Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

C -- 528A6-19-632 DESIGN RENOVATE SPRINKLER AND DOMESTIC WATER SYSTEM B104

Notice Date
4/1/2020 12:13:01 PM
 
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
36C24220R0075
 
Response Due
4/30/2020 12:00:00 AM
 
Archive Date
07/29/2020
 
Point of Contact
Mark Simonson Contracting Officer 607-664-4755
 
E-Mail Address
Mark.simonson@va.gov
(Mark.simonson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
General The VA Medical Center, Bath, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the design of a project to Renovation of Sprinkler and Domestic Water Lines, B-104. SDVOSB Vendors with an SF-330 on file within the past twelve months are being considered. If you believe you have an SF 330 on file and would like to be considered for this procurement please send an e-mail to Mark.Simonson@va.gov expressing your interest in being considered. Other SDVOSB firms having a working office within a 300 mile radius from 76 Veterans Avenue, Bath, NY may submit SF 330 s for consideration, to the Contracting Officer at Mark.Simonson@va.gov by 4:30 PM EST, April 30, 2020. The purpose of this project is to design a replacement system for the existing fire suppression (wet sprinkler) system at the Bath VA s Domiciliary, B104. Even though the existing fire alarm system has been replaced within the last few years, the selected A/E will be required to verify it is up to code and prepare plans and specifications to correct any situations with the current fire alarm system that do not meet VA standards. Design, installation and testing shall be in accordance with NFPA, VA Space Planning Specifications, VA Master specifications as outlined in VA Handbook 7610 and as defined in the VA s Technical Information Library (TIL) as well as any and all other applicable local, state and federal codes. A/E must also submit a construction phasing plan. The estimated construction cost for the design must fall within the VA budget. There are no current drawings on the existing system. Therefore, the existing system will need to be examined, documented and, if necessary, re-designed to meet all of the codes cited above. Primary Contractor Trade anticipated is plumbing/fire protection. All sprinkler piping must be labeled as required by code and painted with RED paint identical to all other fire systems on station. All piping shall be properly labeled and have flow direction arrows. See COTR for painting requirements. Project is also to include documenting and replacing the existing domestic water system and shall be properly labeled and have flow direction arrows. Selected A/E shall have no more than one hundred and eighty (180) days to complete the design and prepare a construction package. EXISTING CONDITIONS The vast majority of the sprinkler and domestic water system are piped with galvanized piping that is in poor shop. Periodically the Bath VA s plumbing shop is repairing leaks in this aging system. The existing building is not on the historic registry. The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Bath for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board 1. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required Assignable point rang ..(0 to 40) 2. Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team Assignable point range .(0 to 40) 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously Assignable point range .(0 to 20) 4. Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. (Firms with no previous VA experience receive a +5 rating) Assignable point range (-20 to 20) 5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located Assignable point range (0 to 20) 6. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design Assignable point range (0 to 20) 7. Inclusion of small business consultant(s) (1 point), and/or minority owned consultant(s) (1 point), and/or women-owned consultant(s) (1 points), and/or veteran owned consultant(s) (1 point), and/or disadvantage veteran owned consultant(s) (1 point), and/or HUBZone consultant(s) (1 point) Assignable point range (0 to 6) SCORING KEY SCORING FACTORS RANGE POOR MARGINAL ACCEPTABLE VERY GOOD OUTSTANDING 1 and 2 0 40 0 5-10 15 25 30 35 40 3,5,6 0 20 0 5 10 15 20 4 (-20)-(+20) (-20) (-10) 0 10 20 7 0-6 0 1-2 3-4 5 6 Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $250,000 to $500,000 and. The NAICS code for this procurement is 541330.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5d9a93a34e37487986101264a20a3af0/view)
 
Place of Performance
Address: Bath VA Medical Cener;76 Veterans Avenue;Bath, NY 14810, USA
Zip Code: 14810
Country: USA
 
Record
SN05607694-F 20200403/200401230147 (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  © 1994-2020, Loren Data Corp.