SOURCES SOUGHT
C -- 523A5-10-316 AE FCA Upgrade VISN 1 Laundry BLDG 45 VAMC Brockton, MA 02301
- Notice Date
- 3/9/2022 11:34:55 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0330
- Response Due
- 4/8/2022 1:00:00 PM
- Archive Date
- 05/08/2022
- Point of Contact
- Stephen Flynn, Contract Specialist, Phone: 774-826-1206
- E-Mail Address
-
Stephen.Flynn@va.gov
(Stephen.Flynn@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SOURCES SOUGHT FCA Upgrade VISN 1 Laundry BLDG 45 Brockton Campus, VHABHS Project 523A5-10-316 Architect/Engineer (A/E) Statement of Work (Design) The VA Boston Health Care System, Brockton .MA. Campus, has a requirement for the following: Provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services associated with completing structural repairs, complete floor finishes for repaired floors, provide fire alarm upgrades, provide fire alarm tie to base loop, provide fiber optic connection to campus system, provide fire suppression, provide equipment site preparation for new laundry equipment, provide Siemens Design controls and control interface to facility building automation system, provide Tel/data structured cabling and closet, provide physical security improvements for building access points and interior doors, provide ductwork at areas of floor repair, provide steam PRV, provide hot water pumps with associated valves and piping, investigate and provide new gas service to meet volume and pressure required by the new laundry equipment, provide utility and monitoring investigation, provide elevator investigation for inspection and commissioning. Building 45 is the VISN 1 Laundry facility and is located at Veterans Affairs Medical Center (VAMC), 940 Belmont Street, Brockton, MA. Conduct project scope meetings and site survey investigations to prepare the necessary elements to determine and develop the design requirements for the physical upgrade of the facility. Coordination meetings will be required with the laundry equipment vendor and the local gas utility Eversource. The intents of this project are to include, but are not limited to: Structural repairs, fire suppression, fire alarm, physical security, telephone/data infrastructure, floor finishes, wall finishes, door locks and hardware, heating systems, plumbing, structural improvements roof equipment mounts, security systems and physical security improvements. Provide all infection control measures, access (ADA, Uniform Federal Accessibility Standards, Massachusetts Architectural Access Board Regulations, Architectural Barriers Act), electrical improvements, ASHRAE Standard 90.1-2019 Energy Standard for Buildings, mechanical, plumbing, and HVAC systems improvements. General: Conduct preliminary meetings and site survey investigations to define the necessary elements of the project scope of work fulfilling the goals of the VA s project team (Engineering Service), and presentation of preliminary layout plans with proposed alternatives to the User Group. Based on meetings with the VA project members and site surveys, prepare a detailed project plan description report pertinent to the project requirements within the constraints of the construction budget consistent with the VA s project team goals. Through the course of the design phase, it will be necessary to interface with Medical Center staff to ascertain the details of the scope through a series of meetings and periodic submissions of documents. All design submission requirements shall be in accordance with Open ended A/E Contract and conform to the latest editions of all VA criteria/standards/regulations/design guides, etc. (VA s Office of Construction & Facilities Management web site: http://www.cfm.va.gov), in addition to Commonwealth of Massachusetts state codes and regulations and national codes and regulations. . SCOPE: The scope of this project consists of Architectural, and Engineer (A/E) services required to complete the project. The period of performance for the design is 365 calendar days and shall begin upon issuance of the Notice to Proceed (NTP) by the Contracting Officer. The VA will not be responsible for any costs incurred by interested parties in responding to this announcement. This is Request for Qualifications: The purpose of this notice is to request SF-330 Qualification statements from qualified SDVOSBs that have the experience directed at the requirements of the Statement of work. The design effort is to be completed by more than 50% SDVOSB and VOSB. The NAICS code is 541330 and the small business size standard is $16.5 million. Firms must have valid registration in the System for Award Management (SAM). Visit: beta.SAM.gov to register in this database. SDVOSB firms must be verified in VETBIZ under NAICS 541330. Visit: vip.vetbiz.va.gov RESPONSE: Interested SDVOSB firms must provide their qualifications to the Contracting Specialist no later than 2:00 pm on April 8, 2022 via email to Stephen.Flynn@va.gov The following information is required as a valid response: A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s DUNS Number, Firms address and Contact information. Evidence of your experience in A/E Services for complete design and construction of projects similar to this requirement (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). Qualifications: Sustainability Experience --A/E s shall demonstrate past experience in the design development services to investigate and correct the identified deficiencies necessary to support the proposed laundry equipment installations Provide three recent examples. Laundry facility equipment installations. Provide recent experience with project experience in healthcare facilities. Provide at least three examples. Competency of staff in disciplines. Provide resume with education, training, certifications, and licensure. Certifications and licensure that are necessary are as follows; AIA American Institute of Architects ACHA American College of Healthcare Architects CSI Construction Specifications Institute Location of firm/offices to Brockton VAMC (must be within 200 miles of 940 Belmont Street, Brockton, MA 02301. SF-330 Architect- Engineer Qualifications completed for the intent of the project. Evidence that your SDVOSB firm will perform more than 50% of the requirement with a qualified SDVOSB and or VOSB team. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB Firm.. EVALUATION FACTORS: Adjectival Description Exceptional A comprehensive and thorough presentation of extraordinary merit with one or more significant strengths. Offeror s response is clearly superior. The response is innovative and exceeds requirements. No deficiency or significant weaknesses exists. Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. Acceptable Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist. Unacceptable Fails to meet any of the minimum requirements of the criteria; very low probability of success. Neutral (Applies only to Past Performance) Offeror s performance record, relevant past performance or information on past performance is not available Adjectival Evaluation Factors: Sustainability Experience --A/E s shall demonstrate past experience in the design development services to investigate and correct the identified deficiencies necessary to support the proposed laundry equipment installations Provide three recent examples. Laundry facility equipment installations. Provide recent experience with project experience in healthcare facilities. Provide at least three examples. Competency of staff in disciplines. Provide resume with education, training, certifications, and licensure. Certifications and licensure that are necessary are as follows. AIA American Institute of Architects ACHA American College of Healthcare Architects CSI Construction Specifications Institute Location of firm/offices to Brockton VAMC (must be within 200 miles of 940 Belmont Street, Brockton, MA 02301. SELECTION PROCESS: The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit SF-330 Qualification Statements of Capabilities. In Stage II, the A/E team most qualified will be requested to submit a price proposal for negotiations in an issued Request for Proposal. PROJECT INFORMATION: The scope of work is attached:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ffc28f05dae492c8233c617d718a98e/view)
- Place of Performance
- Address: VAMC Brockton Campus 940 Belmont Street Brockton, MA 02301, USA
- Zip Code: 02301
- Country: USA
- Zip Code: 02301
- Record
- SN06262533-F 20220311/220309230108 (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 |