C1DA--AE-NRM-663-22-105 Hood Control System Design for the Decommissioning, Demolition and Replacement of Control and Exhaust System for 30 Laboratory Fume Hoods
ID: 36C26024R0100Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, 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 design a Hood Control System for the decommissioning, demolition, and replacement of control and exhaust systems for approximately 30 laboratory fume hoods at the VA Puget Sound Healthcare System in Seattle, WA. The project, identified as #663-22-105, requires firms to provide comprehensive design services, including a new digital control system, ductwork replacement, and integration of new exhaust fans, while adhering to strict VA standards for safety and environmental compliance. This initiative is crucial for enhancing laboratory operations and minimizing disruptions to ongoing research activities, with an estimated project budget of $1,169,000 and construction anticipated to begin in the second quarter of FY2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via Standard Form (SF) 330 by February 28, 2025, and can contact Contract Specialist Kaycee Benson at Kaycee.Benson@va.gov for further information.

    Point(s) of Contact
    Kaycee BensonContract Specialist
    Kaycee.Benson@va.gov
    Files
    Title
    Posted
    The Veterans Health Administration (VHA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineering (A-E) services for the design of a Hood Control System at the VA Puget Sound Healthcare System in Seattle, Washington. This presolicitation notice emphasizes the requirement for firms to submit the Standard Form (SF) 330, which details qualifications and relevant experience. The deadline for submissions is February 7, 2025, and firms must demonstrate prior performance in similar projects, particularly in research and development laboratory spaces. Key submission criteria include professional qualifications, specialized experience, capacity to meet project timelines, past performance, and knowledge of local conditions. The total project value is estimated between $1M and $2M, with a design period expected to last 301 days post-award. The selection process involves evaluating submissions to identify at least three qualified firms, leading to further discussions and negotiations with the top candidates. The notice underscores the government’s intention not to compensate for proposal costs and highlights the SDVOSB certification requirements for participating firms.
    The Veterans Health Administration (VHA) is soliciting Architect-Engineer (A-E) services for the design of a Hood Control System at the VA Puget Sound Healthcare System in Seattle, WA, specifically for Project # 663-22-105. The submission deadline for the Standard Form (SF) 330 is extended to February 28, 2025, by 12 PM Pacific Time. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Firms must be certified by the U.S. Small Business Administration and included in the VetCert database. The evaluation will focus on professional qualifications, specialized experience in renovation of R&D laboratory spaces, the team's capacity, past performance, knowledge of the local conditions, and experience in construction period services. Firms must provide detailed project examples and relevant qualifications in their SF 330 submission. A total of three to five similar projects, completed within the last five years, are required, with evaluations based on cost control, quality, and adherence to schedules. The comprehensive process emphasizes rigorous selection criteria, ensuring the engagement of a highly qualified A-E team for the project’s successful execution, aiming for award in late March 2025, with a design completion period of approximately 301 days post-award.
    The VHA Network Contracting Office 20 has issued a Past Performance Questionnaire (PPQ) to evaluate contractors for the decommissioning and replacement of control and exhaust systems for laboratory fume hoods at the Puget Sound Veterans Affairs Healthcare System in Seattle, WA. The form seeks detailed contractor information, including contact details and specifics regarding past contract performance. Evaluators from the Veterans Health Administration are asked to provide feedback on various performance aspects such as quality of work, timeliness, communication efficiency, management capabilities, financial management, and subcontractor oversight. The questionnaire allows evaluators to rate the contractor's performance and provide an overall summary of their experience, including the likelihood of engaging the contractor again in future projects. Scored on a scale from outstanding to unsatisfactory, this form ensures comprehensive assessment of contractor capabilities in meeting government project requirements. The completion of this questionnaire is crucial for the contractor’s submission in response to the request for proposals (RFP).
    The document is a Past Performance Questionnaire (PPQ) for the Veterans Health Administration (VHA) Network Contracting Office 20, aimed at evaluating contractors for the SEA B1 Hood Control System project at the Seattle VA Puget Sound Healthcare System. The PPQ guides both contractors and evaluators through essential information required for assessing a contractor's past performance. Section 1 outlines the contract details that the contractor must complete, covering aspects such as contractor information, contract title, location, award dates, contract prices, and a project description. Section 2 focuses on evaluators—clients who assess the contractor’s performance across various criteria, including quality, timeliness, communication, management, cost management, and subcontract management. The evaluation employs adjectival ratings ranging from “Outstanding” to “Unsatisfactory,” enabling evaluators to provide structured feedback. The document emphasizes the importance of incorporating evaluations into the contractor’s SF330 submission, highlighting the goal of determining the contractor's ability to fulfill project requirements. Overall, the PPQ is a critical component of the VHA’s procurement process, ensuring informed decision-making based on contractor performance history.
    The Seattle VA Puget Sound Healthcare System’s Project No. 663-22-105 outlines the decommissioning and replacement of the fume hood control and exhaust systems within Building 1. The project entails designing a new digital control system, replacing ductwork, and integrating new exhaust fans for approximately 30 laboratory fume hoods on the 6th and 7th floors. Key tasks include performing a field survey, testing for hazardous residues, and preparing a decommissioning plan reviewed by the Radiation Safety Officer and Industrial Hygienist. The architect/engineer (A/E) is required to maintain compliance with various VA standards, including seismic and infection control measures, due to the facility's operational nature. The project budget is estimated at $1,169,000, with construction set to begin in FY2026 Q2. Comprehensive design and construction services are mandated, with significant emphasis on safety, environmental concerns, and adherence to VA specifications. Overall, this project reflects the VA's commitment to updating medical facilities to support safe and effective laboratory operations while minimizing disruptions to ongoing research activities.
    The Seattle VA Puget Sound Healthcare System is initiating Project 663-22-105, focusing on the decommissioning, demolition, and replacement of the hood control and exhaust system for approximately 30 laboratory fume hoods in Building 1. The Architect/Engineer (A/E) will conduct a comprehensive survey, including swab testing to check for hazardous residues, and prepare a decommissioning plan for review by the VA’s safety officers. Key objectives include upgrading to a digital control system, replacing ductwork, and ensuring compliance with seismic and infection control requirements. The project will emphasize minimal disruption to hospital operations while adhering to safety and maintenance standards throughout the construction timeline, scheduled to commence in FY2026 with an estimated budget of $1,169,000. The A/E team is tasked with detailed design and ongoing compliance checks along with coordination for all services required for this intricate laboratory renovation, including collaboration with authorized professionals to address fire safety and environmental concerns.
    Similar Opportunities
    Roof Repairs - Bulding 200 and building 3
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quotation (RFQ) for roof repairs at the Puget Sound VA Medical Center – American Lake Campus, specifically targeting Buildings 200 and 3. This project is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, meaning that only certified SDVOSBs registered with the Small Business Administration (SBA) will be eligible to submit proposals. The repairs are crucial for maintaining the integrity and functionality of the medical facilities, ensuring a safe environment for veterans. A site visit for interested bidders is scheduled for March 14, 2025, with the RFQ expected to be released around March 10, 2025; interested parties should contact Derek Crockett at derek.crockett@va.gov or call 360-816-2760 for further inquiries.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to upgrade the HVAC infrastructure in Building 2 to address identified deficiencies, which includes extensive demolition, renovation, and installation of new HVAC systems while ensuring minimal disruption to ongoing operations. This project is crucial for maintaining operational integrity and safety within the healthcare facility, particularly in sensitive areas such as the laundry services. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget ranging from $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Colleen M. Nicholson at Colleen.nicholson@va.gov.
    C1DA--PN: 636-25-306, Upgrade Surgery Air Handlers (OM) PN: 636-25-502, AHU Replacement (GI) - Full Brooks Act 36C263-25-AP-1138
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading air handling units at the Omaha VA Medical Center and the Grand Island Community Based Outpatient Clinic. The projects involve replacing existing rooftop units and enhancing HVAC systems to meet current healthcare standards while ensuring minimal disruption to medical operations during construction. These upgrades are crucial for maintaining high air quality and compliance with VA HVAC codes, thereby supporting the overall healthcare environment for veterans. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their qualifications via SF 330 forms by April 7, 2025, with an estimated project budget ranging from $2 million to $5 million and a total duration of 245 calendar days from the Notice to Proceed. For further inquiries, contact Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    L066--Bio/Fume Hood Testing & Certification RFQ
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for bio/fume hood testing and certification services at the Detroit VA Medical Center. This Request for Quote (RFQ) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a one-year performance period starting from May 1, 2025, with the potential for four additional one-year option periods. The contractor will be responsible for conducting semi-annual and annual testing to ensure compliance with safety standards, including USP <797> and CETA guidelines, and must provide necessary labor, materials, and equipment for airflow tests and HEPA filter integrity tests. Quotes must be submitted electronically by April 3, 2025, and all inquiries should be directed to the Contracting Officer, Jeannie Ortiz, at jeanne.ortiz@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.
    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.
    C1DA-- Engineering Services MATOC IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the Engineering Services MATOC IDIQ solicitation (36C26025Q0001). This contract aims to support facilities within the Veterans Integrated Service Network (VISN) 20, covering regions in Alaska, Idaho, Oregon, and Washington, with an estimated total capacity of $65 million. The services will include various engineering tasks such as design and construction, emphasizing the importance of enhancing infrastructure for veteran services. Interested firms should note that the anticipated release date for the solicitation is now set for March 2025, with responses due by July 4, 2025. For further inquiries, potential bidders can contact Helen Woods at Helen.Woods@va.gov or call 253-888-4915.
    Roof Repairs - Bulding 200 and building 3
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide roof repair services for Buildings 200 and 3 at the Puget Sound VA Medical Center's American Lake Campus in Tacoma, Washington. The project involves removing and replacing leaking roofs, with all work required to be completed within 30 days of contract award, while adhering to VA safety standards and state regulations. This procurement emphasizes the federal commitment to engaging veteran-owned businesses in infrastructure improvements, ensuring compliance with legal and safety requirements throughout the project. Interested contractors should contact Derek Crockett at derek.crockett@va.gov or 360-816-2760 for further details, and a site visit is scheduled for March 14, 2025, with prior registration required for attendance.
    C1DA--549-215 Bathroom Expansion - Community Living Center - Dallas, TX
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified architect-engineering firms for the design and oversight of a bathroom expansion project at the Dallas Veterans Affairs Medical Center Community Living Center. The project, identified as 549-215, aims to enhance patient privacy by constructing individual bathrooms for patient rooms, refurbishing existing facilities, and ensuring compliance with updated HVAC standards for pandemic readiness. This initiative underscores the VA's commitment to improving healthcare infrastructure and patient care standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their Standard Form 330 qualification packages by March 13, 2025, with an estimated construction value of $6,837,600 and a completion timeline of 235 days post-award. For further inquiries, contact Contracting Officer Gabriel D. Escarciga at Gabriel.Escarciga@va.gov or Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov.
    C1DA--589A7-25-503 Prepare Site for Cath Lab Equipment
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering firms to prepare a site for catheterization laboratory equipment at the Wichita Veterans Affairs Medical Center in Kansas. The project involves renovating 1,500 square feet to accommodate the installation, with a total construction budget estimated between $500,000 and $1,000,000, and an anticipated completion timeframe of 209 calendar days following contract award. This opportunity is particularly significant as it aims to ensure uninterrupted healthcare services during renovations while adhering to VA guidelines and addressing hazardous materials abatement. Interested firms, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their qualifications using Standard Form 330 by April 1, 2025, and can contact Contract Specialist Jennifer Hill at jennifer.hill@va.gov or 913-946-1975 for further details.