C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
ID: 36C24124R0103Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)
Timeline
  1. 1
    Posted Sep 5, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 26, 2024, 12:00 AM UTC
  3. 3
    Due Oct 21, 2024, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the VISN 1 Engineering Services Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional engineering services for various facility projects, including planning, design, and construction management, with individual task orders valued between $2,000 and $5,000,000. The selected contractors will be responsible for ensuring compliance with federal standards and VA design requirements, ultimately enhancing the infrastructure and services provided to Veterans. Interested parties must submit their qualifications, including past performance documentation, by the deadline of October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov or by phone at 203-932-5711.

Point(s) of Contact
Paige PearsonContract Specialist
(203) 932-5711
paige.pearson@va.gov
Files
Title
Posted
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
The document is a modification notice regarding the VISN 1 ES IDIQ Request for Qualifications (SF-330) published by the Department of Veterans Affairs. This modification serves to communicate responses to submitted Requests for Information (RFIs) related to the solicitation number 36C24124R0103, which is set to close on October 21, 2024. The contracting office is located at 623 Atwells Avenue, Providence, RI, and the point of contact for this notice is Contract Specialist Paige Pearson. The contract is designated as set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The document specifies that it includes an attachment detailing the RFIs and their answers. This modification reflects the VA's ongoing engagement with potential contractors to ensure clarity and accessibility in the bidding process, demonstrating a commitment to inclusivity in government contracting.
Sep 26, 2024, 9:09 PM UTC
The VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (RFQ) outlines submission requirements for contractors regarding project qualifications, with a specific focus on past performance documentation. Key clarifications include that the 65-page limit for submissions encompasses all components—past performance evaluations (CPARS) and Part IIs must be referenced but not included in the submission. The evaluation factors stipulate minimum and maximum project submissions, emphasizing the need for clear qualifications related to physical security and resiliency engineering. Resumes for key personnel are required as per specified sections, while supplemental resumes are allowed, provided they do not exceed page limits. Past Performance Questionnaires (PPQs) are acceptable as alternatives if CPARS are unavailable. This RFQ reflects the government’s intention to maintain rigorous standards in engineering services and efficiency in the proposal evaluation process, ultimately aiming to ensure the delivery of high-quality engineering solutions for the Veterans Affairs facilities. The document serves as a comprehensive guide clarifying expectations for proposers engaged in federal contracting and reinforces the government’s commitment to structured and transparent procurement processes.
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
This government document outlines the procedures for submitting a Past Performance Questionnaire related to a contract with the Department of Veterans Affairs (VA). It instructs offerors to prepare and send questionnaire packages for each project they list as a reference for their past performance evaluation. The package should include a cover letter, respondent information, and rating sheets. The questionnaire evaluates the contractor's performance across various categories such as quality management, timeliness, business practices, compliance, safety, infection control, and overall customer satisfaction. Reviewers rate the contractor's performance on a scale from 0 (neutral) to 5 (exceptional), with requests for detailed explanations for their ratings. Additionally, the document emphasizes the importance of meeting submission deadlines and directs references to return completed forms to a designated email address. This process aims to ensure that the VA selects qualified contractors based on previous work performance and adherence to contract requirements, thereby enhancing overall service to Veterans.
Sep 26, 2024, 9:09 PM UTC
This file outlines the solicitation for architectural-engineering (A/E) services through a Multiple Award Task Order Contract (MATOC) for the Department of Veterans Affairs (VA) Medical Centers located in VISN 1. The purpose is to secure professional engineering services for the planning, design, and construction management of various facility projects, including maintenance and infrastructure upgrades, with individual task orders valued between $2,000 and $5,000,000. The A/E firm must demonstrate the capability to handle multiple concurrent task orders and possess licensed professionals in key disciplines like civil, mechanical, and structural engineering. Key services include conducting studies, develop project specifications and construction documentation, and ensure compliance with federal standards. A major focus is on environmental compliance, safety regulations, and adherence to VA design standards. The file further establishes contract parameters, including a maximum capacity of $10 million over five years and stipulates the procedure for the award of task orders. Overall, this document serves to facilitate the VA's requirement for reliable engineering services to improve facility infrastructure while complying with regulatory mandates and facilitating the effective management of taxpayer funds.
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Sep 26, 2024, 9:09 PM UTC
Lifecycle
Title
Type
Similar Opportunities
VA CFM Healthcare A-E IDIQ -- C219
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC) valued at $790 million. The procurement aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities, encompassing a wide range of tasks such as design development, feasibility studies, and construction management, all while ensuring compliance with industry standards and regulations. This initiative reflects the VA's commitment to enhancing healthcare infrastructure for veterans and engaging veteran-owned businesses in critical service improvements. Interested firms must submit their qualifications using the Standard Form (SF) 330 by June 2, 2025, and can direct inquiries to Contracting Officer Andrew Page at andrew.page@va.gov.
C1DA--Philadelphia VAMC Multiple Award AE IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide architect-engineer services through Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts at the Philadelphia Veterans Affairs Medical Center (VAMC). Respondents must demonstrate experience by submitting example projects that were design completed within the last five years, with at least five of those projects fully constructed. This procurement is crucial for enhancing the VA's facilities through qualified architectural engineering services, reflecting the agency's commitment to improving care for veterans. Interested parties must submit their qualifications by May 2, 2025, at 4:30 PM Eastern Time, and can contact Contracting Officer Kaitlyn House at Kaitlyn.House@va.gov or (412) 860-7204 for further information.
Y1DA--590-25-701 | Design EHRM Data Center | Hampton, VA |
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the Electronic Health Record Modernization (EHRM) Data Center project at the Hampton VA Medical Center in Virginia. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring firms to demonstrate prior experience with at least two completed projects as the prime contractor. This initiative is crucial for enhancing the VA's healthcare infrastructure, ensuring compliance with federal standards while improving data management capabilities for veteran services. Interested parties must submit their qualifications by May 5, 2025, and can contact Contract Specialist Andrew Mathews at Andrew.Mathews2@va.gov or 216-707-7715 for further information.
Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Z1DA--VISN 20 General Construction MATOC Replacement Construction Services project, which involves general construction services across multiple facilities in Washington, Oregon, Idaho, and Alaska. The procurement aims to establish up to 12 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a focus on supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and a maximum contract ceiling of $500 million. This initiative is critical for enhancing healthcare facilities for veterans, ensuring compliance with federal contracting regulations, and promoting opportunities for veteran-owned enterprises. Interested contractors must attend a mandatory site visit on May 1, 2025, and submit proposals by May 14, 2025; for further inquiries, contact Wendy A. Duval at Wendy.Duval@va.gov.
Y1DA--VISN 8 MATOC - CARIBBEAN
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for the Caribbean VA Healthcare System, which will encompass various construction and renovation projects across medical facilities in Puerto Rico and the Virgin Islands. This contract aims to address a wide range of construction disciplines, including the construction, repair, and alteration of facilities, with an estimated total contract value of $700 million and task orders ranging from $1,000 to $50 million. The solicitation is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and interested contractors must be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The initial proposal is expected to be issued around May 2025, and all inquiries should be directed to the Contracting Officer via email at katherine.gibney@va.gov or jacquelyn.wise@va.gov.
Durable Medical Equipment – VISN 15
Buyer not available
The Department of Veterans Affairs is soliciting competitive quotes for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Durable Medical Equipment (DME) services to support Veterans Integrated Service Network (VISN) 15. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide delivery, installation, patient training, maintenance, and repair of government-owned or purchased DME for eligible veteran patients across multiple locations in Kansas and surrounding states. This procurement is crucial for ensuring high-quality healthcare service delivery to veterans, with an estimated contract value of up to $10 million and a minimum guarantee of $10,000. Interested parties must register at www.sam.gov and submit technical questions to the primary contact, Matt Curl, at matthew.curl@va.gov by May 1, 2025, with the ordering period set to commence on October 1, 2025.
Z2DA--523A4-CSI-401 Cath Lab Site Prep
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the "Z2DA--523A4-CSI-401 Cath Lab Site Prep" project at the VA Medical Center in West Roxbury, Massachusetts. This design-build contract requires contractors to provide comprehensive architectural, engineering, and construction services to prepare the site for new medical equipment installation, ensuring compliance with safety and infection control standards. The project is critical for enhancing healthcare infrastructure for veterans, with an estimated budget between $1 million and $2 million and a performance period of 310 calendar days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically, adhering to specified guidelines, and can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov for further information.
Z1DA--Battle Creek JOC IDIQ 515-24-500
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract titled "Battle Creek JOC IDIQ 515-24-500," aimed at providing general construction services at the Battle Creek VA Medical Center in Michigan. This opportunity is specifically available for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236220, with project values ranging from $2,000 to $750,000 over a five-year period. The contract emphasizes compliance with safety standards, including the development of an Accident Prevention Plan and adherence to OSHA regulations, reflecting the government's commitment to safety and regulatory compliance in federally-funded projects. Interested contractors must submit their proposals electronically by April 30, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
762-302 Construct Emergency Pharmacy Bldg at CMOP Minor Design - Tucson, AZ
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering firms to design and construct an Emergency Pharmacy Building at the Tucson Consolidated Mail Order Pharmacy (CMOP) in Arizona. The project requires comprehensive A-E services to develop construction documents, including design specifications and feasibility studies, with an estimated budget between $10 million and $20 million. This initiative is crucial for enhancing healthcare infrastructure and ensuring efficient pharmacy operations within the VA system. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their SF 330 Architect-Engineer Qualifications packages by May 12, 2025, with the contract award anticipated in August 2025. For further inquiries, contact Kathryn Allison at Kathryn.Allison@va.gov or Jessica Hicks at jessica.hicks1@va.gov.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR UTILITY ENGINEERING, UTILITY INFRASTRUCTURE MANAGEMENT, UTILITY OPERATION AND MAINTENANCE, AND UTILITY MANAGEMENT SERVICES WORLDWIDE
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on utility engineering, infrastructure management, operation and maintenance, and management services worldwide. The contract aims to provide essential services related to utility systems, including electricity, water, wastewater, and natural gas, with a total potential fee of $80 million and a guaranteed minimum of $10,000 over a one-year base period plus four optional years starting in February 2026. Interested firms must demonstrate their qualifications through a completed SF 330 form, highlighting their specialized experience and commitment to small business subcontracting, with final submissions due by May 16, 2025. For further inquiries, potential bidders can contact Jamie Oyelowo at jamie.l.oyelowo.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.