Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
DOCUMENT

C -- AE Design Services - Request for SF 330's for: SCorrect Building Access Control and Site Security Deficiencies, Project #557-19-101 - Attachment

Notice Date
11/7/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719R0007
 
Response Due
12/7/2018
 
Archive Date
3/7/2019
 
Point of Contact
elissa.goodman@va.gov
 
E-Mail Address
Contracting Officer
(elissa.goodman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
36C24719R0007 This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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. Federal Acquisitions Regulation (FAR) 36.6 selection procedures apply. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. GENERAL INFORMATION: The Department of Veterans Affairs, Carl Vinson Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents, which include working drawings, specifications, reports, and construction period services, for Project # 557-19-101, Correct Building Access Control and Site Security Deficiencies located at 1826 Veterans Blvd, Dublin, Georgia 31021. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. The Carl Vinson VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Elissa Goodman, Contracting Officer Email: elissa.goodman@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The projected award date for the anticipated A/E contract is on or before March 27, 2019. The anticipated period of performance for completion of design is 255 calendar days after Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $2,000.00 and $5,000,000. The anticipated award date of the construction phase of the project is projected to be by September 30, 2020. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK GENERAL: A/E to provide services for preparation of design documents and construction period services for Correct Building Access Control and Site Security Deficiencies, Project # 557-19-101. The design must, at a minimum, be in accordance with all applicable codes (NFPA, JCAHO, UBC, and EPA) and Department of Veterans Affairs (VA) publications (Master Construction Specifications, Construction Standards, etc.). If any asbestos or lead paint abatement should become necessary, the design shall be done by a Certified Industrial Hygienist (CIH). The design and as-built documents shall bear the CIH name. All asbestos and lead paint abatement design shall incorporate the latest requirements of VA, federal, state, and local authority having jurisdiction. The project shall be designed to attempt to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004 ( if life-cycle cost effective).   Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings achieved by the design. Should a 30% reduction in energy consumption savings prove to be unattainable per life-cycle cost analysis, A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. A Savings-to-Investment Ratio worksheet shall be provided with each design submittal to show energy savings. The following parameters shall be used for performing the analysis: 20 year life-cycle period for system comparison Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, EnergyPlus, etc. 3% Discount Factor All drawings and specifications shall be submitted by A/E to VA on computer disc at the completion of the project. Drawings shall be in AUTOCAD 2013 format, with an accompanying MS Word (ver. 2016) document that lists the drawing number and a description of the drawing s content in sufficient detail to identify it. Each individual Specification shall be submitted as a single MS Word version 2016 formatted document. In addition to the individual Specification submittals, an overall document that compiles all Specifications into one, single-spaced document is also required. One additional disk containing electronic copies of all drawings in portable document format (.pdf) shall be submitted for the Contracting Officer s use. Project shall be designed to meet the prescribed VA Construction Budget, with sufficient Deductions to achieve a 20% reduction from that Budget. Should bids received come in over budget even after taking the Bid Deducts into account, it will be the A/E s responsibility to redesign the project to achieve the VA Construction Budget. SCOPE OF WORK: The Working Drawings and Specifications for this design shall include, but not be limited to, areas of alterations as described in this Scope of Work. Provide all labor, materials, tools, equipment, and design services necessary to achieve the Carl Vinson VA Medical Center project, Correct Building Access Control and Site Security Deficiencies This project will engage an Architectural/Engineering firm to provide Schematic Design, Design Development, Contract Drawings, Specifications, Construction Cost Estimates, and Construction Period Services. The purpose of this project is to implement and upgrade the critical building access control systems across the campus of the Carl Vinson VA Medical Center in Dublin, GA by expanding the security card swipe door access and replacing and expanding the security surveillance camera infrastructure.   A/E firm shall provide a design for the installation of approximately fifty (50) door access card swipes that accept Personal Identity Verification (PIV) cards. Card swipes will be located at various interior and exterior doors that require secure access such as medication rooms, SPD closets, entrance doors, etc. These card swipes will tie into the existing Johnson Control HID card swipe system, adding controllers as necessary for new card swipes. This project will also provide for the replacement of outdated station-wide security camera system to resolve current deficiencies, including limited interior and exterior camera coverage, lack of central monitoring, and limited recording capabilities. Design shall include replacement and expansion of the current CCTV surveillance camera system. The intent is to provide surveillance of all six roadway entrances to the site, all parking lots, and all building entrances/egresses. The existing analog system shall be replaced with digital Internet Protocol (IP). The current CCTV security camera system is comprised of approximately (32) analog Pelco CCTV cameras throughout the site with two outdoor cameras. New head-end equipment, network servers, DVRs/NVRs, LED monitors, interior and exterior IP cameras, and wiring shall be included. The current DVRs are housed on Building 5A, however new equipment shall be relocated to the Security Control and Dispatch Center on Building 4C. Integration of the card swipe system into the security camera system is preferred, however, this possibility will be explored as the construction budget allows. This project shall correct the below FCA deficiencies related to building access and site security: FCA Record Number: 120724, Building Number: Site, System: Electrical, Subsystem: Site Security, Condition: F, Description: Provide additional 180deg outdoor CCTV cameras for entrances and parking and connect to newly upgraded system. FCA Record Number: 343331, Building Number: Site, System: Electrical, Subsystem: Site Security, Condition: D, Description: Provide additional equipment to complete station-wide door access control system. Police identified 65% of buildings and secure spaces are presently controlled. FCA Record Number: 27549, Building Number: Site, System: Electrical, Subsystem: Site Security, Condition: F, Description: The existing station security system is inadequate and not fully operational. The current CCTV security camera system is comprised of (32) analog Pelco CCTV cameras throughout the site with only (2) outdoor cameras. DVR is in Bldg. 5. Replace outdated station-wide security system to resolve current deficiencies, including limited interior and exterior camera coverage, lack of central monitoring, and limited recording capabilities. Provide new head-end equipment, network servers, DVRs/NVRs, LED monitors, interior and exterior IP cameras, and wiring. Provide exterior camera coverage around entire perimeter of station. During construction, there should be no more than 4 hour downtime of any utility system, unless approved well in advanced by the Contracting Officer s Representative (COR). Phasing of the work may well be required to comply with this requirement, and should be taken into account in the design. Design shall be in accordance with all VA Design Guides (VA OIT Design Guide) FISI checklist, VA Handbook 6500, BICSI Telecommunications Distribution Methods Manual, EIA/TIA standards, et. and ASHRAE requirements. A/E work shall include providing cost estimates, performing research and design analysis, generating Design Documents of sufficient quality and quantity to allow the VA to advertise for bid, assist with bid opening and review, and provide construction period services. Construction period services shall consist of A/E site visits, interim inspections, final inspection, submittal reviews, response(s) to Contractor & VA inquiries, and development of as-built drawings at project s completion. A/E must accomplish work in accordance with all required codes and VA guidelines. A/E SELECTION PROCESS: Responsive firms submitting SF 330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. Following initial evaluation, three firms that are selected as the most highly qualified based on the selection criteria responses, will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). (The firm and A/E on staff representing the project or signing drawings in each discipline must be licensed to practice in accordance with the Georgia State law requirements. Provide Professional License numbers and or proof of Licensure.) 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. (Include Government and private Experience on similar projects) Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Government Past Performance Information Systems may be accessed) Location in general geographical area of the project and knowledge of the locality of the project; (SF 330 submittal should show your knowledge of the locality of the project.) The area of consideration for offers is a 400-mile driving radius between offeror principal business location and the Carl Vinson VA Medical Center located at 1826 Veterans Blvd., Dublin GA 31021. Offers outside the 400 mile radius will not be considered. (Determination of mileage eligibility will be based on www.mapquest.com). Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E must have previous experience in the design of renovation within Medical Facilities. The A/E must provide documentation of at least two designs of renovations within Medical Facilities of equal scope and magnitude. The design experience submitted under this criterion must have been completed within the past three (3) years and must contain references with names, and phone numbers, and submitted along with the SF330. SUBMISSION CRITERIA/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) electronically to elissa.goodman@va.gov no later than 3:30 p.m. Eastern Standard Time on December 7, 2018. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n. (Example: SF330 Submission, # 36C24719R0007 Correct Building Access Control and Site Security Deficiencies, Project #557-19-101 (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES no later than 3:30 p.m. Eastern Standard Time on December 7, 2018. SF 330, including Parts I and II, and attachments to: Carl Vinson VA Medical Center 1826 Veterans Blvd, Bldg 29 ATTN: Daniel Knight Dublin GA, 31021 All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 7) References noted in Selection Criteria 9 REQUESTS FOR INFORMATON: All RFIs shall be submitted to elissa.goodman@va.gov. The firm and or AE on staff representing the project must follow State of Georgia guidelines under State law for all licensing requirements to sign and seal drawings. Examples of information resources are: Architects - State of Georgia: http://www.stateofgeorgia.com/architects1.html NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications AND at time of award. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719R0007/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24719R0007 36C24719R0007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4671672&FileName=36C24719R0007-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4671672&FileName=36C24719R0007-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05146613-W 20181109/181107230918-0db2322543880d7bf58c6cf268fad01c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.