Indiana VA Mechanical, Electrical and Plumbing (MEP) AE IDIQ
ID: 36C25024R0071Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, 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 (VA) is seeking qualified Mechanical, Electrical, and Plumbing (MEP) architect-engineer firms to establish Multiple Award Task Order Contracts (MATOC) for various VA facilities in Indiana, including Fort Wayne, Indianapolis, and Marion. The selected firms will provide professional engineering services, with a requirement that at least 51% of the services be engineering-related, encompassing areas such as mechanical, HVAC, plumbing, and other multidisciplinary services as needed. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541330, with an estimated annual delivery order value of $7.5 million per firm over a five-year contract period. Interested firms must submit their qualifications via Standard Form 330 (SF330) by September 18, 2024, and can direct inquiries to Jeffery Hairston at jeffery.hairston@va.gov or Julie A Stout at Julie.Stout@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the minimum qualifications required for key personnel and consultants involved in federal projects, particularly concerning design and construction in the healthcare sector as mandated by the VA. All personnel must demonstrate expertise in their respective fields and possess knowledge of applicable codes, standards, and VA directives. Each role—including Project Manager, Architects, Engineers (structural, civil, mechanical, electrical, fire protection), Surveyors, and various consultants—requires a minimum of five years of relevant experience and appropriate licensure or certifications. Key areas of expertise include project management, design processes, sustainability, safety compliance, and specialized healthcare requirements. The outline emphasizes the need for acceptable performance, with provisions for personnel replacement in cases of subpar performance. This document serves to ensure that contractors meet strict professional criteria, ensuring the success and safety of the projects aligned with federal standards.
    The Department of Veterans Affairs seeks qualified mechanical engineering and plumbing firms to provide multi-disciplinary engineering services for various projects at multiple facilities in Indiana. The goal is to establish multiple award task order contracts, with a fixed price and an indefinite quantity, guaranteeing a minimum of $7.5 million in delivery orders per firm per year. Services required include engineering, architecture, interior design, environmental studies, and construction period services. The selection process involves two stages, with firms submitting Standard Form 330s and additional qualifications for evaluation. Stage one focuses on professional qualifications, specialized experience, management capability, and other criteria. Shortlisted firms will proceed to stage two, presenting oral qualifications. The deadline for submissions is June 31st, 2024. Firms must be service-disabled veteran-owned small businesses (SDVOSB) and meet other specified criteria to be eligible.
    The Department of Veterans Affairs is seeking statements of qualifications from multi-disciplinary mechanical engineering and plumbing (MEP) firms for an IDIQ contract related to engineering services at multiple VA facilities in Indiana. The goal is to award multiple fixed-price task order contracts with a five-year ordering period and a guaranteed minimum value. The services required include various engineering disciplines, design work, studies, and construction period services, primarily related to hospital and healthcare facilities. Due to the specialized nature of the work, key personnel resumes will be evaluated, and proximity to the project sites is favored. The procurement is a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a submission deadline of September 18th, 2024. Firms must submit SF330 forms electronically, and a two-stage evaluation process will be used to select the successful candidates.
    The Department of Veterans Affairs (DVA) Network Contracting Office (NCO) 10 is issuing a pre-solicitation notice for qualified Mechanical Engineering and Plumbing (MEP) firms to submit their qualifications via Standard Form 330 (SF330). The objective is to establish Multiple Award Task Order Contracts (MATOC) at VA facilities in Fort Wayne, Indianapolis, and Marion, Indiana. The selected firms will provide professional engineering services, including mechanical, HVAC, and plumbing design, with at least 51% of services being engineering-related. The contract will span five years, with an estimated $7.5 million in delivery orders per firm annually. Notably, this procurement is exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSB) within the engineering industry under the NAICS code 541330. Evaluation of applicants will consist of two stages: initial selection and oral presentations from shortlisted firms. Key evaluation criteria include professional qualifications, specialized experience, capacity to perform, past performance, geographic location, and small business subcontracting plans. Submission of SF330 documents is required by September 18, 2024, and must be sent electronically. The notice highlights necessary compliance with veteran business certification and also emphasizes the government's right to issue task orders based on specific needs. This process underscores the government's commitment to engaging veteran-owned businesses in significant infrastructural projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Indiana VA AE General IDIQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified architect-engineer firms to provide multidisciplinary architectural and engineering services through a General Indefinite Delivery Indefinite Quantity (IDIQ) contract for various VA facilities in Indiana. The selected firms will be required to adhere to the VA's specific design and construction standards, including compliance with federal laws and guidelines, while offering services in areas such as mechanical, structural, and environmental engineering. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises. Interested firms must submit their qualifications via the SF330 form by September 15, 2024, with a potential contract value of up to $7.5 million per year for each of the eight selected firms.
    C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified engineering firms to provide professional engineering services through a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for facilities located within the Veterans Integrated Service Network 1 (VISN-1). The objective is to secure comprehensive engineering services, including planning, design, and construction management for various projects, with individual task orders valued between $2,000 and $5,000,000, and a total contract capacity of $10 million over five years. These services are crucial for maintaining and upgrading the infrastructure of VA medical centers, ensuring compliance with federal standards and enhancing the quality of care for veterans. Interested firms must submit their qualifications via SF 330 forms by 4:00 PM EST on October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov.
    C1DA--Build Warehouse Marion VAMC - Minor Design
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for a new warehouse addition and remodel existing spaces at the Marion VA Medical Center in Indiana. The project involves constructing a 14,500 square foot warehouse, including a freight elevator, and requires comprehensive design services, site investigations, and optional construction support services, all adhering to federal guidelines and safety standards. The anticipated contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a funding limit of $13.86 million, with a submission deadline for qualifications set for September 19, 2024. Interested firms should contact Contract Specialist Jessica Stevenson at Jessica.stevenson3@va.gov for further details.
    AE MATOC IDIQ (NCO 22) SOLICITATION
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (A/E) Multiple Award Task Order Contract (MATOC) to provide multi-discipline design services for Veterans Integrated Service Network 22 (VISN 22), which encompasses facilities in Arizona, New Mexico, and Southern California. The contract aims to fulfill various architectural and engineering needs, including design development, feasibility studies, and construction management for a range of projects, with a total contract value anticipated not to exceed $45 million over a five-year period. Interested firms must be registered in the System for Award Management (SAM) and certified through Veteran Small Business Certification (VetCert), with proposals due by October 7, 2024, and all inquiries to be submitted by September 20, 2024. For further information, interested parties can contact Erin Watson at erin.watson3@va.gov.
    C1DA--405-23-019 | A/E - Buildings 1, 31, and 88 Roof Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks qualifications from service-disabled veteran-owned small businesses to engage architectural and engineering (A/E) services for an extensive roof replacement project at the White River Junction VA Medical Center in Vermont. The goal is to replace the roofs of Buildings 1, 31, and 88 while also preparing for potential future installation of solar panels. The VA requires professional A/E services to develop detailed construction drawings, specifications, schedules, and cost estimates. This project emphasizes phased construction to ensure that medical operations remain uninterrupted. The chosen A/E firm will conduct site investigations, assess existing conditions, and propose design alternatives, working closely with the VA's project team. They must demonstrate experience in healthcare facility renovations and adhere to VA design guidelines. The scope of work includes professional field inspections, review of construction submissions, and timely support during the construction period. The VA expects the work to be completed within a 210-day design timeline. Firms interested in this fixed-price contract must submit SF 330 qualification packages, highlighting their specialized experience, professional qualifications, past performance, capacity, and proximity to the project site. The selection process will also consider the firms' commitment to using service-disabled veteran-owned and veteran-owned small businesses as subcontractors. Key dates for this opportunity include a question deadline of May 15, 2023, and a submission deadline of May 31, 2023. The VA encourages potential applicants to carefully review the requirements and criteria outlined in the special notice and associated documents. For further clarification or questions, interested parties should contact the Contract Specialist, Michael Crafts, by email at michael.crafts@va.gov.
    C1MZ--652-24-101 Improve Electrical Distribution (A/E Contract)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to improve electrical distribution at the Richmond VA Medical Center in Virginia. The project aims to enhance emergency power distribution to critical areas such as operating rooms, ICU headwalls, and the Emergency Department, requiring comprehensive design services that include site investigations, schematic design, and construction documentation. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract value estimated between $2 million and $5 million, and a design completion period of 280 calendar days following the Notice to Proceed. Interested firms must submit their qualifications via electronic SF 330 forms to Contract Specialist Robert J Ragos by September 27, 2024, and are encouraged to confirm receipt of their submissions.
    J041--589A5-24-141, REPLACE HVAC IN BLDG 1 RM A14 SWITCH GEAR ROOM
    Active
    Veterans Affairs, Department Of
    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 the HVAC system in the Switch Gear Room (Room A14) at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project aims to design a new air-conditioning system that maintains specific temperature and humidity levels while addressing existing conditions, with a budget for design work ranging from $25,000 to $100,000. This procurement is critical for ensuring the facility meets the necessary environmental controls for its operations, and the anticipated design completion time is approximately 123 calendar days. Interested firms must submit a completed Standard Form 330 (SF330) by September 20, 2024, at 10:00 AM Central Standard Time, and can direct inquiries to Contracting Officer Tim Parison at timothy.parison@va.gov.
    C1DA--548-103 Construct Sterile Processing Services (SPS) Minor Design - West Palm Beach
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the construction of Sterile Processing Services (SPS) at the West Palm Beach Veterans Affairs Medical Center. The project, identified as 548-103, involves the complete renovation of approximately 9,300 square feet of the existing SPS area, which includes critical functional spaces such as decontamination and sterilization zones adjacent to operating rooms. This initiative is crucial for enhancing healthcare operations within VA facilities, ensuring compliance with stringent infection control measures and various design disciplines. Interested firms must submit their qualifications via the SF 330 form by 2:00 PM ET on September 23, 2024, with a contract value estimated between $10 million and $20 million. For further inquiries, contact Amanda Webster at amanda.webster@va.gov or (216) 447-8300.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.