L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
ID: 36C26025R0049Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Engineering Services (541330)

PSC

TECHNICAL REPRESENTATIVE- MISCELLANEOUS (L099)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineer services for the commissioning and replacement of chillers at Building 65 of the Roseburg VA Medical Center in Oregon. The selected firm will be responsible for delivering comprehensive services including schematics, design development, construction documents, technical specifications, and construction period services, with a focus on minimizing downtime during the project. This procurement is critical for enhancing operational efficiency at the facility, with an estimated contract value of under $25,000 and a projected award date on or before June 30, 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by May 6, 2025, and direct any inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.

Point(s) of Contact
Robert B WeeksContract Specialist
robert.weeks@va.gov
Files
Title
Posted
Apr 10, 2025, 2:06 PM UTC
The Roseburg VA Health Care System is soliciting Architect-Engineer (A/E) services for the commissioning and replacement of chillers at Building 65. This presolicitation notice indicates that the project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and outlines the submission requirements for Standard Form (SF) 330, which must be submitted by May 6, 2025. Key details include the estimated contract value of under $25,000 and that qualifications will be evaluated based on professional qualifications, specialized experience, capacity, past performance, and knowledge of the locality. The notice emphasizes adherence to VA guidelines and mandates that firms provide detailed narratives illustrating relevant project experience and competencies. The selection process includes discussions with a shortlist of qualified firms, leading to the issuance of a Request for Fee Proposal (RFP) to the highest-rated candidate. The entire contract process is governed by federal acquisition regulations and specific VA acquisition policies. This effort aims to ensure a robust and compliant replacement of essential equipment within the facility, enhancing operational efficiency and service delivery at the Roseburg VAMC.
Apr 10, 2025, 2:06 PM UTC
The VHA Network Contracting Office 20 has provided a Past Performance Questionnaire (PPQ) to assess an Offeror's capabilities for a specific project involving the replacement of chillers at the Roseburg VAMC in Oregon. Section 1 requires the contractor to fill in detailed contract information, including contractor details, project title, locations, and pricing. Section 2 is meant for client evaluators to assess the contractor’s performance across several criteria such as quality, timeliness, communication, and cost management. Evaluators are to provide their observations and an overall performance rating based on defined adjectival ratings ranging from "Outstanding" to "Unsatisfactory." This PPQ is critical for evaluating the Offeror's past performance and determining their suitability for the upcoming contract award, ensuring that the selected contractor has a solid track record in executing similar projects effectively. The completed PPQ will be incorporated into the Offeror's SF330 submission but should not be directly submitted to the contracting office by the client. This document highlights the structured process involved in federal contracting and the emphasis on past performance as a key assessment factor in awarding contracts.
Apr 10, 2025, 2:06 PM UTC
The ARCHITECT-ENGINEER QUALIFICATIONS document facilitates federal agencies in evaluating the professional qualifications of architect-engineer (A-E) firms for contract selection, as mandated by 40 U.S.C. chapter 11 and the Federal Acquisition Regulation. The document outlines instructions for completing the Standard Form 330, which includes two parts: Part I focuses on specific contract qualifications while Part II addresses general firm qualifications, including capabilities, experience, and personnel. Key elements include the requirement for public announcement of A-E service needs, the selection process of at least three qualified firms, and the negotiation of contracts based on demonstrated competence. It provides detailed guidelines for the submission, such as providing information on the proposed team, key personnel resumes, example projects showcasing the team's qualifications, and additional information as requested by agencies. Furthermore, firms are encouraged to keep their qualifications updated, promote their specialties under various disciplines, and indicate their small business status as defined by relevant NAICS codes. Overall, this form serves as a crucial tool for ensuring transparency and standardization in the selection of professional services for government contracts.
Apr 10, 2025, 2:06 PM UTC
The VAAR 852.219-75 outlines the "Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," establishing requirements for contractors awarded contracts by the Department of Veterans Affairs. It specifies that contractors must adhere to limits on subcontracting, wherein for service contracts, no more than 50% of the amount paid can go to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, this limit is set at 85%, and for special trade contractors, at 75%, with certain exclusions for costs of materials. Contractors are required to certify compliance and may need to provide documents to demonstrate adherence to these limitations. Violations could lead to serious penalties including fines and possible prosecution. The certification must be signed and submitted with the contractor's bid to be considered for contract awards. This document highlights the VA's commitment to supporting SDVOSBs and VOSBs while ensuring compliance with federal regulations in contracting practices.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Y1DA--CON NRM 653-25-101 Replace Bldg 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of chillers in Building 65 at the Roseburg VA Medical Center. The project involves comprehensive renovations, including the replacement of three chillers, addressing architectural and mechanical deficiencies, and ensuring compliance with safety regulations, particularly concerning asbestos and fire safety. This initiative is crucial for enhancing the facility's operational efficiency and maintaining high standards of care for veterans. Proposals are due by May 9, 2025, with an estimated contract value between $2 million and $5 million, and interested parties should contact Contract Officer Toni J. Knight at Toni.Knight@va.gov for further details.
Z1DA--692-24-105 Replace B211A Chiller
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of the B211A chiller at the Southern Oregon Rehabilitation Center in White City, Oregon. This construction project, with an estimated value between $500,000 and $1,000,000, involves the removal of the existing chiller and installation of a new Dunham Bush ACDR55B model, ensuring compatibility with existing systems and adherence to VA HVAC design standards. The project is critical for maintaining efficient facility operations and enhancing service quality for veterans, with a completion timeframe of 180 days. Interested contractors must submit their proposals by 12:00 PM PDT on May 2, 2025, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.
Amendment 01, C1DA--AE-NRM-463-26-101 Cooling Upgrades Tier 4
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Cooling Upgrades project at the Anchorage VA Medical Center in Alaska. The project aims to develop comprehensive construction documents for a new air-cooled chiller system, addressing deficiencies in the current cooling infrastructure and ensuring compliance with VA specifications. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract award anticipated in June 2025 and a submission deadline for qualifications set for April 28, 2025. Interested firms should contact Contract Specialist Susan Howe at susan.howe2@va.gov or 208-422-1000 x 2027 for further details.
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.
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.
Project 614-25-101,AE (AJP) Add Surgical Suite AHU - 13W
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for Project 614-25-101, which involves adding a surgical suite air handling unit at the Lt. Col. Luke Weathers Jr. Veterans Affairs Medical Center in Memphis, Tennessee. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with an estimated construction budget of $5 million, requiring firms to submit their SF330 documents by April 28, 2025. The selected firm will be responsible for creating detailed contract drawings and specifications, conducting design services, and ensuring quality assurance throughout the construction period while adhering to VA standards. Interested parties can contact Contract Specialist Alan Raulerson at alan.raulerson@va.gov for further information.
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--534-23-110 A/E: Backfill 2CC Amendment 001
Buyer not available
The Department of Veterans Affairs is seeking an Architectural Engineering (A/E) firm to provide design and healthcare planning services for the renovation of the 2nd floor, CC Wing at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project aims to enhance Primary and Specialty Care Services, requiring the selected firm to create detailed drawings and specifications for approximately 6,500 square feet of space, with an estimated budget between $250,000 and $500,000 and a completion timeline of 365 days. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to engaging qualified contractors for critical healthcare facility upgrades. Interested firms must submit their qualifications, including an SF 330 form, by May 14, 2025, and can direct inquiries to Contract Specialist LaToya Glover at LaToya.Glover2@va.gov or by phone at 803-238-3191.
C223--534-25-103 A/E: Correct Air Handling Unit Deficiencies
Buyer not available
The Department of Veterans Affairs is seeking a qualified architectural engineering firm to address deficiencies in the air handling unit (RTU-14) at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project involves the replacement of HVAC systems serving the Emergency Room Department, ensuring compliance with temperature control and air change requirements while maintaining operational continuity throughout construction. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $250,000 and $500,000, and a completion timeline of 365 days. Interested firms must submit their qualifications via the Standard Form 330 by May 7, 2025, to LaToya Glover at LaToya.Glover2@va.gov.
C1DA--Prevent Legionella and Scalding
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services aimed at preventing Legionella and scalding incidents at the Fayetteville VA Medical Center in North Carolina. The procurement involves the development of schematics, design documents, technical specifications, and construction period services for Project 565-25-151, with a focus on ensuring safety and compliance with industry standards. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be awarded on or before September 30, 2025, with a construction cost estimated between $2 million and $5 million. Interested firms must submit their qualifications using the SF 330 form and a Past Performance Questionnaire by May 23, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contract Specialist Michael Proctor at Michael.proctor2@va.gov.