SPECIAL NOTICE
C -- 523A4-26-006 Design Upgrade Elevators A/E Request for SF 330 Qualifications
- Notice Date
- 10/20/2025 6:54:44 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125R0136
- Response Due
- 11/20/2025 1:00:00 PM
- Archive Date
- 01/19/2026
- Point of Contact
- Alexis Duda, Contract Specialist, Phone: (403) 584-4040
- E-Mail Address
-
Alexis.Duda@va.gov
(Alexis.Duda@va.gov)
- Awardee
- null
- Description
- SPECIAL NOTICE FOR QUALIFICATIONS (SF 330) The NAICS code is 541330 and the small business size standard is $25.5 million. A. INTRODUCTION: The VA Medical Center West Roxbury in Boston, MA has a requirement for a Firm Fixed Price contract to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits, and construction period services associated with the upgrade of the Buildings 1 and 2 elevators at the Veterans Administration, Boston Healthcare System (VA BHS), West Roxbury Campus, 1400 VFW Parkway, West Roxbury, MA 02132-4927. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys, and studies. The intent of this project is to perform investigation services and provide a complete design package to upgrade the elevators in Buildings 1 and 2 to current Veterans Health Administration (VHA) design and construction standards. B. CONTRACT INFORMATION: The magnitude of construction is between $5,000,000 and $10,000,000. The A/E firm must complete the project within the approved construction budget limit. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION), 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 on 13 CFR 125.6. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.202 of the Federal Acquisition Regulation and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. A ""short list"" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Proposal on VA Form 6298 to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. C. THIS IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330s only. No requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued. D. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.202 procedures. The selection criteria, in descending order of importance, will be as follows: 1. Specialized Experience/Technical Competence 2. Professional Qualifications 3. Past Performance 4. Experience in Construction Period Services 5. Knowledge of Locality 6. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors E. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 6) are provided below in descending order of importance. Specialized Experience/Technical Competence Provide recent and relevant projects related to the Statement of Work with a similar magnitude (magnitude of construction for the design is between $5,000,000 and $10,000,000) that demonstrates experience with VA Design Requirements or equivalent in a hospital setting that involves a full upgrade of elevators, an inspection study report, and modernization survey performed by an elevator design professional. Recency is defined as performance occurring within five (5) years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. This factor evaluates the amount of experience and technical competence the A/E firm has in designing similar types of projects and how well the proposal addresses technical capabilities in design quality management procedures, computer-aided design and drafting/building information modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. Respondents must provide three (3) recent and relevant projects; any project provided in addition to the three will not be evaluated as part of these criteria. Out of the three (3) required projects, two (2) of those projects must be fully constructed to show successful execution of the design. The following information is required for all projects provided under these criteria: Contract/Task Order Number Project Title Prime Firm Start and Completion dates Description of the project and how it is relevant to the scope of this project Professional Qualifications Professional qualifications necessary for satisfactory performance of required services. The A/E firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel as is normally expected of a company actively providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor team members who will perform technical tasks under this contract. Specifically, firms shall provide a qualified Elevator Inspector ASME QEI-1 and a Professional Engineer (PE). Subcontractor team member resumes shall indicate their record of working together with the prime contractor. 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, and this must be shown on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this project scope; any project provided in addition to the three will not be evaluated as part of these criteria. Past Performance Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance schedule, and a record of significant claims against the firm due to improper or incomplete A/E services (references required). The Government will rate an offeror's past performance for projects identified under Factor 1, Technical Expertise, and other related experience the Government obtains.� The Government may evaluate present and past performance information by using data independently obtained from other Government or commercial sources, including, but not limited to: Government databases; personal business experience with the offeror; and information provided. The evaluation may consider past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this acquisition. Past performance information on contracts not listed by the offeror may also be evaluated. The Government may contact references and contact parties other than those identified by the offeror, and information received may be used in the evaluation of the offeror s past performance. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate, and complete past performance information rests with the offeror. The Government reserves the right to obtain and evaluate past performance information from any source it deems appropriate. Respondents with no previous past performance shall state so when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. The following information is required for evaluation of past performance: The A/E firm shall submit past performance evaluations (from CPARS if experience was on a Government contract) for projects provided under Evaluation Criteria 1, Specialized Experience/Technical Competence. In addition to the past performance evaluations the firm shall provide owner points of contact for each project listed to include name, title, telephone number, e-mail, contract number, project name, project description, and start and completion dates. Recency is defined as performance occurring within five (5) years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. If there is no CPARS data available, past performance questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. PPQs shall be submitted to the e-mail Alexis.Duda@va.gov no later than the closing date for receipt of the SF 330s. The subject line shall state 36C24125R0136 Past Performance for (Name of Company.) NOTE: A/E Firms must not review the past performance questionnaire prior to submission. They must be submitted by the client/evaluator directly to the e-mail provided above. Firms should follow up and encourage references to get the questionnaires to Contracting in a timely manner. Do not include copies of the letters or questionnaires in the SF 330 package. Note:� We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Experience in Construction Period Services Respondents must provide one (1) recent project from the three (3) projects provided under Factor 1, specialized experience, and provide a narrative on how the A/E incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates Any project provided in addition to that one (1) will not be evaluated as part of these criteria. Knowledge of Locality Location in the general geographical area of the project and knowledge of the locality of the project. The A/E Firm must demonstrate that it has general knowledge of the locality of the project by providing experience working in Massachusetts or the general geographical area of the project and displaying knowledge of the locality to include project site features such as permit requirements and local laws and regulations. Respondents will be evaluated by providing one (1) project that demonstrates their knowledge of the locality; any project provided in addition to that one (1) will not be evaluated as part of these criteria. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. F. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Alexis Duda at Alexis.Duda@va.gov b. Oral questions will not be answered. c. The deadline for questions is 10/28/2025 at 4:00 PM EDT. G. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages shall be submitted no later than 4:00 PM EDT on 11/14/2025 to the following e-mail address: NCO1ConstructionTeam2Proposals@va.gov b. Past Performance Questionnaires shall be submitted no later than 4:00PM EDT on 11/14/2025 to the following e-mail address: NCO1ConstructionTeam2Proposals@va.gov c. Respondents are responsible for ensuring SF330 submittal packages, any revisions, and modifications are submitted by this time and to the e-mail address provided above. d. Qualified A/E firms are required to submit one (1) electronic copy via email to NCO1ConstructionTeam2Proposals@va.gov. If the file is too large to send via email, the offeror may send multiple emails with subject line of the e-mail clearly identifiable with multiple files clearly labeled. e. SF 330 forms are available at: https://www.gsa.gov/forms#SF f. Submission of information incorporated by reference is not allowed. g. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. h. Submissions are limited to 85 pages. i. Absolutely no photographs shall be submitted. ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted more than the limitations specified in this notice will not be evaluated by NCO 1. i. Telephone or fax inquiries will not be accepted. H. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a complete SF 330, specific information addressing each of the six (6) selection criteria described in this notice. b. Respondents are required to meet all requirements in addition to those identified as selection criteria. c. SF 330 submittal packages not consistent with the requirements and selection criteria of this notice may be determined unacceptable and removed from consideration. d. Any SF 330 submittal package, modification, or revision, that is received after the exact time specified for receipt is late and will not be considered unless the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and there is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. I. SF 330 PACKAGE PREPARATION: a. Qualified A/E firms are required to submit one (1) electronic copy via email to NCO1ConstructionTeam2Proposals@va.gov. SF 330 forms are available online at: https://www.gsa.gov/forms#SF b. An electronic copy shall be in searchable PDF format of the SF 330. c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9-digit zip code, phone number, e-mail address, UEI number, date of response, title and notice identification. d. A table of contents shall be provided for ready reference to sections and figures. e. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). J. FAR and VAAR: The FAR, VAAR, and VAAM citations referenced in this Special Notice can be accessed via the following links: FAR https://www.acquisition.gov/ VAAR https://www.va.gov/oal/library/vaar/index.asp VAAM https://www.va.gov/oal/library/vaam/ END OF SPECIAL NOTICE ATTACHMENTS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c68113f35d5347b2b253b23a49e2d62d/view)
- Record
- SN07622723-F 20251022/251020230035 (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 |