Active Solicitation · DEPARTMENT OF VETERANS AFFAIRS
AI Summary
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Business architectural and engineering firms for the Replace Fire and Domestic Main Phase II project at the John J. Pershing VA Medical Center. Interested firms must submit a completed SF 330 qualification package by June 16, 2026.
Page 8 of 8 Pre-Solicitation Notice *=Required Field Presolicitation Notice Page 1 of 9 Synopsis: PROJECT TITLE: 657A4-26-119 Replace Fire and Domestic Main Phase II VAMC JOHN J. PERSHING Poplar Bluff Missouri CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Poplar Bluff VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract because of this announcement. e. Award of any resultant contract is contingent upon the availability of funds. f. No solicitation document is available and no other information pertaining to project scope, etc. is available currently. Any request for assistance with submission or other procedural matters shall be submitted via email only to cedric.graham@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Code for this procurement is 541310 Architectural Services and small business size standard of $12.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 240 calendar days including time for VA reviews. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. NOTICE: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) l. A/E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/system/files/SF330-21_Part_1.pdf and SF330-21_Part_2.pdf (gsa.gov)). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. m. Completed package shall be delivered electronically on or before 06/16/2026 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Cedric Graham, Contracting Officer at cedric.graham@va.gov. SCOPE OF WORK: It is the mission of the John J. Pershing VA Medical Center (JJPVAMC) to provide eligible Veterans in our rural environment with high quality, compassionate healthcare; by delivering the right care, in the right place, at the right time. In keeping with this mission, JJPVAMC s Facility Management Service (FMS) is looking to partner with an A/E firm on a project to enhance our Veteran s experience at our facility. This project will address the existing deficiencies with the fire water main and potable water storage system not addressed in Phase 1. SCOPE OF WORK FOR A/E SERVICES Design Development: The A/E will meet with the JJPVAMC FMS staff and other personnel prior to start of design to determine detailed requirements of work involved. This project may include, but is not limited to, demolition, new construction of utility services, potable water storage, electrical power, data/voice, and storm water drainage. The A/E will perform investigations as necessary to thoroughly evaluate the existing conditions of the area and its systems. This investigation will include, but is not limited to, interviewing the staff that will be impacted as a result of this project. Additional investigation that is not outlined here may be necessary. A geotechnical investigation will be required to assess the soil conditions and resulting soil bearing capacity. The A/E will work from existing building and site drawings furnished by the VA to develop the project design. However, the drawings supplied by the VA are only to be used as guidelines. The A/E will not rely solely upon "as built" drawings. The A/E will be responsible for conducting site visits as required for the purpose of data gathering, documenting, and verifying all existing conditions and drawings provided by the VA. VA personnel will assist with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm will be responsible for site review of the existing facility to verify the existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review will be communicated to VA personnel and corrected by the A/E firm. The A/E will prepare rough sketches, if necessary, to solve possible problems in design throughout the contract. There will not be a systems redesign for this project. The design will include any energy efficiency improvements available for the application. All designs will be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. The A/E will be required to design within the construction budget. The design will be fully compliant with Veteran Health Administration (VHA) Construction Publications. The A/E must design using all current VA standards, design guides, and meet all current codes for structural, mechanical, plumbing, electrical, fire protection, seismic, and life safety. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines. The A/E shall provide system modeling for performance and sizing. Utilize Trane Trace 700 or equal for COR review in readable format. The A/E will plan for the following design and design review meetings as part of the Scope of Work: DESIGN WITHIN FUNDING LIMITATIONS: The design shall be prepared by the A/E to permit the award of a construction contract, using Federal Acquisition Regulation procedures for the construction of the facilities, at an estimated construction contract magnitude of $10,000,000.00 and $20,000,000.00. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Qualifications (SF330) submitted by each firm for project number: 657A4-26-119 Replace Fire and Domestic Main Phase II VA Medical Center Poplar Bluff, Missouri will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects and engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. This factor evaluates the amount of experience the AE Firm has in designing similar types of work/facilities and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm s experience in and technical competence in health care and an active medical center. Provide a detailed narrative of a minimum of three (3) and up to five (5) maximum relevant projects that have completed design AND completed construction within the last 10 years which best illustrate overall team experience relevant to this contract scope of replacing fire and domestic main phase at the John J. Pershing VA Medical campus. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this contract. 3. ESTIMATING EFFECTIVENESS. Provide information on the five (5) most recently awarded construction projects that were designed by this A/E team. Provide the project title, brief scope of work, A/E team s construction estimate total and actual construction award price. If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%. If the team does not have any recent projects, provide the same information on projects that the prime A/E for this team was the prime A/E for the past projects. Provide the names, titles and experience of the persons that will perform the design for each discipline; and then has oversight of the entire estimate. 4. PAST PERFORMANCE. The past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 5 years will receive a lesser rating than those references for projects accomplished within the past 5 years. Provide 3 completed relevant project Final CPARS, past performance questioners or similar as past performance documentation. 5. CAPACITY TO ACCOMPLISH THE WORK. The general workload and staffing capacity of the design offices, which will be responsible for most of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. 6. CLAIMS, TERMINATIONS AND LITIGATION. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Provide information on any litigation involvement of the past five (5) years and the outcome.
C211--657A4-26-119 FCA - REPLACE FIRE AND DOMESTIC MAIN PHASE II is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.