Specialist Andrea Greene at andrea.greene2@va.gov or 202-302-5607 for further information.
    C1DA--Replace Fire Pump AE 565-25-152
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide services for the replacement of a fire pump at the Fayetteville VA Medical Center in North Carolina. The procurement aims to secure comprehensive design and construction documents, including site visits and coordination of construction services, to ensure minimal disruption to the operating medical facility. This project is critical for maintaining safety and compliance with current capacity and code requirements, with a contract value estimated between $1 million and $2 million. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their qualifications via the Standard Form 330 by April 17, 2025, and can direct inquiries to Contract Specialist Elaine Belber at Elaine.Belber@va.gov.