Sources Sought Notice Sources Sought Notice Page 23 of 23 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 23 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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 Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 630A4-26-101 Renovate & Replace Animal Lab AC -3 located at the Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $25.5 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications to be considered for an award. The design will be completed in such a manner that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint. The anticipated award date of the proposed A-E Contract is on or before May 30, 2026. Prospective Contractors must be registered and verified in SBA s Small Business Search and https://www.sam.gov and at time of submission of their qualifications in order to be considered for an award. NOTE: Offerors are referred to VAAR 852.219-11(d)(1) Services. The Contractor will not pay more than 85% of the amount paid by the government to it to firms that are not SBA-listed SDVOSBs as set forth in 852.219-10. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), large, etc.). All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed six (6) percent of the estimate cost of construction. Other A-E fees are not included in the six (6) percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) SCOPE OF SERVICE REQUIRED: Provide A/E professional services for Project No. 36C24226R0015 to prepare basis of design, executive summary reports, design development drawings, contract drawings, specifications, cost estimates, feasibility study, deficiency report, construction period services for the following items, but not limited to: Gut Renovation of approximately 6500+ SF of the entire space and support space 1000sf+ and required swing space/ phasing located at the basement of building 1, Main Hospital including new upgrade of Mechanical, Electrical and Plumbing Systems. Perform a space survey/ programming and interviews with the end users. Determine required space for investigators and researchers and admin support space. Future # of animals and dedicated rooms, equipment list and function Recommended service function and activities that would fit within the available space. Refer to Fig. 35 VMU-small last page Identify swing space alternatives and design for Trailer or Space to be determined including utilities for Animal lab. Address/ Upgrade Room 12-124 Research. Replace Animal Lab AC-3 HVAC. The A/E shall perform a thorough study of the existing the Animal Lab AC-3 and associated Exhaust fan to determine the best type, size and capacity of new air handling unit and exhaust fan to be installed. The A/E shall review the different air handling unit system options available and provide a narrative of the positives and negatives for each Air handling unit system. The A/E shall provide a life cycle cost analysis to determine the most cost-effective Air Handling systems for the facility. The A/E shall provide commissioning services for the new air handling unit serving the animal lab. The project design includes removing the existing Animal Lab AC-3 air handling unit in the Basement of Building #1 and installing a new air handling unit serving the Animal lab in Building #1. The project design includes design options with redundancy to connecting the new animal lab air handling unit to the main chiller plant, the existing the 250-ton standalone chiller or a new stand-alone air-cooled chiller. The project shall identify design options and hvac redundancy to include all necessary piping, valves, and controls to switch from main chiller plant operation to the 250-ton chiller operation located on the 5th floor or tie in to include design for a new stand-alone air-cooled chiller system for off season operation. Prepare the basis of design presented in a report format. Deliver the schematic design, design development (drawings and specifications for 65% and 100% submission), design documents (drawings and specifications for 35%, 65%, 95% and 100% submissions). Schedule on site meetings. The design will include holding room, surgery, treatment, procedure, new lab, associated equipment, cage washers, HVAC equipment and System, plumbing, gas and electrical systems, architectural renovation of the space, new casework and benchtops for the laboratories, new furniture in the offices pe PG 18-12 Research and Development Guide. Prepare the cost estimate for the schematic, 65% and 100% design development and 65% and 100% construction documents. Review the Final Deficiency Report included in the Facility Condition Assessment and propose means of rectifying the deficiencies. Remove existing floor 2-part red epoxy Paint from Animal Lab Floor and install new flooring system Brand name or equal to Stonehard Coating floor systems product Stonkote Ht4 Teal blue color or approved equal. Provide the design documentation for a temporary swing space/ trailer for housing the animals during the renovation phase of the labs. Provide a breakdown cost estimate for the swing space rehabilitation to meet the codes requirements and relocation of the animals into the space. The A/E shall base the design in accordance with NFPA 101, VA Space Planning Criteria, VA Design Standards and VA Design Plates and Equipment List. Plans shall also confirm to the Association for Assessment and Accreditation of Laboratory Animal Care, (AAALAC) and the latest Joint Commission on Accreditation of Health Care Organizations standards (TJC), VA PG 18-12 Research and development Design Guide and Technical Information Library. https://www.cfm.va.gov/til/ The project design includes installing new control valves, new sensors, new thermostats, new freeze stats, new dampers and actuators, new motors, etc. for all units and connecting to the existing Building Automation system located in the Chiller plant in Building #4. The project involves installing new duct work in the animal lab to meet the current HVAC Design Guide requirements. The project design includes providing all necessary labor and material to prepare construction documents for temporary animal lab trailer during the construction phase of the project. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the air handling units and associated mechanical rooms and animal lab space to determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. All work shall conform to VA criteria and regulation. The project design shall comply with VA HVAC Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes. The A/E shall provide Construction Period Services, such as site visits, inspections, observations, attend meeting and provide meeting minutes; review shop drawing and submittals for acceptance; respond to RFI s, prepare supplemental documentation and / or revise contract documents; provide a record set of drawings As-Builts ; Provide a certified industrial hygienist to perform Task 6 through 9 according to the Special Instructions-Asbestos Abatement and Lead Abatement documents. The A/E shall assist VA COTR in evaluating qualifications of contractor and personnel by establishing minimum qualification requirements for specialization experience, key personnel, standard operating procedures, etc. The A/E shall hire a qualified and competent commissioning person to represent VA owner. The Commissioning process shall include the review of the design documentation, equipment startup, control system calibration, testing and balancing, review performance testing and training. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. The A/E shall be required to provide Basis of Design, Schematics, Design Development, Desing Documents, Construction documents specifications, Cost Estimate. The A/E shall follow the submission instructions outlined in VA NRM Program Guide PG 18-15 Volume C. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. The A/E shall complete Security Training within 30 days of hire and taken annually. Privacy Training: VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information All contractor employees and subcontractors participating under this contract are required to complete the VA's Privacy training requirement - VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information Contractors must provide certifications of completion to the COR during each year of the contract. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). The COR for the contract is responsible for ensuring the contractor takes the training and to follow up with the annual requirements. See Attachment A VA Privacy Training for Personnel without Access to VA Computer 29.The C&A requirement do not apply, and that a Security Accreditation Package is not required. 30.Project Management Platform Requirement Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR) at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts. There is no user, license, or subscription fee to the contractor for using this cloud-based platform. Contractor shall accomplish and complete the following tasks upon award of contract: Request access to ACC platform and Productivity NOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through Productivity NOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days. Access to Productivity NOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount be provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who was granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor ability to maintain required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. Time frame: A/E Design Services: 365 days Construction Period Services: Est. 545 Days Contract documents requirements: All contract A/E s employees shall take the Privacy and Information Security training and provide copies of training certificates to COR as required by VA policy. AE and the subconsultant shall use Autodesk Build Construction Management platform to manage the projects. All contract A/E s employees shall provide the following documentation: Background investigation Worksheet (Attachment No.2 under SOP Acquisition) VA Form 0711 Security and Privacy Training certification OHSA certification TB tuberculin test certification Design Development A.) CONSULT WITH VA TO IDENTIFY AND PRIORITIZE AREAS OF CONCERN, BUDGETARY CONSTRAINTS, AND TIME CONSTRAINTS. REVIEW VA AS-BUILT DRAWINGS INDICATING ORIGINAL BUILDING CONSTRUCTION, SPECIFICATIONS, AND PREVIOUS REPAIR CONTRACTS. VISUAL INSPECTION: WORK WILL INCLUDE A DETAILED VISUAL INSPECTION OF RELEVANT PORTIONS OF THE PROJECT. THE INSPECTION WILL PROVIDE INFORMATION REGARDING THE NATURE, EXTENT, AND PROBABLE CAUSE OF ANY DEFICIENCIES IDENTIFIED. COMPREHENSIVE REPORT: THE A/E SHALL ISSUE A REPORT RECOMMENDING REPAIR STRATEGIES, MATERIALS AND METHODS OF INSTALLATIONS, PRIORITIES, AND ALTERNATIVES. THE REPORT SHALL INCLUDE: OBSERVATIONS AND FINDINGS FROM VISUAL, INSPECTIONS. PHOTOGRAPHIC DOCUMENTATION ON DIGITAL FORMAT. A SPREADSHEET ENUMERATING EACH RECOMMENDED ITEM OF REPAIR, TOGETHER WITH AN INDICATION OF ITS PRIORITY, AND AN ESTIMATE OF ASSOCIATED COST. E) REVIEW MEETINGS: THE A/E SHALL MEET WITH VA PERSONNEL TO REVIEW THE CONTENTS OF THE REPORT AND TO ESTABLISH A CONSTRUCTION SCOPE OF WORK, WHICH IS ACCEPTABLE TO THE VA. Contract Drawings A/E SHALL PREPARE DRAWINGS OF EACH PORTION OF THE PROJECT. THESE DRAWINGS SHALL BE PRODUCED USING AUTOCAD AND WILL BE USED TO RECORD THE RESULTS OF THE VISUAL INSPECTION, AND AS BACKGROUND DRAWINGS FOR THE CONSTRUCTION DOCUMENTS. CONSTRUCTION DRAWINGS: THE A/E SHALL PREPARE CONSTRUCTION DRAWINGS DELINEATING THE INTENDED SCOPE OF WORK TO BE PERFORMED AND CONSTRUCTION DETAILS TO BE USED ON THE PROJECT. CONSTRUCTION SPECIFICATIONS: THE A/E SHALL PREPARE WRITTEN SPECIFICATIONS TO BE USED IN CONJUNCTION WITH CONSTRUCTION DRAWINGS, SPECIFYING TECHNICAL AND ADMINISTRATIVE REQUIREMENTS OF THE PROJECT. DETAILED CONSTRUCTION COST ESTIMATE: THE A/E SHALL PREPARE A DETAILED CONSTRUCTION COST ESTIMATE IN TABULAR FORMAT LISTING ALL ITEMS OF WORK TO BE PERFORMED INCLUDING ESTIMATED QUANTITIES AND UNIT COSTS FOR LABOR AND MATERIALS TO PERFORM EACH ITEM AND EACH PORTION OF PROJECT. THE A/E SHALL ALSO PREPARE THE SAME TABLE WITHOUT THE ESTIMATED UNIT COSTS AND TOTAL COST TO BE USED FOR BIDDING PURPOSES. THE A/E SHALL MEET WITH VA REPRESENTATIVES TO REVIEW THE CONTRACT DRAWINGS, SPECIFICATIONS, AND DETAILED COST ESTIMATE AT 65% AND 100% COMPLETION. A/E SHALL MAKE ALL PROPER CORRECTIONS TO THE CONTRACT DOCUMENTS BASED UPON THE INTENTIONS OF THE VA DISCUSSED DURING THESE MEETINGS. Construction Period Services THE A/E SHALL REVIEW CONTRACTOR S SHOP DRAWINGS, SUBMITTALS, REQUESTS FOR INFORMATION (RFI), PAYMENT REQUISITIONS, AND CHANGE ORDER REQUESTS. Furnish As-Built Drawings after Completion UPON COMPLETION OF WORK, THE A/E SHALL PREPARE AS-BUILT DRAWINGS DOCUMENTING THE AREAS OF COMPLETED WORK IN FORMAT ACCEPTABLE TO VA. Site Visits PERIODIC SITE VISITS: THE A/E SHALL MAKE UP TO THIRTY (30) SITE VISITS TO THE SITE TO MONITOR WORK, WITH REGARD TO ITS CONFORMANCE WITH THE CONTRACT DOCUMENTS. A/E SHALL PREPARE COMPREHENSIVE REPORT FOR EACH SITE VISIT DETAILING ALL ITEMS DISCUSSED. Reproduction BLUEPRINTS: THE A/E SHALL PROVIDE TEN (10) SETS OF CONSTRUCTION DOCUMENTS AND ONE (1) SET OF ORIGINAL REPRODUCIBLE VELLUMS. IN ADDITION, A/E SHALL PROVIDE DIGITAL VERSION OF ALL DOCUMENTATION IN FORMAT ACCEPTABLE VA CONTRACTING OFFICE. Completion Time for design: 365 Calendar days LOCATION: Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209 COST RANGE: Estimated Construction Cost Range: $5,000,000.00 and $10,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. The following evaluation criteria will be used during the A/E selection process with assigned value: Firms submitting SF330 data for consideration must address each of the following factors in SF330. Professional qualifications necessary for satisfactory performance of required services -20%. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Engineering (Civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) and Architecture Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials -20%. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: Experience with design services to renovate and redesign patient facilities and medical centers. Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation and construction inspection services) :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 Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team including any subcontractors in the areas outlined above. (3) Capacity to accomplish the work in the required time-15%. This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. Submission requirements: The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. ii. 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 projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. The firm shall provide a project schedule that demonstrates the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. (4) Past performance- 15%. Offerors will be evaluated on past performance with Government agencies (emphasis on VA work) and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: a. Contractor Performance Assessment Report System (CPARS), b. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice (Attachment #1) is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Samantha Chavanga via email at Samantha.Chavanga@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted CPARS and PPQ evaluations will not be counted as part of any page limitation and shall be attached to the SF330, behind the SF330 Part II document. (5) Location -10% within a 300-mile radius to the design site (Brooklyn, NY) and knowledge of the location (Brooklyn VAMC, NY); provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: i. The A/E Firm proximity to the Brooklyn Veterans Affairs Medical Center, 800 Poly Place, Brooklyn, NY 11209. ii. This distance is determined according to http://maps.google.com/ iii. This factor evaluates the distance the AE firm's design office or offices from the location of work. Please provide the address (es) and distance of your closest office to the address listed (6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services-10%. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years. Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) years. The SF-330 shall contain a statement affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. (7) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team- 10%. Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Evaluation Scoring Evaluation factors will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement, and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below were used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available, or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact. SUBMISSION REQUIREMENTS: The applicable NAICS code is 541330 and the small business size is $25.5 Million. This acquisition for design services will be a 100% set aside for service-disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified in SBA s Small Business Search and https://www.sam.gov before award. SDVOSB firms desiring consideration must have a working office located within 300 miles of the Brooklyn Veterans Affairs Medical Center limits and be licensed in New York State. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6. Qualified Service-Disabled Veteran Owned Small Business (SDVOSB) firms responses must be received no later than 11:00am, EST on Monday, January 12, 2026. Electronic submission of SF330 s is preferred. The overall size of the file cannot exceed 7MB; if additional space is required, divide the file into segments with each file size less than 7MB. No more than 2 files at 7MB each will be considered. Email completed SF330 s to Samantha.Chavanga@va.gov Subject Line: Renovate & Replace Animal Lab AC -3, 36C24226R0015 SF330 no later than 11:00 AM/PM, Eastern Time (ET) on Monday, January 12, 2026. Submittals received after the date and time identified will not be considered. The submittal will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. All SF 330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project number and title (abbreviated and shortened is okay). Submission is to be no more than a total of fifty (50) pages; size of emails is not to exceed 10 megabytes (MB). If more than one email is sent, please number emails in subject line as 1 of 2, 2 of 2 etc. All SF 330 submissions must include the following information either on SF 330 or by accompanying document: Cover Page with Solicitation Number, Project Number and Title Table of Contents Copy of valid state registration for each lead designer Copy of current https://veterans.certify.sba.gov/ SDVOSB/VOSB certification DUNS Number Cage Code Tax ID number Email address and Phone number (including the area code) of the Primary Point of Contact. LIMITATIONS 852.219-74 VA NOTICE TO TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (NOV 2022) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB : (1) Means a small business concern - (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA's Vendor Information Pages (VIP) database at https://www.vetbiz.va.gov/vip/; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any reference therein to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to apply to a VA verified and VIP-listed SDVOSB, unless otherwise stated in this clause. (2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 13 CFR 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 or 852.219-76 as applicable). These requirements are summarized as follows: (1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract (2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CRF 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: _X_By the end of the base term of the contract or order, and then by the end of each subsequent option period; or __By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program. (h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company's SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment). NONCOMPLIANCE WITH THIS REQUIREMENT RISKS YOUR PACKAGES AS BEING NONRESPONSIVE NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Samantha.Chavanga@va.gov); telephone inquiries will not be honored. PAST PERFORMANCE QUESTIONNAIRE Solicitation Number: 36C24226R0015 Project Title: AE Renovate & Replace Animal Lab AC -3 Project #630A4-26-101 CONTRACT INFORMATION (Contractor to complete Blocks 1-4) 1. Contractor Information Firm Name: CAGE Code: Address: DUNs Number: Phone Number: Email Address: Point of Contact: Contact Phone Number: 2. Work Performed as: Prime Contractor Sub Contractor Joint Venture Other Percent of project work performed: If subcontractor, who was the prime (Name/Phone #): 3. Contract Information Contract Number: Delivery/Task Order Number (if applicable): Contract Type: Firm Fixed Price Cost Reimbursement Other (Please specify): Contract Title: Contract Location: Award Date (mm/dd/yy): Contract Completion Date (mm/dd/yy): Actual Completion Date (mm/dd/yy): Explain Differences: Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable): Explain Differences: 4. Project Description: Complexity of Work High Med Routine How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.) CLIENT INFORMATION (Client to complete Blocks 5-8) 5. Client Information Name: Title: Phone Number: Email Address: 6. Describe the client s role in the project: 7. Date Questionnaire was completed (mm/dd/yy): 8. Client s Signature: Section D: Performance Information: Choose the letter on the scale that most accurately describes the contractor s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ANY UNSATISFACTORY OR MARGINAL RATINGS. E VG S M U N Exceptional (Outstanding) Very Good (Above Average) Satisfactory Marginal Unsatisfactory Not Available Performance meets contractual requirements and exceeds many to the Government s benefit. The contractual performance of the element or sub-element being evaluated was accomplished with few minor problems for which corrective actions taken by the Contractor were highly effective Performance meets contractual requirements and exceeds some to the Government s benefit. The contractual performance of the element or sub-element being evaluated was accomplished with some minor problems for which corrective actions taken by the Contractor were effective Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the Contractor appear, or were, satisfactory. Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being evaluated reflects a serious problem for which the Contractor has not yet identified corrective actions. The Contractor s proposed actions appear only marginally effective, or were not fully implemented Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains a serious problem(s) for which the Contractor s corrective actions appear or were ineffective No record of past performance or the record is inconclusive. 1. QUALITY: a) Quality of technical data/report preparation efforts E VG S M U N a.1. Comments: b) Ability to meet quality standards specified for technical performance E VG S M U N b.1. Comments: c) Timeliness/effectiveness of contract problem resolution without extensive customer guidance E VG S M U N c.1. Comments: d) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance) E VG S M U N d.1. Comments: 2. SCHEDULE/TIMELINESS OF PERFORMANCE: a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below) E VG S M U N 2.a.1 Comments: b) Rate the contractor s use of available resources to accomplish tasks identified in the contract E VG S M U N 2.b.1. Comments: 3. CUSTOMER SATISFACTION: a) To what extent were the end users satisfied with the project? E VG S M U N 3. a.1. Comments: b) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication) E VG S M U N 3.b.1. Comments: c) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer? E VG S M U N 3.c.1. Comments: d) Overall customer satisfaction E VG S M U N 3.d.1 Comments: 4. MANAGEMENT/ PERSONNEL/LABOR a) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force? E VG S M U N 4.a.1. Comments: b) Ability to hire, apply, and retain a qualified workforce to this effort E VG S M U N 4.b.1 Comments: c) Government Property Control E VG S M U N 4.c.1. Comments: d) Knowledge/expertise demonstrated by contractor personnel E VG S M U N 4.d.1. Comments: e) Utilization of Small Business concerns E VG S M U N 4.e.1. Comments: f) Ability to simultaneously manage multiple projects with multiple disciplines E VG S M U N 4.f.1. Comments: g) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changes E VG S M U N 4.g.1. Comments: h) Effectiveness of overall management (including ability to effectively lead, manage and control the program) E VG S M U N 4.h.1. Comments: 5. COST/FINANCIAL MANAGEMENT a) Ability to meet the terms and conditions within the contractually agreed price(s)? E VG S M U N 5.a.1. Comments: b) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the client E VG S M U N 5.b.1. Comments: c) If this is/was a Government cost type contract, please rate the Contractor s timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns) E VG S M U N 5.c.1. Comments: d) Is the Contractor s accounting system adequate for management and tracking of costs? If no, please explain in Remarks section. Yes No 5.d.1. Comments: e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if show cause or cure notices were issued, or any default action in comment section below. Yes No 5.e.1. Comments: f) Have there been any indications that the contractor has had any financial problems? If yes, please explain below. Yes No 5.f.1 Comments: 6. SAFETY/SECURITY a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.) E VG S M U N 6.a.1 Comments: b) Contractor complied with all security requirements for the project and personnel security requirements. E VG S M U N 6.b.1. Comments: 7. GENERAL a) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues). E VG S M U N 7.a.1. Comments: b) Compliance with contractual terms/provisions (explain if specific issues) E VG S M U N 7.b.1. Comments: c) Would you hire or work with this firm again? (If no, please explain below) Yes No 7.c.1. Comments: d) In summary, provide an overall rating for the work performed by this contractor. E VG S M U N 7.d.1. Comments: Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary): __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ STRENGTHS:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________WEAKNESSES:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________DEFICIENCIES:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ COMMENTS:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Past Performance Information provided by: __________________________________________________ (Printed Name) Signature________________________________________Date:_________________ Organization:____________________________________Phone:_________________