SOURCES SOUGHT
C -- Correct FCA D & F Deficiencies Boiler Plant Lyons NJ VAMC
- Notice Date
- 11/10/2020 10:26:12 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
- 36C24221Q0194
- Response Due
- 12/11/2020 11:00:00 AM
- Archive Date
- 03/20/2021
- Point of Contact
- Contract Specialist, Michael Giaquinto, Phone: (718) 584-9000 X 4325
- E-Mail Address
-
Michael.giaquinto2@va.gov
(Michael.giaquinto2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 561A4-18-113 Correct FCA D & F Deficiencies Boiler Plant at the VA NJ Health Care System, Lyons campus, NJ, 151 Knollcroft Road, Lyons, NJ, 07939. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $16.5 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. 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 February 26, 2021 Potential contractors must be registered in SAM (www.sam.gov ) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.gov ) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-10. NOTE - Offerors are referred to 852.219-10 (d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). SCOPE OF SERVICE REQUIRED: Furnish professional A/E services to provide a survey, evaluation and design for project 561A4-18-113 Correct FCA D & F Deficiencies Boiler Plant at the VA NJ Health Care System, Lyons campus, NJ, 151 Knollcroft Road, Lyons, NJ, 07939. 1. Contract Title: Furnish professional A/E services for the preparation of specifications and drawings for the renovation design at Building 14 (Boiler Plant). The project will correct the FCA rated deficiencies provided. Work will be done at the Lyons Campus of the NJ Healthcare System. 2. Background: This requirement is necessary to correct the FCA Rated deficiencies. 3. Scope: The A/E shall perform a complete survey to the existing conditions and provide recommendation list of 2 or 3 corrective options to the VA for selection; upon approval the A/E will develop and prepare the construction document package. Project will correct the following FCA deficiencies that have a rating of D and F (attached). Additionally, the current economizers relieve straight through the roof, and as per standard should discharge through a bulkhead and piping be set as close to the ground and away from foot traffic to prevent injury. Furthermore, the safety relief piping on all boilers is now out of spec with the VA Boiler Safety Testing Device Manual. Piping from three valves converge into one manifold and discharge through the roof through a single pipe. VA now requires separate piping for each relief valve and discharging through the roof. Lastly, replace blowdown/flash tank with properly sized tank and replace all boiler blowdown piping to the tank and all piping from the tank to the sewer system. The A/E shall provide construction period services and post-construction services. 4. Specific Tasks: The A/E contract shall be for complete construction package including initial Survey/Study, preliminary drawings, contract drawings, contract specifications, and a detailed cost estimate. The A/E shall evaluate the existing condition and the deficiencies at the site, interview the Nursing staff and cross reference the VA design criteria, local and standard requirement. The A/E shall examine the options discovered in his investigation as well as the items the VA staff have identified. Upon approval, the A/E shall design all necessary construction as intended which will be in compliance with all applicable current codes. All contract drawings shall be prepared on CD/ Auto Cad Release 2019 and delivered to the VA New Jersey Health Care system, Lyons, New Jersey. The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. The A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents. The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including but not limited to the engineering of architectural, structural, mechanical, electrical and special systems as required by the project. 5. Performance Monitoring (if applicable). The designated COR will monitor the contract performance and make sure the A/E adheres to VA standards and designated project milestones as well as provide all necessary support required to complete the subject design. 6. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The government will share existing drawings with the selected A/E. This will be coordinated with the COR. 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Not Used b. Identification of Potential Conflicts of Interest (COI). Not Used c. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. The COR is also responsible to assure the inspection and acceptance of products provided incidental to services. 9. Risk Control The chosen firm shall provide a phasing and ICRA (infectious control risk assessment) drawing and specifications section. Drawing and specs shall determine vulnerable areas and their pertaining level of risk and methods of infections controls measures. Contractor shall take all measures for safety & infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. 10. Place of Performance. Place of performance shall be at both 151 Knollcroft Road, Lyons, NJ, 07939 and the selected A/E firm site. Selected A/E firm shall provide several site visits during design and several during construction period services. Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 11. Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 270 calendar days. COST RANGE Estimated Construction Cost Range: 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. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD Deliver 100% Schematic Review material . 75 calendar days from NTP Review 100% Schematic material .. 85 calendar days from NTP Deliver 65% Working Drawings 150 calendar days from NTP Review 65% Working Drawings 160 calendar days from NTP Deliver 95% Working Drawings 210 calendar days from NTP Review 95% Working Drawings 220 calendar days from NTP Deliver 100% Working Drawings 245 calendar days from NTP Review 100% Working Drawings 255 calendar days from NTP Deliver Final Bid Package 270 calendar days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA Selection Criteria Weighting Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 20% Examples of specialized experience and technical competence in various disciplines required for specific project. 20% Capacity to Accomplish the work in the required time 10% Past experience and performance on government contracts. 5% Proximity of firm or working office providing professional services to the facility. 10% 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. 10% 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. 25% . Total 100.0% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; Contractor Performance Assessment Report System (CPARS). If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. LOCATION The A/E Firm proximity to the NJ VAMC Lyons Campus is an evaluation criteria. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (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 eligible service-disabled Veteran-owned small business concerns. Only VIP-listed service-disabled Veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled Veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver is described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled Veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any any inconsistencies between the requirements of the SBA program for service-disabled Veteran-owned small business concerns and the VA Veterans First Contract Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. Additionally email one copy to Michael.giaquinto2@va.gov. All packages shall be submitted no later than December 11, 2020 including Past Performance (CPARS) evaluations. All submittals must be sent to the attention of Michael Giaquinto Room 9B-67 James J. Peters Medical Center 130 W Kingsbridge Road Bronx, New York 10468 The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Michael.Giaquinto2@va.gov telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/425899d57a264cd8b4a35bff67478b1a/view)
- Place of Performance
- Address: VA NJ Health Care System, Lyons campus, NJ, 151 Knollcroft Road, Lyons, NJ, 07939 07939, USA
- Zip Code: 07939
- Country: USA
- Zip Code: 07939
- Record
- SN05850807-F 20201112/201110230148 (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 |