Presolicitation Notice
Presolicitation Notice
Page 3 of 12
Presolicitation Notice
*=Required Field
Presolicitation Notice
Page 1 of 12
DESCRIPTION
Page 12 of 12
PRESOLICITATION NOTICE
Request for Architectural and Engineer (A/E) 330 submission
Solicitation:
Replace Roofs of Bldg 1, Project No. 589-26-133
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.
This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with FAR Subpart 36.6.
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 Architectural and Engineer (A&E) contractors that meet the professional requirements.
The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and are listed below. All factors are listed in descending order of importance. The completed SF 330 will be evaluated by the Kansas City VA Medical Center Evaluation Board in accordance with FAR 36.602-3 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 as a result of this announcement.
Award of any resultant contract is contingent upon the availability of funds.
No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted to Matt Finley via e-mail to: matthew.finley@va.gov. Personal visits to discuss this announcement will not be allowed.
The NAICS Code for this procurement is 541330 Engineering Services and small business size standard of $25.5 M.
Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 297 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction services if award of a construction project contract is made.
In accordance with FAR 36.204, the estimated magnitude of the construction project being designed is anticipated to be between $1,000,000, and $5,000,000.
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 IN COMPLIANCE WITH VAAR 852.219-73 ONLY BUSINESSES VERIFIED AND LISTEDÂ AS CERTIFIED IN THE SBA CERTIFICATION DATABASE ATÂ https://veterans.certify.sba.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.
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 and 1128A 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)
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/2024-08/SF330-21a.pdf ) 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 must be in pdf, no larger than 20 Megabytes(MG), and emailed.
Completed package shall be delivered electronically on or before _5/7/2026 at 2:00pm__Central Standard Time (CST) to the NCO 15 Contracting Office, Attn: Matt Finley, Contracting Officer, to the following email address: matthew.finley@va.gov
Email subject line shall clearly identify Solicitation number: 36C25526R0116 and project name, Replace Roofs for Building 1 Kansas City, Project No. 589-26-133.
The SF330 submission must be a pdf document, must be below 20 megabytes (MG), and is not to exceed sixty (60) pages. Each page cannot exceed 8-1/2 x 11 in size. Photographs or other graphics will be included in the 60-page count. Title pages and tables of contents, if applicable, are excluded from the page count limitation as are All Attachments. Pages submitted in excess of the limitations specified in this notice will not be evaluated. The following is an example of how this standard will be enforced- if Company A submits their SF330 that is 100 pages, and the limit is 60 pages, only pages 1-60 will be submitted to the selection team for evaluation and pages 61-100 will be removed from Company A s SF330 document prior to being submitted for evaluation.
Note: Signed Attachment 1, VAAR 852.219-75 VA Notice of Limitations on Subcontracting, must be included with your SF330 package or the SF330 will not be evaluated.
PROJECT INFORMATION
The mission of the Veterans Affairs Kansas City VA Medical Center is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission Kansas City Facility Engineering Service (FES) intends to partner with an Architect/Engineer (A/E) or Engineer Firm for a design completion for Project 589-26-133, Replace Roofs for Building 1.
General Statement:
The U.S. Department of Veterans Affairs (VA) is seeking Architectural and Engineering (A/E) services to develop comprehensive, stand-alone Construction Documents, Reports, and Specifications for Project 589-26-133:Â Roof Replacement for Building 1, at the Kansas City VA Medical Center.
This project specifically involves replacing the roofing system on the 11th floor of Building 1. The scope of work includes, but is not limited to:
Removal and reinstallation of rooftop units, conduits, piping, and solar panels
Removal, reinstallation, and certification of the lightning protection system
Potential installation of fall protection railings to meet current design and code requirements
Possible removal of non-operational or abandoned equipment located on the roof
EVALUATION FACTORS:
Qualifications (SF330) submitted by each firm for Replace Roofs for Building 1, Project Number 589-26-133, will be reviewed and evaluated based on the following six (6) evaluation criteria listed below. The evaluation factors are listed in descending order of importance.
The SF 330 selection criteria descriptions (1 through 6) are provided below:
SF 330 Evaluation Factors (1 through 6)
PROFESSIONAL QUALIFICATIONS
Provide brief resumes of proposed team members who will specifically serve as the Project Manager(s), Designers of Record, and Quality Control Manager(s). In addition, provide resumes of other relevant team members or frequent subcontractors who will perform technical tasks under this contract including their record of working together.
Designers and other team members include, but are not limited to: Architects, Engineers (Civil, Structural, Mechanical, Electrical, Plumbing, Fire Protection/Life Safety, Commissioning), Cost Estimators, Environmental Safety & Health, Industrial Hygiene, BIM/CAD Tech, and Third Party Fire Protection/Life Safety Design Review.
The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline in the state of Missouri or in a state which Missouri has recognized their license. For questions regarding reciprocity or recognition of other states licenses by the state of Missouri, please review the Missouri Division of Professional Registration website for additional information and relevant forms. https://pr.mo.gov/architects.asp
Each resume shall include a minimum of three (3) and a maximum of five (5) specific completed projects in the past ten years (10) years that best illustrate the individual team members experience relevant to this contract scope. Resume shall state the role the specific individual played in the project.
SPECIALIZED EXPERIENCE & TECHNICAL COMPETENCE
Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.
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 energy conservation, pollution prevention, waste reduction and the use of recovered materials.
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. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Specific design areas to be evaluated within this factor are:
VA Hospital or Roofing experience incorporating relevant codes.
Familiarity with and experience incorporating the requirements of current or recent VA guidance documents related to Sustainable Buildings including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.
CAPACITY TO ACCOMPLISH WORK
The general workload and staffing capacity of the design office that will be responsible for the majority of the design and the ability to accomplish the work in the required time. This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. It also requires that all firms submitting a 330 must certify that they can and will comply with VAAR 852.219-75 VA Notice of Limitations on Subcontracting. (See Attachment 1- VAAR 852.219-75 VA Notice of Limitations on Subcontracting )
The general workload and staffing capacity of the design office will be evaluated as follows:
Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period.
Describe experience in successfully delivering project submittals per performance schedule, maintaining the same key personnel from design NTP through final construction punch lists, providing timely construction period of services support, and successfully completing multiple projects.
What are your current staff levels, including consultants, available to accommodate this project while still maintaining ongoing projects/ workload?
PAST PERFORMANCE
Submitters will be evaluated on past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 10 years will receive a lesser rating than those references for projects accomplished within the past 10 years. Provide 5 completed relevant project Final CPARS, past performance questioners or similar as past performance documentation.
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.
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 or confirm no claims or terminations exist.
Attachment 1
Request for Architectural and Engineer (A/E) 330 submission
Solicitation:
Replace Roofs of Bldg 1, 2, 4, 6 and 40, Project No. 589-26-133
FAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction
As prescribed in 819.6011(b), insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating 18 U.S.C. 1001.
Attachment 1 (Continued)
Request for Architectural and Engineer (A/E) 330 submission
Solicitation:
Replace Roofs for Building 1, 2, 4, 6 and 40
Project No. 589-26-133
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:Â ________________________________________
Printed Title of Signee:Â _________________________________________
Signature:Â ___________________________________________________
Date:Â _____________________
Company Name and Address:Â ______________________________________
________________________________________________________________
(End of clause)