Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOURCES SOUGHT

C -- 620A4-22-202 Emergency Repair Failing Concrete Decking in Building 16

Notice Date
10/27/2021 11:16:08 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
36C24222Q0090
 
Response Due
11/3/2021 12:00:00 PM
 
Archive Date
02/10/2022
 
Point of Contact
Richard.Adu@va.gov, Richard Adu, Phone: (914) 737-4400 x2058
 
E-Mail Address
richard.adu@va.gov
(richard.adu@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 Project number 620A4-22-202 Emergency Repair Failing Concrete Decking in Building 16 at the VA Hudson Valley Healthcare System, Castle Point Campus, 41 Castle Point Road, Wappinger Falls NY 12590-7004. This is an EMERGENCY Procurement and interested Architectural and Engineering firms have seven (7) days to submit their SF330. 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 $16.5 Million. Magnitude of Construction is between $25,000.00 and $100,000.00. This is a 100% Service-Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed Architectural and Engineering Contract is on or before November 30, 2021. Potential contractors must be registered in SAM (www.sam.gov ) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.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 VAAR 852.219-10. NOTE - Offerors are referred to 852.219-10(d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. In order to assure compliance with this clause, all firms submitting a SF330 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: Furnish professional Architectural and Engineering services to provide a survey, evaluation, design, CIH and construction period services for project number 620A4-22-202 Emergency Repair Failing Concrete Decking in Building 16 at the VA Hudson Valley Healthcare System, Castle Point Campus, 41 Castle Point Road, Wappinger Falls NY 12590-7004. Planning, design and construction management to the immediate and successful planning, design and construction management to repair the failing concrete decking in Building 16 at Castle Point VA.: TASK 1 - Field Investigation & Basis of Design (Including but not limited to): The following Pre-Construction documentation and statutory requirements will be adhered to: Section 106 Consultation (National Historic Preservation Act NHP) https://www.achp.gov/protecting-historic-properties https://parks.ny.gov/shpo/online-tools National Environmental Policy Act (NEPA) http://www.cfm.va.gov/til/etc/NEPAGuidance.pdf Identify unique site requirements, i.e. seismic requirements, hurricane requirements, and timeliness. Identify in advance and complete all permitting requirements inclusive of fee payments, prepare and file with appropriate local, state and federal authorities, i.e. storm water. This project includes the review and field verification of the extent of failed concrete decking in Building 16. Verify completeness of existing record drawings and other contract documents for preparation of new As-built drawings. Through the Contracting Officer s Representative (COR), VA shall provide existing record drawings to the AE for review and field verification. Field conditions may not be identical to existing record drawings; therefore, field surveying shall be performed by the AE as needed to prepare new up to date As-built drawings for design purposes. The Basis of Design shall include and is not limited to: Determine the extent of failing concrete decking in the Wing A corridor of Building 16. Identification and structural analysis of existing As-Built conditions specific to areas prior to failure Identification of existing conditions that led to the failure of the concrete decking Identification of the limits of failed concrete decking AE is to provide repair recommendations Recommendations are to meet all VA, municipal, state, national and governing criteria associated with structural design specific to seismic region, building designation as required. Recommendations take into ensure continuous operation of VA patient care Recommendations to address existing utilities, ductwork, existing items below and adjacent to the failed concrete decking The Architect will be responsible for all necessary coordination, meetings, and submissions as required. Project Documents shall include, but not be limited to: All required submissions listed in the VA A/E Design Submission Requirements (PG-18-15). All deliverables as outlined in the document labeled Supplement B that is included in this solicitation (preliminary and construction documents including drawings and specifications). Cost estimates for Construction Projected Construction schedule Site visit reports for design reviews and field investigations. Area of Work at the Castle Point VA campus are depicted: Reference is made to Plans.pdf Attention will made to utilities, ductwork, the fire suppression system, and other existing items below the concrete decking to ensure work is in in accordance with all NFPA, VA, national and local codes as required. TASK 2 - Design Submission Phase Services (including but not limited to): A final engineering report shall be submitted along with plans to all agencies with the 65% Working Drawing. The package must be reviewed and approved in full before the 100% Working Drawings will be considered complete. Prepare As-Built drawings based on the existing VA supplied information along with the field verification process as identified in VA guidance documents. Perform field survey as necessary for accurate field verification as required. Provide a design narrative/analysis for each technical discipline (e.g. architectural, mechanical, fire protection, etc.) which describes the intent of each discipline with schematic and/or design development submission. Prepare contract drawings and specifications to address anticipated Asbestos abatement within the renovation work areas by a qualified NYS licensed Certified Industrial Hygienist (CIH) as outlined in the supplement B. Provide computations and sizing calculations for structural design in accordance with VA guidance documents. For computerized calculations, submit complete and clear documentation of computer programs, interpretation of input/output and description of program procedures. Provide individually packaged drawings for each submission to each unit specified in the Distribution of A/E Materials in PG-18-15 Volume C. The independent Commissioning Agent (CA) will be provided by the awardee or sub-consultant thereof and shall be a Professional Engineer (PE) experienced, certified and approved by the VA COR. Task 3 - Construction Phase Services (including but not limited to): Provide contractor construction shop drawings, specifications, review requirements and other items in accordance with VA guidance documents. Answer questions from prospective bidders about the project design. Review contractor s submittals to ensure items are in accordance with VA construction documents. Conduct periodic construction site inspection services as defined in construction documents. The A/E will submit a survey report summarizing the conditions found at the construction site to the VA seven (7) calendar days after each site visit. Review change orders/contract modifications as needed to assist in remedy, for appropriateness, feasibility, etc.; provide detailed itemized cost estimates for the increase/decrease of amounts. Develop and perform punch list items in accordance with contract documents for project close out. Develop and provide final As-Built drawings, specifications and construction documents in accordance with relevant VA construction criteria, guidance manuals and procedures. Provide services of a Project Monitor for Asbestos which shall include Air monitoring during Construction Period services. Review sample analysis and determine the most appropriate approach to take during construction. At this time the CIH should have collected appropriate samples, selected a qualified laboratory for sample analysis, evaluated sample analysis results to determine adequacy for an assessment report, and ensured that the sample analysis results and number of samples taken are adequate to provide the CIH with confidence that the maximum detection of asbestos and PCB has been achieved. LOCATION VA Hudson Valley Healthcare System, Castle Point Campus, 41 Castle Point Road, Wappinger Falls NY 12590-7004. COST RANGE Estimated Construction Cost Range: Between $25,000.00 and $100,000.00. 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 AE meets with VA staff Project Team for Kickoff Meeting TBD Deliver Final Bid Documents to Contracting Officer not later than 90 Days after Kickoff Meeting (Total 90 Calendar Days) 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 Selection Criteria Weighting Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 30% Examples of specialized experience and technical competence in various disciplines required for specific project. 15% Capacity to Accomplish the work in the required time 10% Past experience and performance on government contracts. 5% Proximity of firm or working office providing professional services to the facility. 30% The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. 5% Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 5% Total 100.0% 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) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Richard Adu via email at Richard.Adu@va.gov , prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations 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. Submitted CPARS and PPQ evaluations shall be attached to the SF330, behind the SF330 Part II document. LOCATION The A/E Firm proximity to the Department of Veterans Affairs Medical Center, 79 Middleville Road, Northport, NY 11768-2200 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. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 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 (NOV 2020) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB: (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 (see VAAR 802.201, Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, provided that any reference therein to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB unless otherwise stated in this clause. (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). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled Veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) above). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR part 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a non- manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a non-manufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For contracts referenced in (d)(2), (3), and (4) the cost of materials is excluded and are not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small businesses do not provide them. For additional information and more specific requirements on the limitations on subcontracting, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] _____By the end of the base term of the contract or order, and then by the end of each subsequent option period; or _____By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. Any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program takes precedence. (h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406, Debarment). SUBMISSION REQUIREMENTS Qualified Service-Disabled Veteran Owned Small Business firms are required to submit one (1) copy of the SF 330 (which can be downloaded from www.gsa.gov/forms ) via email to Richard.Adu@va.gov no later than Wednesday, November 03, 2021 at 3:00 PM EST including Past Performance (CPARS) evaluations Questionnaires (attachment). 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 Richard.Adu@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/4ee18fce2c2141ef8d2ac1f25fb1b3a8/view)
 
Place of Performance
Address: VA Hudson Valley Health Care System Castle Point Campus 41 Castle Point Road, Wappingers Falls, NY 12590-7004, USA
Zip Code: 12590-7004
Country: USA
 
Record
SN06165911-F 20211029/211027230110 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.