SOURCES SOUGHT
C -- 561A4- 18-101 Replace Central Chillers (AE)
- Notice Date
- 3/5/2020 4:32:08 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220Q0410
- Response Due
- 4/8/2020 12:00:00 AM
- Archive Date
- 06/07/2020
- Point of Contact
- Phillip Kangphillip.kang@va.gov
- E-Mail Address
-
Phillip.Kang@va.gov
(Phillip.Kang@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- 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 561A4-18-101 Replace Central Chillers, Bldg. 136 at the VA NJ Health Care System, Lyons, New Jersey 07939. 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 $15M. Magnitude of Construction is between $2,000,000 and $5,000,000. 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 September 30, 2020. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to 48 CFR 852.219-10(c)(1): Services (except construction) at least 50 percent 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 . In order to assure compliance with this clause, all firms submitting a SF 330 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). SCOPE OF SERVICE REQUIRED 1. Contract Title. Furnish professional A/E services to provide survey, evaluation and design for project 561A4-18-101 Replace Central Chillers, Bldg. 136 at the VA NJ Health Care System, Lyons, New Jersey 07939. 2. Background. Project is necessary to update and replace two Chillers and associated equipment that is located in Bldg 136 at the Lyons Campus of the VA New Jersey Healthcare System. The existing chillers are a 1000 ton centrifugal unit and a 700 Ton steam absorption unit. Both units are past their useful life expectancy and it is expected the new equipment will be more efficient in operation. 3. Scope. The A/E shall perform a complete survey to the existing conditions and provide recommendation list to the VA for review; upon approval the A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procumbent documents. 4. Specific Tasks. The A/E contract shall be for complete construction package including initial Survey/Study, preliminary drawings, contract drawings, contract specifications, and a detailed cost estimate for the replacement of the two chillers, pumps, wiring, controls, and associated equipment that are located in Bldg 136. A/E will review needs of multiple stakeholders and provide recommendations and phasing plan that will allow the continuation of services during construction. The A/E shall examine the existing conditions of the layout and make recommendations of proposed changes within the allowed construction budget to the VA. Upon approval, the A/E shall design all necessary construction and renovation as intended which will be in compliance with all applicable current codes. All contract drawings shall be prepared on CD/AutoCAD Release 2018 and delivered to the project COR at the VA Medical Center, Lyons, New Jersey. The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines as is necessary as required by the project. E. The A/E shall design all necessary construction as intended which will be compliant with applicable current codes and criteria referenced in VA CFM Technical Information Library website: http://www.cfm.va.gov/til The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. In each drawing System International Metric units shall only be used for markings, measurements, and dimensions. G. The A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents. The A/E shall provide construction period services to include change order estimates and negotiation services if required, and post-construction services. The A/E shall provide a PIH/CIH consultant for review of the VA Medical Center asbestos inspection report. The PIH/CIH consultant shall coordinate with A/E to ensure that fully coordinated drawings are provided for all asbestos abatement and related restoration work id necessary. The A/E will make site visits as required to determine existing as-built conditions affecting this project. Note: Information including drawings and other documentation provided to the A/E is used as reference only. A/E shall field verify every aspect that relates to the project. 5. Performance Monitoring (if applicable). The designated COR will monitor the contract performance and make sure the A/E adheres to VA standards and designated project milestones as well as provide all necessary support required to complete the subject design. 6. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Not Used b. Identification of Potential Conflicts of Interest (COI). Not Used c. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. The COR is also responsible to assure the inspection and acceptance of products provided incidental to services. 9. Risk Control Contractor shall take all measures for safety & infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 10. Place of Performance. Place of performance shall be at both 151 Knollcroft Road, Lyons, NJ 07939 and the selected A/E firm site. Selected A/E firm shall provide several site visits during both the design and construction periods of services. 11. Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 210 calendar days. X. LOCATION VA NJ Health Care System, Lyons, New Jersey 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. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD Deliver Schematic Review Material 60 calendar days from NTP Review Schematic Review Material 70 calendar days from NTP Deliver 65% Working Drawings 115 calendar days from NTP Review 65% Working Drawings 125 calendar days from NTP Deliver 95% Working Drawings and Construction Documents 155 calendar days from NTP Review 95% Working Drawings and Construction Documents 165 calendar days from NTP Review 95% Working Drawings and Construction Documents 185 calendar days from NTP Review 100% Working Drawings and Construction Documents 195 calendar days from NTP Deliver Final Bid Documents 210 calendar days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following: Selection Criteria Weight Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 20% Examples of specialized experience and technical competence in various disciplines required for specific project. 20% Capacity to Accomplish the work in the required time 10 % Past experience and performance on government contracts. 10% Proximity of firm or working office providing professional services to the facility. 5% Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 10% Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 10% Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 20 % Total 100% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. 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. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY 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. 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. 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 PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). 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: Submit a minimal of three (3) evaluations from Contractor Performance Assessment Report System (CPARS). They shall be submitted with the completed SF330 package. LOCATION The A/E Firm proximity to the VA Lyons campus 07939 is an evaluation criteria. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 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. 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. LIMITATIONS 852-219-10 VA Notice of total service-disabled veteran-owned small business set-aside (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 Vendor Information Pages database, (http://www.VetBiz.gov). (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 Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) Compact Disc (CD) which contains digital copies of the SF 330. (which can be downloaded from www.gsa.gov/forms ). All packages including Past Performance (CPARS) evaluations shall be submitted no later than 4PM 04/08/2020. All submittals must be sent to the attention of: Phillip Kang Room 9B-67 James J. Peters Medical Center 130 W Kingsbridge Road Bronx, New York 10468 The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Phillip.kang@va.gov telephone inquiries will not be honored. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c255d264f1a9411ab0dd805d1f109d67/view)
- Place of Performance
- Address: VA Lyons Campus;151 Knollcroft Rd 07939, USA
- Zip Code: 07939
- Country: USA
- Zip Code: 07939
- Record
- SN05581421-F 20200307/200305230151 (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 |