Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOURCES SOUGHT

C -- NRM-AE 630-26-801 Plumbing GF Mitigation (Design)

Notice Date
12/10/2025 6:19:25 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
36C24226R0036
 
Response Due
1/15/2026 8:00:00 AM
 
Archive Date
04/24/2026
 
Point of Contact
Charlie Augustin, Contracting Officer, Phone: 631-261-4400 x12751, Fax: n/a
 
E-Mail Address
Charlie.Augustin@va.gov
(Charlie.Augustin@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Sources Sought Notice Page 1 of Sources Sought Notice Page 8 of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 2 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 Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 630-26-801 Design PLUMBING GF MITIGATION located at the Margaret Cochran Corbin- Campus 423 E 23rd Street, New York, NY10010. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $25.5 Million. Magnitude of Construction is between $5,000,000 and $8,000,000. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications to be considered for an award. The design will be completed in such a manner that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint. The anticipated award date of the proposed A-E Contract is on or before April 30, 2026. Prospective Contractors must be registered and verified in SBA s Small Business Search and https://www.sam.gov and at time of submission of their qualifications in order to be considered for an award. NOTE: Offerors are referred to VAAR 852.219-11(d)(1) Services. The Contractor will not pay more than 85% of the amount paid by the government to it to firms that are not SBA-listed SDVOSBs as set forth in 852.219-10. 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.). In order to assure compliance with FAR Clauses, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) and VAAR 852.219-73 VA Notice of Total Service- Disabled Veteran Owned Small Business Set Aside (NOV 2022), 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 six (6) percent of the estimate cost of construction. Other A-E fees are not included in the six (6) percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. SCOPE OF SERVICE REQUIRED: The New York Harbor Healthcare System (NYHS)-Margaret Cochran Campus is seeking a contract to design and mitigate plumbing issues in the ground floor west. The facility faces repetitive floods during heavy rain, creating unsanitary and unsafe conditions for staff and visitors in this area. Currently, there are 2 sewers lines connected to a combine sewer manhole located at the periphery of the building. OPC ground floor bathroom G632 and G633 constantly get clogs. The objective is to engage an Architectural Engineer (AE) to investigate GF WEST and GF OPC existing sewer drains issues at the Margaret Chocran Campus, 423 E 23 Street, New York NY 10010, identify the FboNotice causes, develop cost-effective and compliant solutions, and prepare comprehensive design and construction documents for the construction repairs of the selected solution. Scope of work (SOW): The AE shall provide professional services in the following phases: Phase 1: Investigation and Analysis Site Visits: Conduct thorough site inspections and surveys to assess existing sewer infrastructure, topography, and ground conditions. Data Collection: Review existing documentation, including as-built drawings, municipal sewer maps, and previous reports. Sewer System Evaluation: Perform detailed evaluations, which may include CCTV surveying, GPR, manhole inspections, and flow monitoring, to identify faults, blockages, leaks, or capacity issues. Storm Drain System Evaluation: Perform detailed evaluations, which may include CCTV surveying, GPR, manhole inspections, and flow monitoring, to identify faults, blockages, leaks, or capacity issues. Hydrological/Hydraulic Analysis (if required): Conduct modeling to analyze rainfall patterns, surface runoff, and flow dynamics to determine the existing system's capacity and flood risks. Problem Identification: Determine the FboNotice cause(s) of the sewer drain and storm drain issues (e.g., pipe damage, inadequate slope, undersized pipes, infiltration/inflow). Phase 2: Solution Development and Design Alternatives Analysis: Evaluate various alternatives for repair or replacement, considering feasibility, cost-effectiveness, and environmental impact. Preliminary Design: Develop a preliminary design for the chosen solution, including schematics and a design analysis report. Cost Estimation & Scheduling: Prepare a preliminary construction cost estimate (opinion of probable cost) and an estimated timeline for implementation. Final Design & Construction Documents: Prepare a complete design package, including detailed engineering drawings, specifications, and technical reports suitable for permitting and construction bidding. Permitting Assistance: Prepare and submit documentation for all necessary regulatory approvals and permits from local and state authorities (e.g., Water Authority, environmental agencies). Phase 3: Construction Administration Bidding Process: Assist the Client in answering technical queries during the bidding process. Construction Oversight: Conduct site visits during construction to ensure the work is proceeding according to the design specifications and quality standards (Quality Assurance/Quality Control). Project Closeout: Perform final inspection, generate a punch list, and ensure resolution of all outstanding issues. 3. Deliverables The AE shall provide the following deliverables: Site Investigation and Analysis Report: Detailed report documenting findings, analyses, and identified issues. Alternatives Analysis Report: Document outlining evaluated solutions and recommendations. Preliminary Design Submittal: Preliminary design drawings and cost estimate. Final Design and Construction Documents: Stamped and signed drawings, specifications, and technical reports. Permit Consultation Application Package and Approvals: Submitted documents and evidence of regulatory approvals. Meeting Minutes: Documentation of all client and stakeholder meetings. 4. Schedule and Milestones Project Kick-off Meeting: [Date/Timeline] Phase 1 Completion (Analysis Report): [Date/Timeline] Preliminary Design Submittal: [Date/Timeline] Final Design Submittal & Permit Applications: [Date/Timeline] Permit Consultation Approvals Anticipated: [Date/Timeline] Construction Support : [Duration/Timeline] 5. Roles and Responsibilities VMAC Margaret Cochran Campus- Engineering Service: Will provide site access, existing documentation, and timely reviews/approvals. [AE Firm Name]: Will provide qualified and licensed professional engineers to perform the services outlined in this SOW. AE Firm is responsible to meet Supplemental B AE Firm is responsible for the construction management software requirements. 6. Terms and Conditions The AE is responsible for ensuring all designs comply with applicable federal, state, and local codes and standards. The AE is responsible for following VA Guidelines and requirement: www.cfm.va.gov/til/specs Time frame: A/E Design Services: 180 Calendar Days LOCATION: Margaret Cochran Corbin- Campus 423 E 23 Street, New York, NY10010 COST RANGE: Estimated Construction Cost Range: $5,000,000 and $8,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. 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 five (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 from the prime contractor s main office or official satellite office to the Margaret Cochran Corbin- Campus, 423 E 23rd Street, New York, NY10010 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 852.219-73 VA Notice To Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022) (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: 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 Charlie.Augustin@va.gov no later than 11:00am, Eastern Standard Time (EST) on Thursday January 15TH, 2026. 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 valid state registration for each lead designer Copy of current https://veterans.certify.sba.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. See attached document: AE SP-13 Submission Schedule See attached document: Limitation of Subcontracting
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f8c8355daf004d81adf719e5be7e9e5f/view)
 
Place of Performance
Address: VA New York Harbor Healthcare System Margaret Cochran Corbin- Campus Manhattan VAMC 423 E23rd Street, New York, NY 10010, USA
Zip Code: 10010
Country: USA
 
Record
SN07662495-F 20251212/251210230041 (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.