Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOURCES SOUGHT

C -- Upgrade Medical Center Security System

Notice Date
8/5/2022 12:20:27 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
36C24222R0107
 
Response Due
8/26/2022 1:00:00 PM
 
Archive Date
12/03/2022
 
Point of Contact
Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 x6110
 
E-Mail Address
Patricia.Cordero@va.gov
(Patricia.Cordero@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 design services for Project 526-20-121 Upgrade Security Systems at the James J. Peters DVA Medical Center located at 130 W. Kingsbridge Road, Bronx, New York 10468. This Project will provide design services that will include demolition of existing systems, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Fire/Life Safety, Controls, Communication, and security impacts that conform to the most updated VA Security Systems Design Guide in order to upgrade the existing Medical Center security and camera systems. 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. Since this is a feasibility study, a construction estimate is not applicable for this procurement. 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 (November 30, 2022). Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB in VetBiz (https://www.vetbiz.va.gov/ ) at time of submission of their qualifications in order to be considered for an award. In order to assure compliance with FAR Clauses, 852.219-74 Limitations on Subcontracting (JUL 2018)(DEVIATION) and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020) (DEVIATION), 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 6 percent of the estimate cost of construction. Other A-E fees are not included in this 6 percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. SCOPE OF SERVICE REQUIRED Upgrade Security Systems Project 526-20-121 ARCHITECT / ENGINEERING SERVICES GENERAL SCOPE This is a design contract for the James J. Peters Veterans Affairs Medical Center (JJP VAMC), 130 West Kingsbridge Road, Bronx, New York 10468 to provide professional architect engineer (A/E) services to design a new security system throughout all facilities on the JJP VAMC campus to facilitate award of a construction contract. A/E services to include but are not limited to Demolition, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler, Fire/Life Safety, Controls and Communication, as well as other design considerations. The final design approval shall be at the determination of the JJP VAMC Engineering Services. The design intent is to replace the existing security system with the latest technology in video surveillance and access control capabilities. The JJP VAMC campus includes over one million square feet of interior space. There are a total of 8 main facilities (the largest being the main hospital) and a few smaller / temporary buildings such as a guard shack and office trailer. The campus perimeter is surrounded by an existing security fence covering over 27 acres of property. The A/E shall design a new security system and include the removal of the existing system. The new security system design will include the following components: internet protocol cameras (IP), network video recording (NVR), access control system, upgrades to the video surveillance rooms, motion detected intrusion alarm system, electronic entrance and exit drive / walk gates, electronic parking barriers, and security fencing. All components specified must be VA approved manufacturers (must not be made in China) and no devices / associated components are to be made wireless due to security concerns. In addition, the new security system design must be open architecture without any proprietary constraints and all administrative codes for software shall be given to the VA. The existing security system primarily utilizes analog cameras with digital video recording (DVR). There are currently an estimated 476 cameras. Cameras will be updated to an IP camera infrastructure. This includes a range of camera capabilities such as thermal imaging and motion detection. The new network cameras must remain separate from the existing IT network. The access control system will include PIV access to an estimated 200 doors throughout the campus, drive / walk gates, and associated components such as long-range barcode readers and windshield tags to support the parking plan. The design will include a total of five (5) electronic parking road barriers. The surrounding area will include a commercial grade security fence estimated to be 200 linear feet by 6 ft tall. The video surveillance rooms require new high-definition televisions and workstations to power the video monitors and display the video feeds. Appropriate signage shall be included, and all work will require new runs of cable. The demolition of the existing security system shall include all cables and electronic devices and fixtures. The existing security system must remain operational during construction. The design should implement phasing if necessary. Existing conditions must be verified by the A/E for all design considerations. The design shall modify any existing layout and equipment to provide adequate security coverage throughout the campus. This includes incorporating the current and future construction plans into the final design. The A/E shall provide a commissioning and training plan for the new security system. The A/E approved competent person shall be responsible for testing and providing the results to the VA assigned COR. In addition, the A/E approved competent person shall conduct on-site training for VA end users for operation and maintenance of the security system and shall provide both a written and video training plan. Training shall be conducted after final commissioning is completed and before transitioning from the existing security system to the new. Deliverables for A/E Technical Proposal: SF330 submission following the SF330 section order. If the A/E cannot comply with the SP-13 schedule, then a revised SP-13 with new proposed design submission dates shall be submitted to the Contracting Officer to be reviewed. Attachments: A: SP-13 Design Schedule Security System Reference: A: PG-18-13 (VA BIM & CAD Standards) VERIFY EXISTING CONDITIONS, METHODS, AND PROCEDURES The A/E shall make an on-site inspection of all areas that are within the scope of the project to familiarize themselves with existing conditions and gather information for design development. The A/E shall provide applicable reports and calculations upon request. The A/E shall verify the accuracy of the as- built drawings and other pertinent information provided by the VA prior to design. The VA makes no guarantee as to the accuracy of any as-built drawings / schematics obtained. The A/E must verify all conditions. The A/E shall meet with various professional staff from the VA to discuss the specific needs of the project. The A/E shall implement current and future construction and design plans into the new design. The A/E shall date and certify all reports, studies, and submissions. Design criteria shall include the following but is not limited to VA Master specs, The Joint Commission, National Electric Code, and International Building Code. This includes but is not limited to the National Defense Authorization Act and Trade Agreement Act. PHASING PLAN The A/E shall develop an appropriate phasing and coordination plan for construction as to provide minimum interruption to other occupants of the building and coordinated outage of utility systems (as required). COST ESTIMATING A cost estimate shall be required for each design review milestone. All cost estimates shall be on VA Form 10-6298 or approved equal. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates should reflect 10% for overhead and 10% for profit and an allowance for General Conditions. If requested by the VA, the A/E shall develop bid alternates to keep the final construction cost within the approved budget. To accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. Include a summary of the estimating methods and tools used to develop the cost estimate. PROJECT DOCUMENT CONTROL METHOD The A/E shall utilize Procore or other approved cloud-based construction management software during the design contract and shall allow access to the VA Projects & Planning team, Contracting Officer, and any other project stakeholders as required by the VA. This will be the primary means of file transfer, document submissions of all types, and communication. The A/E is responsible for all cost associated with the construction management software for the length of the design contract excluding construction period services. REVIEW REQUIREMENTS The A/E services will include but are not limited to various phases of design starting with a Basis of Design. The A/E shall conduct site surveys to analyze the existing areas to determine the renovations and modifications needed in each area to adequately modify such areas and shall provide any applicable calculations upon request by the VA. The A/E is required to incorporate all VA architectural, mechanical, and electrical engineering standards and other federal, state, and local requirements into their design. The A/E shall be responsible for obtaining existing drawings on file and incorporating current and future construction plans into the final design. Design submissions must be delivered as a single file to the VA on AutoCAD or Revit, and the latest version of PDF (see PG-18-13 VA BIM & CAD Standards). The A/E shall provide all files electronically for download via an approved file sharing cloud storage drive. The A/E shall provide the VA Master Construction Specifications in the latest version of Microsoft Word format and shall edit the specification specific to this project (draft versions shall show edits in red font). Preliminary Review: Basis of Design: Provide a Basis of Design to include project deliverables and parameters as discussed in the preliminary design meeting with the VA. The Basis of Design will evaluate the following: Preliminary phasing analysis Preliminary impact analysis Infection control analysis Project objectives and background Review of applicable codes Design concepts Special requirements/considerations/aggregations Recommendations/solutions (include pros / cons of different security system manufacturers and software) Information needed from the VA to assist in design development Preliminary cost estimate from the initial scope of work. Provide appropriate adjustments for phasing and market conditions Estimated construction schedule duration Provide two (2) copies of the Basis of Design Provide a QA/QC plan to be utilized in each phase of the design submission The A/E shall attend one preliminary design meeting and one Basis of Design review meeting at the Bronx VAMC and attend virtual conference meetings as required with the VA to complete the design submission. 60% Review: Construction specifications shall be prepared in final draft Construction drawings to include demolition plans, electrical new work, architectural plans, and device layout. Drawings shall show details, equipment schedule, phasing plan, bid alternates, as required, and protective construction techniques. QA/QC plan with completed actions Estimated construction schedule duration Provide a rendering or three-dimensional image for selected options of typical space (as required by the VA). Provide two (2) copies of all material Updated construction cost estimate including bid alternates as required The A/E shall attend one design review meeting at the Bronx VAMC and attend virtual conference meetings as required with the VA to complete the design submission. 95% Review: Preparations of contract drawings and specifications. The A/E shall incorporate all comments from the previous phases into the final working drawings and specifications. Complete working construction drawings. Include bid alternates as required. Construction specifications in final form. Include master submittal log (list of all submittals required of the construction general contractor) Final construction cost estimate shall be provided. The cost for each bid alternate shall be identified in the cost estimate (as required) Construction bid form Commissioning plan Training plan QA/QC plan with completed actions Updated construction cost estimate including bid alternates as required Estimated construction schedule with activities and duration in MS Project format including procurement of materials and submittal review (include bid alternates if applicable) Provide two (2) copies of all review material Provide a rendering or three-dimensional image for the final design of typical spaces (as required by the VA) The A/E shall attend one design review meeting at the Bronx VAMC and attend virtual conference meetings as required with the VA to complete the design submission 100% Review: 1. Provide final bid package for review (electronically) incorporating 95% comments. 2. Completed QA/QC plan 3. Final commissioning plan 4. Final training plan 5. Final construction cost estimate 6. Final construction schedule Final Bid Package Submission: Include all comments from previous design review. Final specifications for bid with included master submittal log. Final construction bid form. Final construction contract drawings for bid (stamped and signed by the licensed professional engineer or registered architect in the State of New York as applicable for each design discipline) Provide two (2) hard copies of all material. Note: Each design submission shall include AutoCAD or Revit, and PDF drawings along with requested hard copies. CONSTRUCTION PERIOD SERVICES Review submittals as required in specifications (material, equipment, shop drawings, etc.) and respond within ten (10) working days. Recommend to COR as to the submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. Review change orders and provide A/E cost estimate to support VA's negotiations with contractor within five (5) working days. Respond to requests for information (RFI) within three (3) working days. Furnish as-built drawings at completion of construction within fifteen (15) working days. Provide construction verification services at significant construction progress milestones and provide punch-list report of findings to the COR. May be conducted as part of the commissioning plan if applicable. Site Visits (approved A/E representative): Pre-bid conference Preconstruction conference Progress meeting bi-weekly (may be virtual if approved by COR) As required to resolve RFI (A/E expected to be available within two (2) working days) Commissioning, training, significant construction progress inspections Provide an expeditor to assist in the approval of applicable NYC DOB approvals (if applicable). X. LOCATION James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468 COST RANGE Estimated Construction Costs are 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. FEASIBILITY STUDY COMPLETION PERIOD: The Department of Veterans Affairs requires complete feasibility studies as indicated in SOW above. The A/E shall deliver a complete design __180__ calendar days from the Notice to Proceed (NTP). 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 proposed for this project only. Include specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm). The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. 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. Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except those 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 within a VA hospital setting in relation to the type 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. 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 To be rated ACCEPTABLE for this evaluation factor, the A/E firm must be within 450 miles driving distance from the prime contractor s main office or official satellite office to the James J. Peters VA Medical Center, Bronx, NY 10468 This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or official satellite office(s) from the location of work (VA Medical Center). Please provide the address (es) and distance of your closest office to the address listed in iv. above. 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) (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: 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 patricia.cordero@va.gov no later than _4_PM, Eastern Standard Time (EST) on August 26, 2022. Submittals received after the date and time identified will not be considered. The submittal will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. All SF 330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project number and title (abbreviated and shortened is okay). Submission is to be no more than a total of fifty (50) pages; size of emails is not to exceed 10 megabytes (MB). If more than one email is sent, please number emails in subject line as 1 of 2, 2 of 2 etc. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cover Page with Solicitation Number, Project Number and Title Table of Contents Copy of Current A/E License Copy of current https://www.vetbiz.va.gov/ SDVOSB/VOSB certification DUNS Number Cage Code Tax ID number Email address and Phone number (including the area code) of the Primary Point of Contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbef44e4a49f4bf693386c8767175b00/view)
 
Place of Performance
Address: James J. Peters DVA Medical Center 130 W. Kingsbridge Road, Bronx 10468
Zip Code: 10468
 
Record
SN06416765-F 20220807/220805230122 (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.