C1DA--Prevent Legionella and Scalding
ID: 36C24625R0033Type: 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-engineer firms to provide services aimed at preventing Legionella and scalding incidents at the Fayetteville VA Medical Center in North Carolina. The project requires comprehensive design and engineering services, including the development of schematics, construction documents, technical specifications, and construction period services, to address existing water system vulnerabilities. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is governed by the Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR). Interested firms must submit their qualifications using the Standard Form 330 by May 23, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contract Specialist Michael Proctor at Michael.proctor2@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a presolicitation notice for a contract aimed at preventing Legionella and scalding incidents at the Fayetteville VA Medical Center in North Carolina. The solicitation number is 36C24625R0033, with responses due by May 23, 2025, at 3:00 PM Eastern Time. The contract is set aside for service-disabled veteran-owned small businesses (SDVOSBC) and falls under Product Service Code C1DA and NAICS Code 541330. Interested parties can contact Contract Specialist Michael Proctor via email at Michael.proctor2@va.gov for additional information. Specific documents relevant to this solicitation include the SF 330 and a Past Performance Questionnaire. All inquiries must be submitted via email, as telephone queries are not accepted. This presolicitation serves as an advance notice within the context of competitive government contracting, highlighting the VA's commitment to enhancing safety and quality in its medical facilities.
    The Department of Veterans Affairs is seeking information for Architect-Engineer services to prevent Legionella outbreaks and scalding incidents at the Fayetteville VA Medical Center in North Carolina. This Sources Sought Notice serves as market research and does not constitute an official solicitation. The estimated construction cost ranges from $2 million to $5 million, with a proposed NAICS code of 541330 for Engineering Services and a PSC code of C1DA for hospital construction. The work will involve assessing and redesigning the existing hot and cold domestic water systems, with tasks including the creation of a Revit model, system analysis, and development of design plans for upgrades. Key tasks include correcting outdated plumbing, implementing building automation integration, conducting trending analyses, and adhering to a structured design review process. The anticipated total contract period is approximately 758 calendar days, which includes design, procurement, and construction phases. Interested firms, regardless of size or designation, are invited to respond by April 4, 2025, providing details on their capabilities and experience. The notice emphasizes the importance of compliance with design and safety standards as a priority for this project.
    The document serves as an amendment to solicitation number 36C24625R0033 issued by the Department of Veterans Affairs’ Network Contracting Office 6. The primary purpose of this amendment is to provide responses to questions from potential bidders regarding the requirements for a project focused on Legionella and scalding Scope of Work. Key personnel necessary for the project include Mechanical Engineers, Plumbing experts, Industrial Hygienists, and others essential for the successful execution of the work. The amendment clarifies that the deadline for proposal submissions remains unchanged, emphasizing the importance of timely communication and submission acknowledgment from all offerors. The document underscores the federal contracting process's structure, which necessitates formal amendments to manage RFP submissions and vendor queries efficiently, ensuring compliance and clarity in procurement procedures.
    The document outlines the requirements for a Past Performance Questionnaire to accompany a response to the Veterans Health Administration (VHA) Network Contracting Office 6 regarding an Architect-Engineer qualifications request for a project aimed at preventing Legionella and scalding at the Fayetteville VA Medical Center. The company must submit evaluations from clients on their past projects using a standardized form that assesses various performance factors, including design services, construction support, and LEED documentation if applicable. Evaluators will rate the A/E firm on aspects such as skill level, responsiveness, and overall performance, providing a narrative for lesser ratings. The completed questionnaires must be submitted to the designated government contact by a specified deadline. This process ensures that the VHA evaluates the capabilities of potential contractors based on their previous work, reinforcing accountability and quality in federal contracting undertakings.
    The government file outlines the Architect-Engineer Qualifications Standard Form 330, used by federal agencies to gather information on the professional qualifications of architect-engineer firms for contract considerations. The document details the evaluation process as mandated by federal regulations, highlighting the necessity for public announcements regarding requirements for A-E services and the selection of qualified firms based on established criteria. Part I focuses on contract-specific qualifications, prompting firms to provide detailed information about their projects, team composition, and individual competencies. Part II encompasses general qualifications, allowing firms to submit their information for potential future projects. Each section requires specific documentation, including firm details, employee disciplines, project experience, and an organizational chart. The form emphasizes the importance of demonstrating competence through relevant past projects and the qualifications of key personnel, which are crucial in the contractor selection process for federal and state contracts. The completion of this form is essential for firms seeking to engage in public architecture and engineering services, ensuring compliance with federal guidelines and enhancing opportunities for contract negotiation within government frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    C1DA--AE Design for Replace Multi Bldg Water Heaters Project Number: 561A4-23-101
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the Replace Multi Building Water Heaters Project (Project Number: 561A4-23-101) at the Lyons VA Medical Center in New Jersey. The selected firm will be responsible for delivering comprehensive design services, including schematics, construction documents, technical specifications, and cost estimates, to replace outdated domestic hot water systems across multiple buildings. This initiative is crucial for ensuring compliance with current VA and federal standards while enhancing energy efficiency and minimizing disruption to patient care. The estimated construction cost ranges between $500,000 and $1,000,000, with submissions due by July 7, 2025. Interested firms must demonstrate their qualifications through a completed Standard Form 330 and adhere to strict submission guidelines, with a focus on employing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as subcontractors. For further inquiries, contact Scott Nussbaum at scott.nussbaum@va.gov or (518) 269-6063.
    C1DZ--Project 502-25-145 - AE Design for Boiler Plant Soft Water System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer (A/E) firms to provide design services for the installation of a soft water system at the Boiler Plant in Building 14 of the Alexandria VA Health Care System in Pineville, Louisiana. The project involves relocating a natural gas valve, implementing erosion control measures, and addressing any necessary structural changes, with a completion timeline of 98 days from the Notice to Proceed. This initiative is critical for maintaining a functional healthcare environment and improving infrastructure, with an estimated project cost between $100,000 and $250,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications via email to Alexis Meyers by 2:00 PM Central Time on June 30, 2025, adhering to specific evaluation criteria and submission guidelines outlined in the solicitation documents.
    C1NZ--629-25-101 AE Design for Emergency Water Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified architect-engineer firms for the design and construction documentation of emergency water repair services at the Hammond VA Clinic in Louisiana. The primary objective is to create a new water supply line from city services to the existing facility, necessitated by a significant break in the current pipeline, with a focus on compliance with federal regulations and VA guidelines. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises. Interested firms must submit their qualifications via Standard Form (SF) 330 by 4:00 PM CST on July 9, 2025, with all submissions directed to Contract Specialist Tammy Tynes at Tammy.Tynes@va.gov.
    C1DZ--Replace Cast Iron and Malleable Fittings
    Buyer not available
    The Department of Veterans Affairs is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for architect-engineer services related to the replacement of cast iron and malleable fittings in high-pressure steam distribution systems at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project aims to enhance safety and compliance by replacing hazardous materials identified in a comprehensive steam distribution survey, with a construction budget estimated between $2 million and $5 million and a completion timeframe of 580 calendar days from the Notice to Proceed. This initiative is critical for maintaining the operational integrity of the facility and ensuring the safety of its infrastructure, reflecting the government's commitment to improving healthcare services for veterans. Interested firms must submit their qualifications using Standard Form 330 by July 23, 2025, and can direct inquiries to Contract Specialist Ivan Nieves Cruz at ivan.nieves-cruz@va.gov or by phone at 787-452-1609.
    C1DA--Renovate 4th Floor for CLC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide comprehensive design and engineering services for the renovation of the 4th floor of the Beckley VA Medical Center in West Virginia. The project aims to modernize the Community Living Center (CLC) by enhancing patient comfort, safety, and privacy, while incorporating new facilities and outdoor spaces that promote independence and dignity for veterans. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a total construction budget of approximately $24.6 million, and interested firms must submit their qualifications via SF 330 forms by 2:00 PM EST on July 15, 2025. For further inquiries, potential contractors can contact Millard Adkins, the Contracting Officer, at millard.adkins@va.gov or by phone at 304-255-2121 x4136.
    C1DZ--656-26-102, Remodel B48 1st Floor CLC 36C263-25-AP-1434
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the remodel of the first floor of building 48 at the St. Cloud VA Health Care System. This project aims to transform approximately 10,000 square feet into a fully compliant Community Living Center (CLC), requiring adherence to VA design guidelines and significant renovations, including updates to life safety egress routes and utility connections. The selected firm will be evaluated based on professional qualifications, specialized experience in healthcare facility renovations, and past performance, with a focus on delivering high-quality designs and compliance with federal standards. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) firms must submit their Standard Form 330 packages by June 2, 2025, and can direct inquiries to Contract Specialist Benjamin Woehrle at benjamin.woehrle@va.gov or by phone at 651-293-3071.
    C222--Provide Emer Power to 3rd Floor Labs 558-24-109
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineering (A-E) contract to provide emergency power systems to the third floor of the Durham VA Medical Center’s F-Wing. The project aims to design electrical systems that will power lab and radiology equipment while evaluating existing emergency lighting, with a budget estimated between $500,000 and $1 million. This initiative is crucial for ensuring continuous operation during power outages and upgrading the facility to meet current operational needs while adhering to safety protocols and federal regulations. Interested firms must submit their qualifications using the SF 330 form by 10:00 a.m. Eastern Daylight Time on July 7, 2025, and are encouraged to direct inquiries to Mark Griffin at mark.griffin2@va.gov.
    Y1DA-598-22-127 Mixing Valves for Anti-Scald _NLR/JLM
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for the installation of thermostatic mixing valves (TMV) to enhance anti-scald protection at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin Memorial Veterans Hospital in Arkansas. This project aims to ensure the safety of plumbing fixtures that provide access to potable hot water, thereby improving patient care and compliance with safety standards. The contract, valued between $2 million and $5 million, is set to be awarded to a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) and will require completion within 365 days from the notice to proceed. Interested contractors should register on the SAM.gov website for updates and are advised to direct any inquiries to Julius Jones at julius.jones@va.gov or 501-257-1044, with the RFP expected to be issued around June 30, 2025.
    C223--663-25-900 | Study for HVAC System Improvement, Seattle WA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to conduct a comprehensive study for HVAC system improvements at the VA Puget Sound Health Care System in Seattle, WA. The project aims to assess the existing HVAC infrastructure across seven buildings, identify deficiencies, and propose necessary upgrades to ensure compliance with VA standards and enhance operational efficiency. This initiative is crucial for maintaining a safe and comfortable environment for veterans, particularly in light of the challenges posed by current system limitations. Interested firms must submit their qualifications via SF 330 forms by June 16, 2025, with an estimated contract value ranging from $1,000,000 to $5,000,000. For further inquiries, contact Contracting Officer Stephen Slaby at stephen.slaby@va.gov.
    C219--667-25-900 AE Emergency Erosion Mitigation OBVAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering firms to provide emergency erosion mitigation services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to address slope erosion issues behind Building 3 through a two-phase project that includes immediate drainage solutions and a comprehensive drainage study with permanent design solutions. This initiative is critical for maintaining the integrity of the facility and ensuring the safety of its operations, with a contract award anticipated following the evaluation of submissions based on professional qualifications, past performance, and local knowledge. Interested firms must submit their Standard Form (SF) 330 packages by June 24, 2025, to the Contracting Officer, JB Herbst, at Jennings.Herbst@va.gov, ensuring compliance with all outlined requirements and evaluation criteria.