Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2022 SAM #7449
SOURCES SOUGHT

C -- PARKING GARAGE FEASIBILITY STUDY PROJECT 526-20-108

Notice Date
4/21/2022 12:54:16 PM
 
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
36C24222R0069
 
Response Due
5/5/2022 1:00:00 PM
 
Archive Date
08/12/2022
 
Point of Contact
Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 x6110
 
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 a feasibility study, all other related information for Project 526-20-108 Parking Garage Feasibility Services at the James J. Peters DVA Medical Center located at 130 W. Kingsbridge Road, Bronx, New York 10468. This Project will provide analysis and feasibility studies/services that will include architectural, environmental, landscaping, landscaping, earthwork, MEP utilities, structural and security impact in order to create a new parking garage structure on the site of the James J. Peters DVA Medical Center campus. The parking structure will be located in Parking Lot C and will contain an estimated 400 parking spaces. Analysis will also include the following: Scope: General Parking Demand Overview Employee vs. Patient/Visitor Parking Main Hospital Spinal Cord Injury Community Living Centers Research Bldg. Fisher House Parking Geometrics Space Width and Length ADA Considerations Aisle Widths and Turning Radius Architectural Impact Building Code Parking Functional Design Site Work Exterior Appearance MEPS Impact Structural Systems Plumbing Fire Protection Ventilation Electrical Lighting Emergency Blue Light Stations Support Systems Graphics and Wayfinding Elevators Access Control/Security Assessment Maintenance & Operations Assessment Construction Methodologies Traditional [Design, then Build] Design-Build Turn-Key Additional Leasing spots vs. Building Garage [Analysis should incorporate pre & post COVID-numbers into this analysis] [Construction Portion of Analysis] should reflect ongoing facility operation/impact including recommendations for parking contingencies. The analysis must follow all VA guidelines and requirements indicated in the Department of Veterans Affairs Parking Design Manual & Demand Model for Parking Structure Projects. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330Edit the NAICS code and size standard based on the selection: 541330 (Size Standard $16.5M) or 541310 (Size Standard $8M) 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 Select the appropriate set-aside Set Aside. The anticipated award date of the proposed A-E Contract is on or before (July 30, 2022). Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB Select the appropriate set-aside 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-AsideSelect the appropriate clause that coincides with the set-aside (852.219-11, VA Notice of Total 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 Edit based on scope for that project Project 526-20-108 X. LOCATION Edit accordingly based on location. James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468 COST RANGE Edit based on the appropriate construction estimate. Estimated Feasibility Costs are Between $250,000 and $500,000. 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 study/analysis __180__ 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 This can be edited, if necessary, but 450 miles (or 5 hours) is an acceptable driving distance. This should be standard but could be adjusted slightly over/under if reasonable and does not restrict competition. If the A/E is within 450 then acceptable if considerably closer perhaps they receive an above acceptable rating and if further than 450 miles, they would receive a marginal or below satisfactory rating for this evaluation factor only. An A/E should NOT be excluded just because they are more than 450 miles away from the VA. driving distance from the prime contractor s main office or official satellite office to the James J. Peters VA Medical Center, Bronx, NY 10468 Edit VA location accordingly 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)Replace with 852.219-11 - VA Notice of Total Veteran-Owned Small Business Set-Aside as applicable (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 May 5, 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/4b6fdd0dc090403680aee31549927359/view)
 
Place of Performance
Address: James J. Peters DVA Medical Center 130 W. Kingsbridge Road, Bronx 10468
Zip Code: 10468
 
Record
SN06304699-F 20220423/220421230117 (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.