C1DA--Replace Fire Pump AE Design
ID: 36C24625R0027Type: Sources Sought
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)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 8:00 PM UTC
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
Mar 11, 2025, 12:07 PM UTC
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.
Jan 17, 2025, 8:06 PM UTC
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.
Mar 11, 2025, 12:07 PM UTC
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.
Mar 11, 2025, 12:07 PM UTC
Mar 11, 2025, 12:07 PM UTC
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.
Mar 11, 2025, 12:07 PM UTC
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
Presolicitation
Sources Sought
Similar Opportunities
C1DA--A/E Prevent Legionella and Scalding
Buyer not available
The Department of Veterans Affairs is seeking architect-engineer services to prevent Legionella outbreaks and scalding incidents at the Fayetteville VA Medical Center in North Carolina. The project involves assessing and redesigning the existing hot and cold domestic water systems, including the creation of a Revit model, system analysis, and development of design plans for necessary upgrades. This initiative is critical for ensuring the safety and efficiency of the facility's water systems, with an estimated construction cost ranging from $2 million to $5 million and a total contract period of approximately 758 calendar days. Interested firms are invited to respond by April 4, 2025, providing their capabilities and experience to the contract specialist, Michael Proctor, at Michael.Proctor2@va.gov.
C1NB--INCREASE CHILLED WATER CAPACITY AE Project 565-25-153
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering (A-E) firms to provide services for Project 565-25-153, which aims to increase the chilled water capacity at the Fayetteville VA Medical Center in North Carolina. The selected firm will be responsible for developing comprehensive design documents, including schematics, specifications, and cost estimates for a 1000-ton capacity increase, with a construction budget estimated between $2 million and $5 million. This project is critical for enhancing the facility's operational efficiency and ensuring compliance with federal standards, particularly in healthcare settings. Interested firms must submit their qualifications using Standard Form 330 by April 17, 2025, with the anticipated award date for the A-E contract set for August 25, 2025. For further inquiries, contact Elaine Belber at Elaine.Belber@va.gov.
Z1DA--Repair Fire Doors - Construction Project #565-25-101
Buyer not available
The Department of Veterans Affairs is seeking proposals for the repair of fire doors at the Fayetteville VA Medical Center in North Carolina, designated as Project 565-25-101. The project involves replacing and labeling fire-rated doors in multiple buildings, adhering to VA specifications and infection control guidelines, with a focus on maintaining safety and minimizing disruption to medical facility operations. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $25,000 and $100,000. Interested contractors must attend a pre-bid walk-through on April 9, 2025, and submit their proposals by April 30, 2025, to the Contract Specialist, Elaine B Belber, at Elaine.Belber@va.gov.
659-25-510 | B11 CW Pumps & Condensate Pumps |
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of Chilled Water and Condensate Pumps at the W.G. Hefner VA Medical Center in Salisbury, North Carolina. The project requires the contractor to provide all necessary equipment, personnel, and services to complete the replacement, including the removal of existing materials and installation of new systems, while ensuring minimal disruption to ongoing operations. This opportunity is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSBs), with a contract value estimated between $500,000 and $1,000,000, and work must be completed within 120 days of receiving the notice to proceed. Interested contractors should contact Contracting Officer Sean Cosby at sean.cosby@va.gov, with bids due by April 29, 2025, following a pre-bid conference on March 25, 2025.
N045--Replace Fire and Smoke Dampers
Buyer not available
The Department of Veterans Affairs is seeking 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 and fire regulations while minimizing disruption to hospital operations. The estimated budget for this procurement ranges from $500,000 to $1,000,000, and it is set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their bids by April 23, 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
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) firms to provide Architect/Engineer (A/E) services for the project titled "Replace Building 20 Water Heaters and TSS HVAC" at the Colmery O'Neil VA Medical Center in Topeka, Kansas. The procurement aims to engage a firm that can design mechanical systems, conduct site visits, and ensure compliance with construction specifications, with a focus on the qualifications and experience of the proposed team. This project is critical for enhancing the quality of healthcare services provided to veterans, with an estimated construction contract value ranging from $25,000 to $100,000, contingent upon fund availability. Interested firms must submit their completed SF 330 qualification packages electronically by April 9, 2025, to Tim Fitzgerald at timothy.fitzgerald@va.gov.
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.
Chilled Water Pump Replacement (7-9 VFD)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Chilled Water Pumps with Variable Frequency Drives (VFDs) at the Dallas Veterans Affairs Medical Center. The project involves providing and installing three ABB ACH580 Ultra Low Harmonic VFD units to replace the obsolete Cutler-Hammer HV9000 units, with the contractor responsible for all associated costs, including removal and installation. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises. Interested parties must submit their offers by April 4, 2025, at 4 PM CDT, and can direct inquiries to Sherine Brooks at Sherine.brooks@va.gov or by phone at 254-538-0416. The total award amount for this project is estimated at $19 million.
J041--Repair Cooling Tower 2 Fayetteville VA Medical Center
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 16, is seeking qualified vendors to provide repair services for Cooling Tower 2 at the Fayetteville VA Medical Center in Arkansas. This sources sought notice aims to conduct market research to identify potential Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of fulfilling the requirements outlined in the Statement of Work (SOW), which includes comprehensive repairs while ensuring minimal disruption to medical center operations. The project emphasizes the importance of safety, compliance with OSHA guidelines, and coordination with an Authorized Government Representative (AGR) throughout the repair process. Interested vendors must submit their responses by 5:00 PM CST on April 7, 2025, to the Contracting Officer, Marcos Madrazo-Jones, at marcos.madrazo-jones@va.gov.
J046--CHILL WATER PUMP REPLACEMENT
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Chill Water Pump 1 at the Dallas VA Medical Center. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves the removal of the existing pump and installation of a new Bell & Gossett eHSC-Model 200, ensuring compliance with manufacturer specifications. The project is critical for maintaining HVAC systems within the facility, reflecting the VA's commitment to enhancing operational efficiency and service quality. Interested parties must submit their quotations by April 7, 2025, at 10 AM Central Time, and can contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or by phone at 254-922-1975 for further information.