C1DA--A/E Replace Existing Substation A9 Project 642-26-117 NCO4 Construction East
Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: VA. Industry: NAICS 541330 • PSC C1DA.
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541330
Description
Presolicitation Notice Presolicitation Notice Page 3 of 3 Presolicitation Notice Presolicitation Notice Page 1 of 3 SUBJECT* A/E Replace Existing Substation A9 Project 642-26-117 NCO4 Construction East GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 19104 SOLICITATION NUMBER* 36C24426R0048 RESPONSE DATE/TIME/ZONE ARCHIVE 90 DAYS AFTER THE RESPONSE DATE SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* C1DA NAICS CODE* 541330 PLACE OF PERFORMANCE Department of Veterans Affairs Network Contract Office 4 VA Medical Center 3900 Woodland Avenue Philadelphia, PA POSTAL CODE 19104 COUNTRY USA CONTACT INFORMATION CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 4 VA Medical Center 3900 Woodland Avenue Philadelphia, PA 19104 POINT OF CONTACT* Contract Specialist Lamar Thomas lamar.thomas2@va.gov 667-392-1344 ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS lamar.thomas2@va.gov EMAIL DESCRIPTION Lamar Thomas ACQUISITION INFORMATION: The Veterans Affairs Medical Center (PHAMC) in Philadelphia, PA is seeking professional Architectural and Engineering (A/E) services for design for project 642-26-117, Replace Existing Substation A9. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Revolutionary Federal Acquisitions Regulation Overhaul (RFO FAR) Part 36. A/E firms permitted by law to practice the professions of architecture/engineering are requested to send SF 330 (7/2021 Edition) documents from qualified and eligible firms classified as 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS CONCERNS in response to Replace Existing Substation A9 project via electronic mail to lamar.thomas2@va.gov. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports, and cost estimates for the scope of work. Background Information: Substation A9 is original to the hospital complex facility, built 1950. This substation far exceeds the estimated life cycle expectancy and recent has survived December 2024 water damage to the outgoing feeders controlled by this substation. CMCVAMC FMS is seeking construction documents (CD) to replace substation A9 and re-route the existing outgoing main feeders routed through the floor below (crawl space level- that shares the space with several other utilities) into a standalone electrical space. This project allows down time only for final connection during the construction phase to transfer loads of the existing substation to the new already built and placed substation. The A/E shall adopt the make before break concept in directing the contractor on phasing the construction phase. The A/E need to identify and locate available new location (free space) for the new substation, identify and locate available (free space) for the riser spaces. Location of Work: Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) 3900 Woodland Avenue, Philadelphia, PA 19104 Building 1 Basement level room A09 Scope of Work: The awarded Architect/Engineer (A/E) firm shall provide all investigative surveys and verifications of as-built conditions required to provide fully developed construction documents for replacing and commissioning substation 9 and associated outgoing feeders/busducts/cables in building 1 basement. This project consists of the Professional Design Services for the development of Construction Bid Documents and related Construction Period Services for the Correct FCA Electrical Deficiencies project. The scope of this project is to provide all the labor, materials, and equipment necessary for developing construction drawings and specification documents for the removal of the existing substation 9 and associated outgoing feeders and installation of the new substation. The scope of work includes correcting Facility Condition Assessment (FCA) by replacing in kind the attached electrical panels and associated feeders. New distribution panel boards, branch panels and distribution feeders necessary to install a new electrical panels/ equipment that follows VA Electrical Design Manual and Standards, NFPA 70, 99 and 110. Complete short circuit analysis, load flow, voltage drop analysis, overcurrent devices, coordination analysis, arc flash hazard analysis and site assessment necessary to install the new system. Update the single line distribution drawings, for normal and emergency power, as necessary to detail the new installation. Provide a cost estimate for the construction costs associated with their final drawings and findings. Provide mechanical, plumbing, and structural design necessary to support the installation of new electrical equipment. Work shall be phased to minimize or eliminate service outages. Provide an independent third-party life safety review of drawings and specifications. The A/E shall collaborate with Medical Center Infection Control Staff to conduct Infection Control Risk Assessment (ICRA) to incorporate the necessary protection as part of construction documents. Commissioning of the new Electrical Panels/Equipment. The selected A/E firm will be required to collaborate with the Corporal Michael J. Crescenz Medical Center (CMC VAMC) staff and VA Design Guides to determine structural, architectural, mechanical and electrical design requirements. The firm will also attend programming meetings with Medical Center Engineering staff to layout subject floor. Drawings concerning the existing conditions will be provided to the selected A/E firm but are for reference only, until they have been verified by the selected AE design team. Any deviation between the drawings and actual conditions will be called out on the drawings and reported to the CMC VAMC Engineering Department. The selected A/E firm will also be responsible for providing a construction estimate of contract time and cost associated with their final drawings and specifications. Evaluation CRITERIA: The A/E selection criteria for this acquisition are listed in descending order of importance. FACTOR 1: TECHNICAL EXPERTISE Offerors will be evaluated on the team s demonstrated experience, performance, technical abilities, relevant project work similar in scope, budget, and complexity as the Statement of Work. Submissions will be evaluated on demonstrated ability to execute constructable, biddable, and well-coordinated construction documents. Technical abilities will be evaluated based on electrical experience and ability to perform projects similar in size and complexity of substation replacements. Relevant experience with VAMC hospitals and private hospitals will be evaluated for projects similar in scope and complexity. Offerors shall submit no more than 3 projects. FACTOR 2: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONNEL Offerors shall identify and provide resumes of all key personnel. Resumes submitted must include professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner, and list all state registrations if licensed in multiple jurisdictions. Key personnel are those who will be directly involved in providing the contract services, will be evaluated on education, years of experience, project types, engineering disciplines (ex. Electrical, Mechanical), technical ability and other relevant qualifications that will provide the best opportunity for the successful completion of this contract. FACTOR 3: FIRM CAPACITY & MANAGEMENT OVERSIGHT Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm s ability to accomplish work with in-house personnel either onsite or at branch offices and clearly delineates what work will be performed by subconsultants. Offerors will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; the roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and making midcourse corrections. Evaluation will be on communication; is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. The evaluation will also consider the firm s present workload and the availability of the project team for the specified contract performance period. Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming. Qualification Procedures: A/E firms shall be registered in the System for Award Management (SAM) Database at www.sam.gov and www.vetbiz.gov. Please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the CVE at the time the SF330 is due shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. A/E firms shall be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $25.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 26 funding. The period of performance is 180 days. Submission Instructions: The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. Personal site visits or requests for meetings to discuss this announcement shall not be permitted. Interested A/E firms shall electronically mail the SF330 to Lamar Thomas, lamar.thomas2@va.gov , Contract Specialist, Philadelphia VA Medical Center, by close of business (4:00 PM, EST), March 12, 2026 via Electronic mail submissions. The SF330 form may be obtained through the General Services Administration at (https://www.gsa.gov/forms-library/architect-engineer-qualifications). Late proposal rules found in RFO FAR 15.107 will be followed for late submissions. The Government is not responsible for SF330 packages that are transmitted to the Contracting Officer and not received due to size of documents or system errors. It is the responsibility of the sender to ensure sufficient time for the Government to receive the SF330 timely. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones up to 3 years will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF-330. In block No.4, Part II, provide the Unique Entity Identification (UEI) ID number issued by SAM.gov for the prime A-E or Joint Venture. The UEI number must be for the firm or joint venture performing the work (i.e. not the parent UEI number, but a UEI number specifically for the office performing the work. In Section F, a maximum of 3 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Evaluation Criteria, of this announcement. . In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific evaluation criteria listed . In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria Personal visits to discuss this announcement shall not be allowed.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.