C212--528A5-26-505 Design Can Dry Sprinklers
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Mar 04, 2026. Industry: NAICS 541330 • PSC C212.
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
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 Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for: Due to the similarity in scope and proximity of the sites, the SF330 reviews for the below projects will be combined and evaluated simultaneously. Only 1 SF330 is required to be considered for both projects. The design firm with the highest ranked SF330 to either of these sources sought announcements will receive a request for proposal for both projects. This may result in the award of 2 design contracts to 1 design firm. Firms that do not have the capacity to perform both projects are discouraged from submitting an SF330 for review for either project as it is expected the designer will hold both contracts and complete both projects. Project 528A6-26-604 Design Bath Dry Sprinklers at the Bath VA Medical Center, 76 Veterans Avenue , Bath, NY 14810. -and- Project 528A5-26-505 Design Can Dry Sprinklers at the Canandaigua VA Medical Center, 400 Fort Hill Ave, Canandaigua, NY 14424. This Project will provide architectural and Engineering design service to design the complete replacement of the existing dry sprinkler system and provide construction monitoring, and project closeout services for demolition and replacement of current dry sprinklers in many of the buildings at the VA Finger Lakes Health Care system. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $25.5 Million. Magnitude of Construction of Project 528A5-26-505 Design Can Dry Sprinklers is between $2,000,000.00 and $5,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before May 29th , 2026. Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB in Small Business Search (https://search.certifications.sba.gov/ ) at time of submission of their qualifications in order to be considered for an award. In order to assure compliance with VAAR clauses, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) and 852.219-73 VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022), all firms submitting a SF 330 for this notice are required to indicate what percentage of the cost of contract performance will be expended on 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 consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation 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. SCOPE OF SERVICE REQUIRED Project no. 528A5-26-505 Design Can Dry Sprinklers LOCATION Canandaigua VAMC, 400 Fort Hill Ave, Canandaigua, NY 14424 COST RANGE Estimated Construction Cost Range: Between $2,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. DESIGN COMPLETION PERIOD: The Department of Veterans Affairs requires design and contract support services. The A/E shall deliver 100% bid documents in 180 calendar days from the Notice to Proceed (NTP). SELECTION CRITERIA DESCRIPTIONS This acquisition will be in accordance with FAR Part 36.602 Standard Form 330 Additional instruction guidance Part I, Section A and Section F, and Part II 1-8 Ensure all entities, prime and sub-contractors, identify small business status veteran owned status DUNS and NAICS Part I, Section D Use a hierarchical organization chart. Part 1, Section E Provide each resume with a Section E Cover Sheet Hold each resume submission to 2 pages, cover and detail Part 1, Section F Provide each project with a Section F Cover Sheet Part 1 Section F 23c Include email address with telephone number. Correct use of Standard Form 330 in presenting their responses is part of the evaluation NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers and email could result in a firm being rated lower. NOTE: All information for evaluation criteria should be submitted in Part 1, of the Standard Form-330. NOTE: All projects provided in Standard Form -330 must be completed by the office/branch/regional office/individual team member proposed to manage and/or perform work under this contract. Per FAR 36.602-1a Evaluation Criteria: A/E must demonstrate its qualifications with respect to these published evaluation criteria. Professional qualifications necessary for satisfactory performance of required services; 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; Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; Acceptability under other appropriate evaluation criteria. Criterion 1 - Professional Qualifications necessary for satisfactory performance of required services. 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 licensed and or certified workforce in the following disciplines: Fire Protection Sprinkler Engineering Architectural Engineering / Interior Design Engineering Electrical and Controls Engineering Operations and Project Phasing Certification Submission requirements: Provide resumes for all proposed key personnel. Resumes and section E cover page are limited to two (2) pages 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. Criterion 2 - Specialized experience and technical competence in the type of work required Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract regarding: Experience with fire sprinkler system design (required to show good working relationship with this experienced entity) Experience with integration with existing fire control systems Experience in staging plans in and around healthcare living areas Experience with extensive site survey skills. Experience in providing guidance to contractors and servicing: Quality Assurance Plans Quality Assurance Surveillance Plans Accident Prevention Plans Commissioning sprinkler systems Construction site inspections internal and third party Documentation review and reporting on submittals, shop drawings Project changes and support documentation Project closeout documentation As-Builts, O+M s, and Warranties. Experience with government designs and construction. 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 in the areas outlined above. Provide each project with a Section F Cover Sheet include small business status veteran owned status UEI# and NAICS Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Example projects shall note project s square footage. Include in the project description the contract period of performance award contract value current contract value summary of the work performed that demonstrates relevance to specialized experience as outlined above. NOTE: If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. Criterion 3- Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity as well as the sub consultants to accomplish multiple projects simultaneously. Criterion 4- Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers and email addresses could result in a firm being rated lower. NOTE: Past performance information for projects listed in Part 1, Section F Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror presents. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Devan Bertch via email at Devan.Bertch@VA.Gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS 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. Criterion 5- Location within a 400-mile radius to the design site (Bath, NY and Canandaigua, NY) and knowledge of the location (Bath, NY and Canandaigua, NY); Firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. NOTE: Above provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Submission requirements: Indicate firms/team(s) location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government. Criterion 6 - CLAIMS - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm because of improper architectural and engineering services provided in the last three (3) years. 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. Evaluation Criteria (1) and (2) are considered most important and equal among themselves; Evaluation Criteria (3) through (6) are of slightly less importance than (1) and (2) but are equal value among themselves. LIMITATIONS 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (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); (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; and (iv) The business has been verified for ownership and control and is so listed in the Small Business Pages database, (SBA s Small Business Search); (2) 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). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns. (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement. (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS: Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award due to noncompliance with the submission requirements. EMAIL SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) to Devan.Bertch@va.gov no later than 12:00 PM, Eastern Standard Time (EST) on March 4th , 2026. Submittals received after the date and time identified wi…
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.