Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 04, 2025 SAM #8713
SOLICITATION NOTICE

C -- AE NRM 531-26-102 Pave GSA Parking Lot - Design

Notice Date
10/2/2025 10:23:35 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026R0017
 
Response Due
10/30/2025 3:00:00 PM
 
Archive Date
11/29/2025
 
Point of Contact
Alan Perez, Contract Specialist, Stephen Slaby
 
E-Mail Address
Alan.Perez@va.gov, stephen.slaby@va.gov
(Alan.Perez@va.gov, stephen.slaby@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
A modification for this Presolicitation has been issued as P00001, please see attachments. Presolicitation Notice Presolicitation Notice Page 7 of 7 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 7 SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) NAICS Code: 541310 Architectural Services (Small Business size standard $12.5 million dollars) A. INTRODUCTION: The Boise VA Medical Center (BVAMC), located in Boise, Idaho has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Services to include investigative services, planning consultations and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates, construction period services, site visits, and all reports necessary for a complete project in Parking Lot 24. B. CONTRACT INFORMATION: The Boise VA Medical Center (BVAMC) currently has a requirement for a large-scale facility interior renovation. The intent of Project 531-26-102 is to pave the existing dirt parking lot and access road while installing necessary drainage infrastructure to retain/infiltrate drainage onsite with minor landscaping. Existing conditions of Parking Lot 24 is a compacted dirt road base. During design, it will be determined to minimize impact, if existing site conditions could be used and minor earthwork could be accomplished to tie into existing parking lot with a surface drainage swale/borrow ditch, or use of other innovative design technique to mitigate current and future storm water. Existing parking lot wheel stops will be reused for separation between pavement parking lot and drainage swales. Add additional wheel stops as needed to protect remaining fencing and surrounding areas as needed. The Magnitude of the project is between $500,000 and $1,000,000. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-73 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM) at www.sam.gov and the U.S. Small Business Administration at https://dsbs.sba.gov/search/dsp_dsbs.cfm. The DSBS site will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541310 at the time SF330 s are submitted. Prospective firms are reminded that in accordance with FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of SDVOSB concerns. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be evaluated in accordance with the listed evaluation criteria. A ""short list"" of the at least three most highly rated after initial source selection will be chosen for discussions and an RFP will be issued accordingly towards 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 as a result of this announcement. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal 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 330's Architect/Engineer Qualifications packages only. Any 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. PROJECT INFORMATION: Provide Architect/Engineer services to provide a design for the 531-25-101 Renovate Building 28, Boise VA Medical Center project in accordance with the project Statement of Work (attached). E. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with the ongoing FAR overhaul of FAR 36.6 procedures. The selection criteria, in descending order of importance, will be as follows: 1. Specialized Experience and Technical Competence 2. Professional Qualifications necessary for satisfactory performance of required services 3. Past Performance F. SELECTION CRITERIA DESCRIPTIONS: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE The A/E firm (to include joint ventures) shall demonstrate recent specialized experience and technical competence in parking lot design and stormwater management projects that are similar to the requirements of this Pave GSA Parking Lot project. Submitting firms shall provide a detailed narrative and project details of no more than and no less than two (2) (minimum) and no more than three (3) (maximum) relevant projects completed within the last seven (7) years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this contract. Only the first three (3) projects submitted will be evaluated. This factor evaluates the amount of experience the AE firm has in designing similar types of parking lot design and stormwater management projects by evaluating their specialized experienced and technical competence in this type of project. 2. 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. Firms are expected to demonstrate experience to perform a project such as this within a federal workplace. 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. 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 two (2) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this contract scope. 3. PAST PERFORMANCE The A/E firm shall submit a minimum of two (2) and maximum of three (3) past performance evaluations on recent projects relevant to the one being procured under this notice. All projects provided under the Specialized Experience and Technical Competence criteria require that past performance be submitted for them. 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 engineering services (references required). a. Recency is defined as performance occurring within seven (7) 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. b. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. Respondents with no previous past performance shall so state 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. a. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For Non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. b. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contracting Officer Stephen Slaby at stephen.slaby@va.gov. b. Oral questions will not be answered. c. The deadline for questions is October 15, 2025 at 12:00PM MT. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages, including Past Performance Information, shall be submitted no later than 4:00PM MT on October 30, 2025. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to stephen.slaby@va.gov and Alan.Perez@va.gov. If file size exceeds 15MB then firms are required to send multiple emails with a sequence stating email 1 of __. SF 330 forms are available on-line at: https://www.gsa.gov/forms#SF c. Submission of information incorporated by reference is not allowed. d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 85 pages. i. Title pages and tables of contents, if applicable, are excluded from the page count limitation. ii. Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 20. f. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a completed SF 330 parts I and II, specific information addressing each of the 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 at the designated NCO 20 office after the exact time specified for receipt is late and will not be considered unless it is received before award is made, 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 and was under NCO 20 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: a. Qualified A/E firms are required to submit ONE (1) electronic copy via email to stephen.slaby@va.gov. b. Electronic copy shall be in searchable PDF format of the SF 330 parts I and II, provided past performance and any other additional information requested by this Notice. 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, SAM UEI number, date of response, title and Notice identification. d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and figures. f. 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. Provided Past Performance 8. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). K. FAR and VAAR: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: https://www.acquisition.gov/content/regulations END OF SPECIAL NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0a011bbd9777416998c1b492456867b6/view)
 
Place of Performance
Address: Department of Veteran Affairs Boise VAMC 500 W Fort Street, Boise, ID 83702, USA
Zip Code: 83702
Country: USA
 
Record
SN07610957-F 20251004/251002230036 (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.