SOLICITATION NOTICE
C -- Tuckpoint and Seal Building 1 PN:589A4-26-100, A/E Services
- Notice Date
- 10/21/2025 12:51:37 PM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25526R0017
- Response Due
- 11/6/2025 12:00:00 PM
- Archive Date
- 02/04/2026
- Point of Contact
- Jeanette Mathena, Contracting Officer, Phone: 913-946-1129
- E-Mail Address
-
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Synopsis: Request for Architectural and Engineer 330 submission Solicitation: Tuckpoint and Seal Building 1 Project No. 589A4-26-100 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 for negotiation 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 the VAAR 836.606-73 as implemented in 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. After the evaluation of SF330 submissions in accordance with the evaluation criteria, the most highly qualified firm will be chosen for negotiations. 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. The contract is anticipated to be awarded no later than February 27, 2026. 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 via email to James Petrik (james.petrik@va.gov) and Jeanette Mathena (jeanette.mathena@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310 Architectural Services and the small business size standard of $13 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is estimated at 120 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. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASID 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, https://www.vetbiz.va.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 https://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 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 https://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) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486).� 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 and emailed. Completed package shall be delivered on or before November 6, 2025 by 2:00PM CT to the following email address: Jeanette.mathena@va.gov and james.petrik@va.gov. Email subject line shall clearly identify Solicitation number: 36C25526R0017 and project name: Tuckpoint and Seal Building 1 Project No. 589A4-26-100 The 330 submission must be a pdf document and must be below 10 MB. PROJECT INFORMATION This project will replace all caulk and sealant joints on the exterior as well as seal the brick, stone, and mortar joints of Building 1. This includes full removal of existing sealants and re-sealing of those joints with A/E specified sealants. This project will include tuck point of all failing grout/mortar joints on the exterior of Building 1. This project will also fix the seal of all windows/store fronts on the exterior of Building 1 where required, or full replacement of window/storefront if required. The sealing or replacement of any exterior utility infrastructure that is supposed to have environment-controlled encasement, this shall include but not limited to junction boxes, doghouses, etc. This project does not include the full replacement of the roofs associated with Building 1 but shall include re-sealing of joints and patching if required. The project will remove/repair/replace any damaged flashing or if deemed necessary install additional flashing where required. The purpose of this construction project is to fully seal the exterior of Building 1 to provide protection from all environmental factors. Building 1 includes all exterior areas of all four sides of the original Building 1 construction, excluding the Ambulatory Care Addition (ACA), Surgery Addition, and the Community Living Center (CLC) buildings. EVALUATION FACTORS Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1.� 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 forty (40) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages. SF 330 must be submitted as a PDF and cannot exceed 10MB. Qualifications (SF330) submitted by each firm for Project No. 589A4-26-100 Tuckpoint and Seal Building 1 will be reviewed and evaluated based on the following evaluation criteria listed below: Factor 1. Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the architectural license. Prime A/E firm shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable project-related expertise in their respective fields: 1) Architect, 2) Structural Engineer, 3) Civil Engineer, and 4) Cost Estimator with current experience in cost estimation for maintenance and repair to federal health care facilities. The A/E firm is also required to have specialized subconsultant expertise in building envelopes, masonry, caulking and water proofing systems, as well as subconsultant expertise in the utilization of drones for multi-story building inspections and information reconnaissance. Factor 2. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities renovations. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Factor 3. Capacity to Accomplish the Work: the prime contractor must have the staffing capacity and the ability to accomplish the work in the required time. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly state and 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. The prime contractor and subconsultants further illustrate adequate workforce capacity to complete this design project within the 120-day period from NTP. The prime contractor shall clearly illustrate the ability to accomplish the work within the required timeframe within the SF330 submission. Only provide capacity and availability information for personnel, staff, and subconsultants that will actually be working on this project. Special Note: When an offeror submits its SF330 in response to this Request, the name and experience of a specific staff and subcontractors is a required evaluation factor, then those staff members/subcontractor who is offered will be the same members/subcontractor who will actually perform the specified work on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute a members/subcontractor for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial SF330 regarding the proposed substitute members/subcontractor.� The Contracting Officer shall have the right to review the qualifications of the proposed substitute members/subcontractor and to approve or disapprove their qualifications.� If the proposed substitute members/subcontractor qualifications are disapproved by the Contracting Officer, the contractor will propose another members/subcontractor who does possess equivalent qualifications.� Factor 4. Past Performance: the past performance of similar 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 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. Factor 5. Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with FAR 36.602-1. This criterion will apply to the office from which the prime contractor s office is established. Firms within 450 miles of the medical center will receive a maximum score. Firms more distant than 450 miles will receive a zero score for this criterion. Firms may use Google Maps, MapQuest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established.� Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Columbia, VA.� Factor 6. Claims and Terminations: record of significant claims against the prime contractor or subconsultants. Record of all terminated contracts because of improper or incomplete architectural and engineering services will be examined. Factor 7. SF330 Submission Compliance: specific compliance requirements of the completed and submitted SF330 will be examined. All submissions shall follow the SF330 instructions (OMB Control No. 9000-0157, exp date 1/31/2027). As provisioned in SF330, the individual agency instructions for this submission are as follows: SF330 Part I-Section A: No changes to the SF330 Instructions. SF330 Part I-Section B: No changes to the SF330 Instructions. SF330 Part I-Section C: No changes to the SF330 Instructions. SF330 Part I-Section D: No changes to the SF330 Instructions. SF330 Part I-Section E: The following page limits for each member are as follows: Architect One (1) page Structural Engineer One (1) page Civil Engineer One (1) page Cost Estimator One (1) page Expert subconsultant in building envelopes, masonry, caulking, water proofing systems One (1) page Expert subconsultant in survey and information reconnaissance utilizing drones One (1) page SF330 Part I-Section F: The following limits apply: Limit the list of projects presented in this section to three (3) projects, each being described on one (1) page. All projects presented must be similar in nature to the project being submitted on and preferably demonstrate expertise in the field and working relationships with proposed subconsultants. SF330 Part I-Section G: No changes SF330 Part I-Section H: Only two (2) additional pages will be permitted. SF330 Part I-Section I: No changes to the SF330 Instructions. SF330 Part II shall remain a single page form, completed by the A/E. Additionally, a cover letter up to two (2) pages in length may be submitted with the required SF330 information. Factor 8. 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Factor 9. Knowledge of locality: include professional knowledge of geological features, climatic conditions, or local construction methods that are unusual or unique to Harry S Truman VAMC, Columbia, Missouri. End of pre solicitation notice
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3f671a3b2abe4d14b9e8c479a67813bd/view)
- Place of Performance
- Address: Harry S. Truman Memorial Veterans' Hospital 800 Hospital Dr,, Columbia, 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN07623818-F 20251023/251021230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |