SOURCES SOUGHT
C -- Modify SCI for Negative Air Pressure and EPVA Corrections
- Notice Date
- 8/16/2022 11:46:12 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
- 36C24222R0097
- Response Due
- 9/2/2022 1:00:00 PM
- Archive Date
- 12/10/2022
- Point of Contact
- Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 x4928
- 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 526-20-120 Modify Spinal Cord Injury (SCI) for Negative Pressure and EPVA Corrections 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 and Controls in order to correct EPVA deficiencies that were not included in the original upgrades to the SCI 1D and 1E inpatient care areas. 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 Modify SCI for Negative Pressure Rooms and EPVA Corrections Project 526-20-120 ARCHITECT / ENGINEERING SERVICES GENERAL SCOPE A/E services will include but are not limited to Electrical, HVAC, Plumbing, Architecture, as well as other design considerations for the modification of the Spinal Cord Injury (SCI). The modification will include negative air pressure capabilities per twenty-four rooms as well as other Paralyzed Veteran s Association (PVA) corrections. The SCI is located on the 1st floor of Building 100 of the James J. Peters Veterans Affairs Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468. The SCI consists of two wings: 1D and 1E. The total square footage of wings 1D and 1E is approximately 35,000 square feet. The intention is for the A/E to devise a plan that allows each of the 24 patient rooms to include negative air pressure capabilities. Alongside that, each of the patient bathrooms must be compliant in accordance with PVA and SCI/D design guide standards. Phasing will need to be developed and coordinated along with any other temporary measures plan. A minimum of 5 site visits during construction period services, not including the final inspection, shall be included. The A/E shall incorporate all VA, NFPA, ADA, local and state code requirements in the design. The A/E services will include but are not limited to various phases of design starting with a site survey and a feasibility design analysis. After acceptance of the feasibility study, the A/E will develop drawings and construction specifications. After completion of all work, the A/E will provide a new set of As-Built Drawings. This submission must be delivered to the VA on CAD, and hardcopy (CAD requirements are attached to this scope). A cost estimate shall be provided for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. The project shall be phased to provide minimum interruption to other occupants of the building and coordinated outage of utility systems during construction. The A/E shall date, certify, and stamp all reports, studies, and submissions. Design criteria shall be VA Master specs, Life Safety Code and VA Fire Protection Manual. One set of drawings at each submission will be sent directly to the VA Regional FPSE, Jeffrey Belczak, for review. The A/E shall develop an appropriate phasing and coordination plan for construction and develop an infection control plan as outlined in the VA infection control policy 00-148. (See attached policy). In addition, the contractor shall provide a detailed Infection Control Drawing. The drawing shall outline construction barriers and detailed requirements for exhaust negative pressure. The A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall also be provided on AutoCAD Version 2020, on CD ROM with a minimum of 700 mb capability. All CDs shall be furnished by the A/E. The A/E shall provide the VA Master Construction Specifications in the current version of Microsoft Word format. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6298. 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. 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. METHODS AND PROCEDURES The A/E shall make an on-site inspection of all areas in at the site that are within the scope of the project, to familiarize themselves with existing conditions. The A/E shall verify all dimensions including verification of drawings and information obtained by the A/E. Upon appointment with the Chief, Engineering Services, the A/E will be responsible for confirming existing conditions. The VA makes no guarantee as to the accuracy of any as-built drawings obtained. The A/E must verify all conditions. 3. The A/E shall meet various professional staff from the VA to discuss the specific needs of the area. REVIEW REQUIREMENTS Feasibility Study: N/A Furnish all labor and materials required to do a feasibility study. The study will include a detailed cost estimate and all design considerations required for each of the following Scopes of Work: Line Item 1: Demolition of existing area. Line Item 2: Construction of new suite. Preliminary Review: Schematic and Design Analysis: The submission shall include materials proposed for use on the project. The Consultant shall attend a review meeting at VAMC, Bronx, NY. Provide a design analysis that will evaluate for the Bronx VAMC: 1/4"" and / or 1/2"" scale schematics drawings. (Elec./Mech./HVAC/Plumb/Arch) Preliminary phasing analysis Preliminary impact analysis Preliminary recommendations/solutions Review of applicable codes Special requirements/considerations/aggregations Drawings shall be completed to the extent the following is shown: Demolition work required for each area. Infection Control requirements. New structures and finishes. Provide a preliminary cost estimate based on drawings, specifications, and design analysis. Provide appropriate adjustments for phasing and local or market conditions. Provide a rendering or three-dimensional image of proposed options. Provide three (3) copies of design analysis, drawings, and preliminary cost estimate. The A/E shall attend a design review meeting at the Bronx VAMC. 35% Review: Preparation of contract drawings and specifications. The Consultant shall incorporate all comments from previous phase. Construction drawings (i.e., Mechanical, electrical, structural, etc.) shall be complete and checked for errors, ready for use as final contract documents. Drawings shall show details, finish schedules, phasing schedule, bid alternates, as required, and protective construction techniques. Updated construction cost estimate. Cost estimate shall include quantitative take - off for labor and material, including overhead and profit. Provide appropriate adjustments for phasing and local or market conditions. The cost for each bid alternate shall be identified in the cost estimate. 65% Review: The Construction specifications shall be prepared in final draft and incorporating all bid alternates as required. Provide a rendering or three-dimensional image(s) for selected options of typical space. Provide three (3) copies of all material. The A/E shall attend a design review meeting at the Bronx VAMC. 95% Review: Preparations of contract drawings and specifications The Consultant shall incorporate all comments from the previous phases into the final working drawings and specifications. All drawings shall be stamped and signed. Finalization of affected areas including equipment locations (if necessary). Complete working drawings including special requirements (i.e. mechanical, electrical, structural, etc.). Include bid alternates as required. Construction specifications in final form, incorporating bid alternates as required. Final construction cost estimate shall be provided. The cost for each bid alternate shall be identified in the cost estimate, if applicable. Construction phasing schedule. Provide three (3) copies of all review material. Provide one (1) copy of contract drawings on CAD, (see attached description). The A/E shall attend a design review meeting at the Bronx VAMC for final approval. 100% Review: Incorporate all comments from 95% design submissions. Final construction cost estimate. Final construction specifications. Final construction contract drawings. Final construction project schedule. Provide a rendering or three-dimensional image(s) for the final design of typical spaces and common areas. Provide three (3) copies of all review material. NOTE: All final construction specifications must be provided on the most current version of Microsoft Word software, in addition to providing two (2) hard copies. All final construction drawings must be provided on AutoCAD Version 2020 (see attached description) in addition to providing two (2) blue line copies. All 100%, final documents must be signed and stamped by a licensed Professional Engineer. Cover page of drawings must contain signature blocks, occupancy classification and per cent submission at each phase of design. CONSTRUCTION PERIOD SERVICES Review materials, submittals, shop drawings, etc as required in specifications and respond within ten (10) working days. Recommend to Resident Engineer 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. 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: Pre-bid Conference Preconstruction conference A minimum of four (4) field visits during construction. Provide an expeditor to assist in the approval of applicable NYC DOB approvals. One (1) Final Inspection, from all specialties, to include construction punch list/report. X. LOCATION James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468 COST RANGE Estimated Construction Costs are Between $1,000,000 and $2,000,000. 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 __140__ 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 September 2, 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/d488db76bc7d4745a2f0fd0e9e59b3d7/view)
- Place of Performance
- Address: James J. Peters DVA Medical Center 130 W. Kingsbridge Road, Bronx 10468
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN06429698-F 20220818/220816230129 (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 |