Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

C -- NRM-AE 528A5-21-504 DESIGN UPGRADE FIRE ALARM and AED SYSTEMS

Notice Date
9/21/2023 11:31:52 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
36C24223R0122
 
Response Due
10/10/2023 1:00:00 PM
 
Archive Date
01/08/2024
 
Point of Contact
Nicholas Winne, Contract Officer, Phone: nicholas.winne@va.gov
 
E-Mail Address
nicholas.winne@va.gov
(nicholas.winne@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, Canandaigua, NY is engaging in a short-list selection as defined in FAR 36.602-5(a) for Architect and Engineering (A/E) Services for the design of a project titled: Upgrade Fire Alarm Station Wide Canandaigua VA Medical Center. This procurement is 100% set-aside of Service Disable Veteran Owned Small Business (SDVOSB) A/E firms. SDVOSB Firms with an SF330 on file within the past twelve (12) months and within a 400-mile radius to the Canandaigua VAMC are being considered. If you believe you have an SF330 on file and would like to be considered for this procurement, please send an e-mail to Nicholas.Winne@va.gov expressing your interest in being considered. If your firm does not have an SF330 on file, OR you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Nicholas.Winne@va.gov by 4:00 PM EST, October 10, 2023. Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY to the Contracting Officer no later than 4:00PM October 10, 2023 E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. Subject Line:  Include the solicitation number, name of company, and closing date of solicitation.  Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type.  Size:  Maximum size of the e-mail message shall not exceed five (5) megabytes. The SF330, in its entirety, shall not exceed one email of 5MB. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation. The Microsoft Outlook © Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt. The estimated construction cost for this project is between $1,000,000 and $5,000,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $25.5 million. The general scope of this project is to provide A/E design service to replace the existing Fire Alarm System and include AEDs monitoring for 12 buildings (4,5,6,7,8,10,11,12,16,36,37,118). This design must include test and verify the existing fiber condition and provide the VA survey indicating fiber integrity from worst to greatest, The repair to the existing fiber or replacement of the existing fiber optic infrastructure, removal of all Fire Alarm panels, and Strobes/Speaker, remove the existing AED network. The new work includes installation of a new Fire Alarm panels, strobes/ speakers and connect AEDs to fire alarm panels in each building and extend or change the existing fiber as necessary to facilitate implementation of the new hardware. All designs will follow, but not be limited to, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. The design will be completed in a manner such that the estimated construction cost is within the VA budget. EXISTING CONDITIONS The Canandaigua VAMC is a campus facility with many (more than 30) buildings located on over 150 acres. Many of the facility buildings are included on the historic register. and where necessary the renovations will comply with the requirements of the NYS SHPPO. A/E SCOPE OF SERVICES 1) Provide Site investigation and field measurements for all design requirements, this must include utility and hardware location, and proper install location in all buildings. Services will include all Site, Mechanical, Electrical, or other Engineering or Architectural work associated with this project. 2) Provide a Fiber Certifiers, Optical Time Domain Reflectometer (OTDR) Test for the existing fiber infrastructure condition for the 12 buildings indicated. 3) Provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to upgrade fire alarm and AEDs system. Provide a detailed asbestos and lead survey so as to construct an NFPA/Life Safety Code and an all-building code compliant project. All aspects of the design must adhere to the design manuals posted on the VA technical information library (see below). Final design submission shall include phased drawings of all abatement, demolition, and construction work as required to allow the continuous use of all the floors and areas associated around each construction area. 4) Provide contract specifications utilizing as a template the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Canandaigua VAMC electronically by either email or on a CD rom. All edited specifications shall be edited to the specified project and have all impertinent specs and information removed. The designer shall provide to the VAMC a comprehensive electronic spreadsheet listing, by specification, all required submittals for the project for use as a submittal log. 5) Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. This should include an identified number of visits included in the proposal. The VA shall provide access to hardcopy files of existing drawings, and the AE shall perform all searches of these files for any required reference materials to support design efforts. 6) Assess the intent and scope of this project and work with the Medical Center staff, VA Fire Department staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, or any other government comments. 7) The design must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.). A full scope of services will be included in the formal solicitation after a review of the SF330s The following evaluation criteria will be used when reviewing submitted SF330 data and will comprise the basis of information to be used by Syracuse VAMC for A/E evaluation and selection. Firms submitting SF330 data for consideration must address each of the following criteria in the SF330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4) but are equal value among themselves; Criteria (7) are the least important and listed in descending order of importance. Specific evaluation criteria include: 1. 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. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. 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. 4. Capacity to accomplish the work in the required time. 5. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 6. 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. 7. Subcontracting. Criterion 1 - 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. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract regarding: Experience with design fire alarm system. Experience with design AEDs monitoring system. Experience with design fiber optic infrastructure and certified and test the existing fiber condition. Experience with extensive site survey skills. Experience in providing post construction award services (shop drawing review, as-built drawing, and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals). Experience with government designs and construction. Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Architecture, Structural, Mechanical, Electrical, Interior Design, Acoustical, Environmental services and Fire Protection Engineering Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Criterion 3 - 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. Submission requirements: Offerors shall submit evidence of construction period services performed during example projects from Criterion 1. Include specific services in Section F, block 24 performed for that project. Criterion 4 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity as well as the sub consultants to accomplish multiple projects simultaneously. Criterion 5 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Nicholas Winne via email at Nicholas.Winne@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS 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. Criterion 6 - Location within a 400-mile radius to the design site (Canandaigua, NY) and knowledge of the location (Canandaigua, NY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government. Criterion 7 - Subcontracting. 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. Submission requirements: Indicate sub-consultant firms socio-economic status on SF 330 Part I, Contract Specific Qualifications, Section C, Proposed Team.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c83a9ca3fbe442e3b8421c2af3f51751/view)
 
Place of Performance
Address: Department of Veterans Affairs 400 Fort Hill Ave, Canandaigua, NY 14424, USA
Zip Code: 14424
Country: USA
 
Record
SN06841367-F 20230923/230921230535 (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.