C1DA--Replace Fire Pump AE 565-25-152
ID: 36C24625R0027Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting service-disabled veteran-owned small businesses (SDVOSB) for architect-engineering (A-E) services to replace a fire pump at the Fayetteville VA Medical Center in North Carolina. This presolicitation notice requests qualifications through the Standard Form 330 and outlines the project scope, including design and construction documents, site visits, and coordination of construction services. The contract, valued between $1 million and $2 million, will require the A-E firm to produce comprehensive designs, ensure adherence to VA standards, and provide construction period services including inspections and contract administration. Specific attention is required for minimizing disruption at the operating medical facility. Key evaluation criteria for selecting firms will focus on specialized experience in similar projects, professional qualifications, past performance, capacity to meet timelines, and commitment to using other small businesses. Interested firms must submit their qualifications electronically by April 17, 2025, ensuring compliance with all federal regulations. The intention is to award a firm-fixed-price contract following the evaluation of proposals based on established selection criteria.
    The Department of Veterans Affairs, Network Contracting Office 6, issued a Sources Sought Notice to gather information on potential sources for architect-engineer services to replace the fire pump at the Fayetteville VA Medical Center in North Carolina. This pre-solicitation notice, intended for market research, aims to identify firms that can deliver professional engineering services, including planning, design, and construction documentation. The project's budget is estimated between $1,000,000 and $2,000,000, with an anticipated performance period of 720 calendar days, covering design and construction phases. Key milestones include submissions and reviews of concept and design phases, leading to a final design. Firms interested in responding must provide detailed company information, including socio-economic status and experience relevant to similar contracts, by January 31, 2025, at 3 PM EST. This notice highlights the VA's commitment to meeting current codes and capacity requirements by modernizing their fire safety systems while also emphasizing opportunities for small and veteran-owned businesses within federal contracting regulations.
    The document appears to serve as a technical reference related to scale measurements, specifically detailing various conversions between inches and feet, likely for a construction or architectural project. It lists several fractional conversions (e.g., one eighth inch, three inches, one and one half inches) alongside numerical values that correspond to these measurements. The presence of a drawing layout including locations on Cochran Ave. and Ramsey St. suggests a geographical context for the measurements, possibly for site planning or sidewalk construction. Additionally, V Logic Systems Inc., located in Concord, MA, is identified as the point of contact, implying their role as a contractor or service provider in connection with federal or local government projects. Overall, the file provides essential scaling information pertinent to infrastructure development or maintenance under governmental oversight, illustrating both compliance with regulatory standards and operational execution within the framework of construction-related RFPs.
    The document outlines the procedures for submitting a Past Performance Questionnaire as part of a response to a request for proposals (RFP) from the VHA Network Contracting Office 6 for the Fayetteville VA Medical Center in North Carolina. Firms must provide performance data from at least three projects, as detailed in their SF 330 forms, alongside a transmittal letter and a completed questionnaire. The questionnaire assesses the firm's performance in various categories including design services, construction support, and relevant certifications like LEED and BIM. Evaluators must rate the firm's performance using a scale from Exceptional to Unsatisfactory and provide narrative explanations for lower ratings. Responses should be submitted via email to the designated government specialist by a specific deadline to be considered valid. This document reflects the formal evaluation process mandated by the U.S. government to ensure quality and accountability in contracting services.
    The document is a guideline for completing the Standard Form 330, utilized by federal agencies to assess the qualifications of architect-engineer (A-E) firms for professional contracts. It outlines the selection process mandated by U.S. law, emphasizing the need for public announcements and evaluations based on firms' professional qualifications. The form is divided into several parts: Part I focuses on contract-specific qualifications, while Part II addresses general qualifications of firms or branch offices. Each part requires specific information about the contract, the proposed team, resumes of key personnel, and example projects that illustrate the team’s qualifications relevant to the contract. The document also specifies additional guidelines that may vary by agency and defines key terms related to A-E services. The purpose of this form is twofold: to allow firms to demonstrate their qualifications for current submissions and to maintain updated records for future opportunities. Compliance with agency-specific instructions and thorough completion of the form is crucial for successful selection. Ultimately, the document serves as an essential tool in facilitating the competitive selection process for federal A-E contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--Repair Fire Doors - Construction Project #565-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the repair of fire and smoke doors at the Fayetteville VA Medical Center in North Carolina, under Project 565-25-101. The project requires specialized labor, including door specialists and electricians, to replace and recertify fire-rated doors, ensuring compliance with safety standards. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with Public Law 109-461, with an estimated construction cost between $25,000 and $100,000. Interested vendors must register with the System for Award Management (SAM) and attend a pre-bid walkthrough, with the Invitation for Bid (IFB) expected to be released around March 28, 2025. For further inquiries, contact Contract Specialist Elaine Belber via email at elaine.belber@va.gov, as phone inquiries will not be accepted.
    5680--659-25-510 | B11 CW Pumps & Condensate Pumps |
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the replacement of Chilled Water and Condensate Pumps at the W.G. Bill Hefner VA Medical Center in Salisbury, North Carolina. The project entails comprehensive tasks including the removal of existing pumps, disposal of unused mechanical and electrical materials, wall preparation and painting, floor refinishing with epoxy, and the installation of a sump well, all while ensuring minimal disruption to occupied spaces. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction cost ranging from $500,000 to $1,000,000. Interested vendors should note that the solicitation is expected to be available around March 18, 2025, and all inquiries must be directed to the Contracting Officer, Sean Cosby, via email at sean.cosby@va.gov or by phone at 910-488-2120.
    549-090 Build Out Underground Parking Area Minor Design - Dallas, TX
    Buyer not available
    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.
    N045--Replace Fire and Smoke Dampers
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of fire and smoke dampers at the Asheville VA Medical Center in North Carolina. This project involves the removal of approximately 64 old dampers and the installation of around 66 new ones, with a focus on ensuring compliance with safety regulations and minimizing disruption to hospital operations. The initiative is crucial for enhancing the facility's safety infrastructure and is set aside for service-disabled veteran-owned small businesses (SDVOSB), with an estimated budget between $500,000 and $1,000,000. Interested contractors must submit their proposals by March 26, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.
    Y1AZ--Renovate Bldg. 15, 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the second floor of Building 15 at the Asheville VA Medical Center in North Carolina, under Project No. 637-20-103. This project, with an estimated budget between $2,000,000 and $5,000,000, involves comprehensive construction activities including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces while ensuring minimal disruption to ongoing medical services. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their bids by March 27, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.
    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.
    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--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--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--437-23-103 Update Wing 4B
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake a construction project aimed at updating Wing 4B at the Fargo VA Health Care System in North Dakota. The project, identified as Number 437-23-103, will encompass various construction tasks, including HVAC, electrical, plumbing, and fire protection work, with an estimated total cost ranging from $1 million to $2 million. This initiative is critical for enhancing the facility's infrastructure and ensuring compliance with safety and health standards, particularly given the sensitive nature of the healthcare environment. An Invitation for Bid (IFB) is anticipated to be released around March 5, 2025, with bids due by March 21, 2025. Interested contractors must ensure they are registered in the Veteran Small Business Certification (VetCert) database and comply with all relevant regulations, with inquiries directed to Contract Specialist Scott Gifford at scott.gifford1@va.gov or by phone at 651-293-3020.