Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2025 SAM #8749
SOLICITATION NOTICE

C -- AE Upgrade Fire Alarm Systems 538-26-200

Notice Date
11/7/2025 11:14:28 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25026R0028
 
Response Due
12/9/2025 7:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Matthew Curtis, Contract Specialist, Phone: 937-268-6511 x4639
 
E-Mail Address
matthew.curtis1@va.gov
(matthew.curtis1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
REQUEST FOR SF330 SUBMISSIONS 1. INTRODUCTION This procurement is a� 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, in accordance with Public Law 109-461. The Department of Veterans Affairs is seeking� Architect-Engineer (A/E) Design Services� for: Project 538-26-200: AE Upgrade Fire Alarm Location:� Chillicothe VA Medical Center, State Route 104, Chillicothe, Ohio 45601 Note:� This announcement is� not� a Request for Proposal (RFP). A solicitation package� will not� be issued via Contracting Opportunities. Instead, an RFP will be issued directly to the most highly qualified firm, with negotiations conducted in accordance with� Federal Acquisition Regulation (FAR) Subpart 36.2. The anticipated A/E design services will be procured in accordance with the� Selection of Architects and Engineers Act (Public Law 92-582),� FAR Subpart 36.2, and� VA Acquisition Regulation (VAAR) Subpart 836.6. 2. PROJECT DESCRIPTION The objective is to provide A/E services in support of� Project 538-26-200: AE Upgrade Fire Alarm� at the Chillicothe VA Medical Center. Period of Performance:� 300 calendar days from Notice to Proceed Estimated Construction Magnitude:� Between $500,000 and $1,000,000 Contract Type:� Firm-Fixed-Price NAICS Code:� 541310 - Architectural Services Business Size Standard:� $12.5 million 3. ELIGIBILITY REQUIREMENTS In accordance with� VAAR 819.7003 (Deviation), at the time of SF330 submission and at the time of contract award, offerors must certify to the Contracting Officer that they are: A� Service-Disabled Veteran-Owned Small Business (SDVOSB)� eligible firm; A� small business concern� under the NAICS code assigned to this acquisition; Certified� and listed in the� SBA Small Business Search (SBS)� database at� https://search.certifications.sba.gov, in accordance with 13 CFR 128. If registration is required, firms must visit� https://certifications.sba.gov to complete the process. Additionally, all eligible firms must be� registered and active� in the� System for Award Management (SAM)� at� https://sam.gov to be considered for evaluation and award. Excluded Parties List System (EPLS): Contractors must verify that all individuals proposed under this contract are� not listed� in the EPLS at� www.sam.gov, in accordance with Sections 1128 and 1128A of the Social Security Act. Certification of EPLS compliance is required. E-Verify Requirement: In accordance with FAR 52.222-54, firms awarded a federal contract must enroll in� E-Verify� within 30 days of award and use the system to confirm employment eligibility of all new hires and employees assigned to the contract 4. EVALUATION FACTORS The Government intends to award a contract to the responsible offeror whose submission is determined to be most advantageous, based on the evaluation criteria outlined below. Evaluation Factor Weight Professional Qualifications necessary for satisfactory performance of required services. 15% Specific Experience and Qualifications of personnel proposed for assignment to the contract and their record of working together as a team. 20% Firm s Capacity. 15% Past Performance. 15% Location in the general geographical area of the project and knowledge of the locality of the project. 10% Construction Period Services. 15% 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. 10% Professional qualifications necessary for satisfactory performance of required services (weighting 15%) All key personnel listed below for whom resumes shall be provided are the minimum required and shall be shown on an organizational chart. Personnel may fill multiple roles if qualified. All architects and engineers performing work on this project are required to be licensed, registered or certified by a US State, the District of Columbia or a US territory. Personnel shall provide professional license jurisdiction of issue and license numbers and/or proof of licensure. Any additional staff beyond the below minimum key personnel being made available for work shall also be indicated on the chart. Proposed team member experience shall be relevant within the last three (5) years. Personnel Qualifications and Experience as required by this criterion shall be located in Section E Resumes of Key Personnel. Organizational Chart shall be located in Section D Organizational Chart. One (1) Professional Engineer or Licensed Architect with experience in: Healthcare Facility Design and Construction U.S. Government Project Management Quality Assurance and Quality Control (QA/QC) One (1) Electrical Engineer with experience in: Simplex Fire Alarms Healthcare Facility Design and Construction Proven experience with all related NFPA codes and standards One (1) Fire Protection Engineer Proven experience with all related NFPA codes and standards One (1) Certified Cost Engineer/Estimator with experience in: Healthcare Facility Design and Construction U.S. Government Projects One (1) Certified Industrial Hygienist Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team (weighting 20%) Include specialized experience and technical competence with healthcare related designs. Demonstrate successful completion of five (5) separate designs, three (3) of which have entered Construction Period Services. List completion dates for professional services and/or construction for all projects. If completion dates are not available, provide a status update that includes a brief description of the project, including scope, size, cost, principal elements, special features, and relevance of the example project to this contract. Firm Experience as required by this criterion shall be located in Section F Example Projects. Federal Government CPARS may also be considered, in conjunction. Include specialized experience and technical competence with residential healthcare-related designs, including electrical distributions systems and fire alarm systems. All projects provided in the SF-330 must involve some effort or contribution from the prime firm (or former firm names as listed in Part II General Qualifications). Include no more than five (5) Government and/or private experience projects completed within the past eight (8) years that best illustrate specialized experience as listed above, with at least 95% of the design completed. Include at least three (3) of these projects having entered Construction Period Services. Firm s capacity (weighting 15%) Describe the firm s ability to accomplish the work in the required time, including existing workload from all private and public clients and awards with similar scope requirements that may limit capacity to perform project work expeditiously. Provide a list of current contractual obligations from all public and private clients of the firm and/or key personnel with periods of performance extending up to one (1) calendar year from SF330 submission. Provide project title, estimated construction costs (if applicable), and period of performance dates for the contractual obligations. Provide evidence supporting the firm s ability to perform work in the required time, such as execution of simultaneous task orders with construction costs equal to or greater than this solicitation. Past performance (weighting 15%) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF-330 as well as any other projects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government. Preferred to have past performance with Federal Government agencies. Location in the general geographical area of the project and knowledge of the locality of the project (weighting 10%) Project designated staff shall provide travel times from primary place of work to the Chillicothe VAMC. Project designated staff shall be assigned a score based on the criteria below. SF-330 shall achieve a score based on the average score of project designated staff. Examples of knowledge of the locality of the project include: knowledge of geographical features, climatic conditions, unusual or unique local construction methods, or previous work on the station. Greatest preference will be for locations within 1.5-hour travel time of the Chillicothe VA Medical Center. Preferred to have a physical presence within 3-hour travel time. Construction Period Services (weighting 15%) Experience in Construction Period Services to: Professional Field Inspections Review of Construction Submittals RFI Support Support Construction Contract Changes to include Drafting Statements of Work and Cost Estimates 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 (weighting 10%). Firms (Prime and Subcontractor(s)) shall be SBA Certified (aka VetCert) if SDVOSB or VOSB. To be considered, SDVOSB/VOSB firms must be listed in the SBA Certification database at https://search.certifications.sba.gov (see 13 CFR 128). All other small business firms shall be certified by SAM.gov or Fed Data Check. Estimated percent of project overall workload shall be designated for each firm (prime and sub). SDVOSB shall be given greatest preference. VOSB shall be given great preference. All other small businesses to be preferred. Important:� To ensure a fair and comprehensive evaluation, the AE Evaluation Board requires complete and accurate information for all evaluation factors listed in this announcement. AE firms are strongly encouraged to elaborate on any evaluation factor that may not be fully addressed in Part I - Section A through Section G and Part II of the SF330. Firms should utilize Part I - Section H and/or attach additional sheets as necessary to clearly demonstrate their qualifications for each evaluation factor. Please also be mindful of the submission requirements outlined in Paragraph 7 below when preparing your responses. 5. SELECTION PROCESS In accordance with FAR subpart 36.6, submitted SF330s will be evaluated by the AE Evaluation Board based on the evaluation factors identified in this announcement. Following the initial evaluation, if the Board elects to conduct discussions or interviews, at least three of the most highly qualified firms will be selected for further consideration. Upon conclusion of discussions, the Board will reassess the qualifications of these firms using the same evaluation factors, taking into account both the original SF330 submission and any additional information provided during discussions. The Board will then recommend the firm determined to be the most highly qualified. 6. LIMITATIONS ON SUBCONTRACTING Per� VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Deviation): The prime contractor may not pay more than� 50%� of the total contract amount to firms that are not certified SDVOSBs or VOSBs. Work subcontracted to� similarly situated SDVOSB/VOSB firms� counts toward the 50% requirement. Other Direct Costs (ODCs)� may be excluded if not central to the acquisition. 7. SUBMISSION INSTRUCTIONS Interested and eligible firms must submit their SF330 packages as follows: Submission Deadline:� December 9, 2025, by 10:00 AM (Local Time) Submission Method:� Email only Recipient:� Matthew Curtis, Contract Specialist Email:� matthew.curtis1@va.gov Late submissions will not be accepted.� A submission is considered late if received after the specified date and time. Each submission must include: One (1) original SF330, Parts I and II, including all consultants Part I, Section H� must include: An organizational chart of the prime firm (excluding consultants) A Design Quality Management Plan Page Limitation:� SF330 submissions must not exceed� 35 total pages� (8.5 x 11 ), excluding SF330 Part II and Past Performance documentation (e.g., CPARS reports). Note:� Information incorporated by reference is not permitted. The SF330 form is available at: https://www.gsa.gov/forms-library/architect-engineer-qualifications 8. ADDITIONAL INFORMATION Faxed or telephone responses will not be accepted. No additional solicitation documents or project scope information are available. All inquiries must be submitted via email to� matthew.curtis1@va.gov. Telephone inquiries will not be entertained. 9. POINT OF CONTACT Name:� Matthew Curtis Title:� Contract Specialist Email:� matthew.curtis1@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7848a2f86651468683dddfcb316b7ce7/view)
 
Place of Performance
Address: Chillicothe VA Medical Center 17273 State Route 104, Chillicothe 45601
Zip Code: 45601
 
Record
SN07638203-F 20251109/251107230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.