Loading...
36C24426R0105
Response Deadline
Jun 26, 2026, 2:00 PM(EDT)42 days
Eligibility
Contract Type
Presolicitation
Replace Underground Sprinkler and Domestic Water Mains Design | NCO 4 Construction West (VA-26-00058125)
This is a Request for SF 330s, not a Request for Proposals.
Note: This is notice is NOT a request for proposal at this time.
Project Scope Summary: The Architect-Engineering (A/E) team shall provide all, labor, materials, tools, and equipment, and services necessary to furnish Design Documents (DD) and Construction Documents (CD) for a construction project to Replace Underground Sprinkler and Domestic Water Main, project #503-26-104, at the Altoona VA Medical Center. The project shall be designed and completed in accordance with current VA guidelines, EPA requirements, VA Specifications, and developed specifically to meet local requirements for the Altoona VA Medical Center in Altoona, PA. The resulting contract of this procurement is to provide design completion of the referenced project and perform construction of the completed design.
Selection/Administration: This project is a Best Value two-phase A/E solicitation. Phase I will evaluate the SF330s to determine the three (3) best offerors to be selected to provide an offer for Phase II. During Phase II, the top-rated offerors will provide pricing to render services. The solicitation and specifications will be available under the Contracting Opportunities tab https://SAM.gov. Amendments to the solicitation will also be posted on this website. All parties must obtain solicitation and amendments to the solicitation through the website. Hard copies will not be mailed. It is the responsibility of the contractor to frequently check the website for all notices, updates, amendments, ect. regarding this solicitation. The Government will not be responsible for any notification not sent or received by the Contractor regarding this solicitation. This contract is being procured in accordance with the Federal Acquisition Regulation (FAR) Subpart 36.6 Architect Engineering Services.
Set-Aside: This contract is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) capable of completing the work under the North American Industrial Classification System (NAICS Code: 541330- Engineering Services, with a Size Standard of $25.5 Million in annual receipts for the past three (3) years. All respondents must be registered in the System for Award Management System (SAM) database at time of Phase I submittal. Offerors must also be verified in the Small Business Administration’s VetCert program (https://veterans.certify.sba.gov/) at the time of Phase I submittal. Any offeror not registered and verified in SAM or VetCert at the time of proposal submittal will be disqualified and their proposal will be rejected.
SUBMISSION REQUIREMENTS: SF 330 submittals shall be sent electronically via email to the attention of Leon McKenzie and Elijah McIntosh. Standard Forms 330’s must be received no later than 11:00 AM on June 15, 2026. The submittal packages are to be sent via email to the following:
Attention: Leon McKenzie– Email: leon.mckenzie@va.gov
Attention: Elijah McIntosh – Email: Elijah.mcintosh@va.gov
Subject Line: Solicitation 36C24426R0105 SF 330 Submittal
Additionally, the submissions must include an insert detailing the following information placed at the front of the Submission.
• SAM Unique Entity Identifier Number
• The E-mail address of the Primary Point of Contact.
• A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime.
• A copy of the firm’s Pennsylvania State Licensure for the SDVOSB Prime or a statement indicating how the provided drawings will be sealed by a PA licensed Engineer.
• A statement indicating what office the Engineering Services firm will utilize as its primary design office.
Special Note: An Engineering Services Firm failing to provide any of the documentation detailed in this notice may be determined as Non-Responsive and may not be considered.
Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates who will be contacted for an interview. For the evaluation, Professional Qualifications to Perform the Services Required, Specialized Experience and Technical Competence, are significantly more important than the other five (5) factors and are of equal weight and are of equal weight. The remaining five (5) factors are of equal weight among themselves. The following evaluation criteria shall be used to evaluate firms and determine the most highly qualified firm for possible contract award.
A. Professional Qualifications to Perform the Services Required:
This is intended to evaluate the personnel and their related qualifications. The key positions should include Project Managers, Quality Assurance Manager, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, and Interior Designers. Firm should indicate whether these personnel have professional certifications in particular field, i.e. PE in Mechanical Engineering. The evaluation board shall consider the specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.
B. Specialized Experience and Technical Competence:
This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This may include general renovation of medical center space to include architectural changes of walls, ceilings, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, Heating, ventilating, Air conditioning (HVAC) to include, package units,
variable air and constant air volume terminals with reheat, Variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkle system, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioning condition. Experience providing drawings in 3D. Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work as stated above. Design of specialty construction may include tuck pointing, asphalt paving, elevators, complete key system, large centrifugal chillers and Boiler controls. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. The evaluation board shall consider at least five (5) similar projects and how well the proposal addresses technical capabilities in design quality management procedures, CAD Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. Where appropriate, the evaluation board will also evaluate their experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. The effectiveness of their proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships) should also be examined.
NOTE: Extra consideration may be given for projects completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm.
C. Past Performance:
Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. When evaluating past performance, the evaluation board shall consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services.
D. Experience in Construction Period Services:
This factor evaluates the firm’s experience in Construction Period Services to include (in relative order of importance) professional field experience during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Offerors shall provide projects demonstrating experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates.
E. USE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES
This factor evaluates the extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. Proposed subcontractors shall be identified by business type, SAM Unique number and percentage of work to be performed.
F. Capacity to Accomplish Work:
This factor evaluates the ability of the Engineering Services firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. When evaluating capacity, the evaluation board shall consider the volume of work awarded by VA during the previous 12 months. Use data extracted from the Federal Procurement Data System. Consider the full potential value of any current indefinite delivery contracts that a firm has as well. Also, assess the available capacity of key disciplines to perform the work in the required time.
G. Geographical Location:
This factor evaluates the response time from the A-E firms design office from the location of work (James E. Van Zandt VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor.
NOTE: Time will be measured from the James E. Van Zandt Medical Center, Altoona, PA via car to the firms indicated office where the work will be performed as indicated on mapquest.com.
Service Disabled Veteran Owned Small Businesses must be registered and verified in the Small Business Administration Registry as a SDBOSB at time of SF 330 submittal. Additionally, any potential awardee must also be registered in the System For Award Management (SAM) at time of SF 330 submittal. Registration can be accomplished by visiting https://sam.gov.
Elijah J McIntosh, Elijah McIntosh
Chris Clements
DEPARTMENT OF VETERANS AFFAIRS
DEPARTMENT OF VETERANS AFFAIRS
244-NETWORK CONTRACT OFFICE 4 (36C244)
244-NETWORK CONTRACT OFFICE 4 (36C244)
1010 DELAFIELD ROAD
PITTSBURGH, PA, 15215
NAICS
Engineering Services
PSC
ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)