Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2022 SAM #7504
SOURCES SOUGHT

C -- 528A5-22-502 DESIGN BUILDING 37 ELECTRICAL ROOM

Notice Date
6/15/2022 4:41:52 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
36C24222R0087
 
Response Due
7/22/2022 10:00:00 AM
 
Archive Date
10/29/2022
 
Point of Contact
Contracting Officer, Tanya Baldwin, Phone: 716-862-7461 ext. 22443
 
E-Mail Address
TANYA.BALDWIN@va.gov
(TANYA.BALDWIN@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 12 of 12 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 12 DESCRIPTION: This is a Sources Sought-Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Canandaigua VA Medical Center, 400 Fort Hill Avenue, Canandaigua, NY 14424. This requirement is 100% set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the Design Building 37 Electrical Room, Project# 528A5-22-502. The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 400-mile radius of the Canandaigua VAMC site as indicated by a mapquest.com driving directions search from the prime designer s address listed. The address of the prime designer can be the main office address listed in Vetbiz location or secondary site of the prime designer with a physical address (no PO Box). It may not be the office of another company or subcontractor. Written questions pertaining to this requirement should be submitted no later than 1:00 PM Eastern Time, June 24, 2022, to Tanya.Baldwin@va.gov. Interested firms should submit their current SF-330, Parts I and II, to Tanya.Baldwin@va.gov. The SF-330s are due no later than 4:00 PM, EDT, July 22, 2022. >>>>END>>>> The general scope of this project is to expand the existing electrical room on the ground floor of building 37, into an adjacent un-used toilet room and replace electrical components within. Project to be designed with the VA construction budget of $1,750,000. EXISTING CONDITIONS The Canandaigua VAMC is a campus facility containing over thirty (30) structures. Building 37 is one of the main campus structures and contains sensitive programming. The existing electrical room is insufficient in size and does not meet current codes/standards as set by the VA. The adjacent space consists of an unused toilet/shower room. This room is to be removed to expand the electrical room. All electrical equipment will be replaced unless otherwise directed by the VA. SCOPE OF SERVICES Provide investigative, schematic, and design development services, production of construction documents, working drawings, specifications, and cost estimates, and perform construction administration including shop drawing and submittal review as required to complete the work and as per the A/E Required Deliverables. Services may include Architectural, Mechanical, Electrical, Plumbing, Structural, Hazardous Materials, etc. Provide for necessary design for utility connections, alternative power, phasing, and support for building operations through construction with minimal interruptions. Existing equipment will be replaced unless directed otherwise by VA. All equipment must meet current VA standards and codes. A/E is to analyze the existing conditions and provide and present various proposals to meet the project intent. Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Services, VA Network 2, or any other government comments. Attend design review meetings and make all necessary site visits during design phases to gather information necessary from the existing site conditions, building plans, utility plans, etc. to provide a complete assessment of the proposed work. The proposal shall include an identified number of visits. The VA shall provide access to hardcopy/electronic files. The A/E shall perform all searches of the files for any required reference materials to support design efforts. Limited digital drawings are available. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue addendum when necessary. All work must be in accordance with all applicable codes in the Department of Veteran Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC, National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.) All work containing hazardous materials must be in accordance with NEW York State Code Rule 56 regarding asbestos and other hazardous materials, AHERA regulations 40 CFR Part 763.86, 763,87, and OSHA 1926.1101(k)(1). Provide an independent analysis to locate any underground or hidden utilities for inclusion in the design if applicable, to confirm viability of planned excavations or demolitions of to support design objectives. Such analysis may include ground penetrating radar, review of existing VA documentation or other viable options to verify these utilities. All drawings to be submitted at Architectural E1 (30 X 42 ) for full sized sets and Architectural C (18 X 24 ) for half sized sets. All sets are to be bound. All CAD submissions to provided in AutoCAD 2017 unless discussed otherwise. Revit models shall also be submitted in addition to CAD documents if created by the A/E. Digital and physical submissions are required at each phase. Provide Design, Construction, and Post-Construction Services as listed. A/E DELIVERABLES REQUIRED DESIGN PHASE: Schematic Design (30%) Initial site visit to become familiar with VA Facilities personnel, the site and site conditions. Site investigation and surveys. Design plans to include at minimum, proposed phasing to meet the design intent. Schematic Design drawings shall be submitted to the VA in .pdf and CAD formats in addition to one (1) full sized drawing set and one (1) half sized drawing set. Design Development (60%) Meetings as required. Site investigations and surveys including written description of site obstructions and details for joining to old work. Analysis of subject utility services. Design plans to include at minimum, proposed phasing and temporary power connections as needed. Response/incorporation of Schematic Design review comments. Schematic level cost estimate for budget check. Design Development drawings shall be submitted to the VA in pdf and CAD formats in addition to one (1) full sized drawing set and one (1) half sized drawing set. Un-Reviewed Final Design (90%) Complete submittal of design drawings, specifications and cost estimates for final review. Prior to submission of the un-reviewed final drawings and specifications, the A/E shall conduct a narrative walk-thru with the COR and identified VA staff for each of the trades included in the project to demonstrate that the work shown on the drawings can be physically constructed as depicted. The trades may include but not be limited to HVAC, Electrical and Architectural. The designer for each trade shall present at the walk-thru which will encompass all the physical areas affected by the project. Upon completion of the walk-thru, the VA will give direction to the A/E whether the design may proceed to completion as shown or whether some re-design is necessary. The walk-thru shall be scheduled by the A/E in a manner that will allow corrections before the un-reviewed final submission due date. Required corrections will not excuse the A/E from submitting the un-reviewed final drawings and specifications on time. Response/incorporation of Design Development review comments. Un-Reviewed Final Design drawings shall be submitted to the VA in .pdf and CAD formats in addition to one (1) full sized drawing set and one (1) half sized drawing set. Unstamped Design (100%) Submittal of final, unstamped, design drawings and submittals including material submittal listing, finish schedule, and final cost estimate. Response/incorporation of Un-Reviewed Final Design review comments Unstamped Design drawings shall be submitted to the VA in .pdf and CAD formats in addition to one (1) full sized drawing set and one (1) half sized drawing set. Final Design (100%) Submittal of stamped final design drawings and specifications including material submittal listing, finish schedule, and final cost estimate. Response/incorporation of all previous submission review comments. Final design drawings shall be submitted to the VA in .pdf and CAD formats in addition to one (1) bound full sized drawing set and one (1) bound half sized drawing set. All drawings shall be stamped by a Professional Engineer. Final Specifications shall be stamped by all applicable A/E Professionals and submitted in .pdf and word format in addition to one (1) bound, double sided, printed copy. Final submittal schedule shall be included in the project specifications. Submittal schedule shall be organized by specification number followed by the item to be submitted on per the section. Submittal schedule shall also include all required shop drawing submissions. Final cost estimate for construction shall be in RS Means formatting including detailed material and labor costs. Submission shall be in an editable Excel document. Design Review and Completion Schedule Delivery of each of the phases shall be delivered to the COR/VA on or before the dates listed below: Schematic Development (30%): 30 days after contract award Design Development (60%): 90 days after contract award (includes 10 days for VA review of the 30% submission) Un-Reviewed Final Design (90%): 150 days after contract award (includes 10 days for VA review of the 60% submission) Unstamped Final Design (100%): 180 days after contract award (includes 10 days for VA review of the 90% submission) Final Design (100%): 200 days after contract award (includes 5 days for VA review of the 100% unstamped submission) CONSTRUCTION PHASE: Provide a minimum of 16 on-site inspections for critical testing required by the specifications. The A/E is expected to be available within 48 hours after the VA requests a site visit in addition to same day emergency requests. A/E is to submit cost per additional on-site inspections if required. Provide contractor furnished submittal and shop drawing review for conformance with the specifications. All corrections, recommendations and approval evaluations are to be referred to the COR for submission in an expeditious manner. Provide written clarification to questions (RFI) about works produced by the A/E, site conditions, unforeseen conditions, or conflicts in the work and provide bulletins for omissions in an expeditious manner. Provide review and evaluation of contractor s fee proposals and contract changes to the Contracting Officer and the Contracting Officer s Technical Representative as required. In-process field inspection of critical testing required by the specifications. Final inspection and final punch list. As-build drawings (CAD). POST-CONSTRUCTION PHASE: A/E shall provide as-built drawings in pdf and CAD formats in addition to one (1) full sized, stamped set. >>>>End of Statement of Work>>>> OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:  The submitted SF-330s will be evaluated on the following criteria:  This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals:    The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4), but are equal value among themselves; Criteria (7) and (8) are the least important and listed in descending order of importance. Specific evaluation criteria include:    1. Specialized experience and technical competence in the type of work required, including,   where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.  2.  Professional Qualifications necessary for satisfactory performance of required services.  3.  Capacity to accomplish the work in the required time.  4.  Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules.  5.  Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.  6.  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.  7.  Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.  8.  Record of significant claims against the firm because of improper or incomplete architectural and engineering services.    Criterion 1 - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to:  Experience with design of call centers.    Experience with design of multifunctional offices.  Experience with specialized HVAC and electrical design for healthcare facilities.  Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals).  Experience with government designs and construction.  Experience with extensive site survey skills    Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration.    NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330.  For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award.  Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated.  Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower.    All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1.    Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services.  Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines    Architecture, Structural, Mechanical, Electrical, Interior Design, Acoustical, Environmental services and Fire Protection Engineering     Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G.    Criterion 3 - Capacity to accomplish the work in the required time.  Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time.    Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously.     Criterion 4 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction.  Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1.    Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1.  AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis.  Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Rachel Beason via email at Rachel.Beason@va.gov prior to the response date.  Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.    Criterion 5 - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.      Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields.  Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role.  (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable.     Criterion 6 - Location within a 400-mile radius to the design site (Canandaigua, NY) and knowledge of the location (Canandaigua, NY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract.    Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government.      Criterion 7 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.     Submission requirements:  Offerors shall provide documentation (awards, certificates, publications, commendations from within the community) as evidence of reputation and standing of its firm.     Criterion 8 - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years.     Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) years.  The SF-330 shall contain a statement affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services.    Evaluation Scoring    Evaluation factors 1, 2, 3, 5, 6, 7, and 8 will be evaluated using the following adjectival ratings as follows:    Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.   Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.   Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate.    Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.   Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement, and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement.    The ratings identified below were used in the evaluation of Past Performance (Criterion 4):    Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract.    Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract.  Unknown Confidence (Neutral): No recent/relevant performance record is available, or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.  Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract.  No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract.  >>>>>END>>>>>
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c566203883ab4bc88d45291889c9e523/view)
 
Place of Performance
Address: Department of Veterans Affairs Network Contracting Office (NCO) 2 2875 Union Road Suite 3500, Cheektowaga, NY 14227, USA
Zip Code: 14227
Country: USA
 
Record
SN06359894-F 20220617/220615230114 (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.