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
    Description

    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of a fire pump at the Fayetteville VA Medical Center in North Carolina. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the selected firm to deliver comprehensive design and construction documents, conduct site visits, and provide construction period services while minimizing disruption to the operating facility. The contract is valued between $1 million and $2 million, with qualifications due by April 17, 2025, and the anticipated award date for the contract is around August 29, 2025. Interested firms should submit their qualifications electronically 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 is an amendment to the solicitation regarding a project for replacing a fire pump at the Department of Veterans Affairs. It responds to questions from potential bidders to clarify requirements and processes for the submission of proposals. The amendment confirms that firms can use in-house Commissioning Agents for the project, and it discusses the evaluation criteria for bidders, which includes consideration of Service-Disabled Veteran Owned Small Businesses (SDVOSB). Notably, the solicitation does not require prior experience with the VA or local licensing, thereby broadening potential participation. Furthermore, it emphasizes transparency in reference evaluations, ensuring fairness in the selection process. Overall, this amendment aims to facilitate better understanding among bidders and maintain an equitable competitive environment for the project submission, highlighting the VA's commitment to engaging qualified firms in its procurement processes.
    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
    C1NZ--Campus Chilled Water Loop Repairs AE Project 659-26-300
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Campus Chilled Water Loop Repairs project at the W.G. (Bill) Hefner Salisbury VA Medical Center in North Carolina. The selected firm will be responsible for developing schematics, construction documents, technical specifications, and providing construction period services to repair and replace the existing chilled water line, which includes trenching, excavation, and installation of new valves and lines. This project is critical for enhancing the efficiency of the chilled water system and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with submissions due by 11:00 A.M. EST on January 14, 2026. Interested firms must submit their qualifications using Standard Form 330 and ensure compliance with North Carolina licensing requirements, with further inquiries directed to Contracting Officer Elaine Belber at Elaine.Belber@va.gov.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.
    C1DA--NRM-AE 630-26-801 Plumbing GF Mitigation (Design)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide design and construction services for the Plumbing GF Mitigation project at the Margaret Cochran Corbin Campus in New York, NY. The project aims to address persistent flooding and plumbing issues on the ground floor, requiring comprehensive investigation, solution development, and construction administration services. The estimated construction cost ranges from $5,000,000 to $8,000,000, with a firm fixed-price contract anticipated to be awarded on or before April 30, 2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications electronically via SF 330 by January 15, 2026, and are encouraged to contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov for further inquiries.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified architectural and engineering firms to develop the Lebanon VA Medical Center Master Plan for Fiscal Year 2026. The selected firm will provide comprehensive design services, including an analysis of demographics, healthcare delivery systems, and existing physical structures to create a strategic master plan over a period of 365 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with submissions due by December 17, 2025, at 4:00 PM Eastern Time. Interested firms must ensure they are verified SDVOSBs in the System for Award Management (SAM) and submit their SF330 packages electronically to the designated contacts, Kaitlyn Szlachta and Elijah McIntosh.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    C1DZ--Roof Replacement Building 6, 13, & 18
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 6, is seeking qualified architect-engineer firms to provide design services for a roof replacement project at the W.G. (Bill) Hefner Salisbury VA Medical Center in Salisbury, North Carolina. The project involves the replacement of roofs on Buildings 6, 13, and 18, including the removal of existing materials and installation of new roofing systems, with a focus on ensuring proper drainage and fall protection. This opportunity is critical for maintaining the integrity of the medical facility and ensuring the safety of its occupants, with an estimated contract value between $1,000,000 and $2,000,000. Interested parties must submit their responses, including company information and a capabilities statement, via email to Michael Proctor by December 22, 2025, at 11:00 AM EST.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.