Federal Bid

Last Updated on 02 Feb 2024 at 8 PM
Sources Sought
Middleville New jersey

C1NE--Map Wastewater & Storm Collection System Project No. 632-22-124

Solicitation ID 36C24224R0030
Posted Date 02 Feb 2024 at 8 PM
Archive Date 13 Jun 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 242-Network Contract Office 02 (36c242)
Agency Department Of Veterans Affairs
Location Middleville New jersey United states
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, Investigative Services/Study, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 632-22-124, Map Wastewater and Storm Collection System located at Northport VA, 79 Middleville Road, Northport, NY 11768. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB). All SDVOSBs must be verified/visible/certified in SBA VetCert through https://veterans.certify.sba.gov at the time of submission of their qualifications to be considered for award. NOTE: Offerors are referred to VAAR 852.219-11(d)(1) Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-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.). This is a Sources Sought Notice, and 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 $22.5 Million. Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. The design will be completed in a manner such 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. EXISTING CONDITIONS: Due to modifications that were done to the structures over the years, the underground utilities serving such structures have been modified. These changes are oftentimes executed in the form of projects which cover only the areas of the structure that are being modified and the immediate areas surrounding it. These projects therefore result in as-builts limited to the areas under their respective scopes of work. The original master site plan therefore has not been updated as a result of these independent projects and will need to be captured in this effort due to the lack of documentation. This Project will require the survey of existing underground Domestic Water and Fire Water systems throughout the entire Northport VA Campus and reflect the findings in updated As-Built drawings. We will be soliciting Architect-Engineering (AE) Firm s packages to select a qualified firm to perform the necessary survey, design work and construction period services. This project is located at the Veteran Affairs (VA) Northport NY campus at 79 Middleville Road, Northport NY 11768. The campus contains approximately 268 acres, approximately 107 of those acres have been declared a Historic District. The Northport VA campus was opened in 1928 as a neuropsychiatric veterans hospital and consist of numerous facilities providing physical infrastructure for patient care, research, education, and administration. SCOPE OF SERVICE REQUIRED: The scope of this project is to generate an existing as-built site plan of the Wastewater and Storm Collection Systems at the Northport VA campus. To show a true representation of these utility services in their current state, the VA Contracting Officer (CO) and Contracting Officer Representative (COR) will provide access to the existing legacy drawings which could be in any of the following format(s): mylar, sepia, blueprints, paper, PDF, etc. The final product shall be a completed Computer Aided Design (CAD) drawing in a licensed AutoCAD 2020 or latest version and current Adobe Acrobat PDF format files, depicting the as built layout of the Wastewater and Storm Collection systems. The background or site plan used accurately depict the campus and its structures, buildings, etc. to provide a true representation of the campus state at the time of this project s completion. The A/E shall also provide PDF(s) and paper copies of this work. The As Built drawings shall be signed and sealed. Submission shall be subject to the approval of the CO. The A/E shall obtain the services of subcontractors as necessary to conduct any topographic surveys, subsurface utility survey and other such investigations as required. The reports from these investigations shall be included in the final submission package along with a document summarizing the findings and proposed recommendations to address any deficiencies of existing Wastewater and Storm Collection systems and above ground components such as manhole cover locations, intakes, outflows, etc. All the aforementioned items shall be part of the scope of work. All designs will follow, but are not limited to, VA Space Planning Specifications, in conjunction with the VA Master Specifications as outlined in the VA Handbook 7610. Applicable chapters of VA Master Construction Specifications shall be prepared by the A/E, including any necessary adaptations. VA Construction Standards, H-08-3, shall apply to specific design requirements. Particular attention is called to CD4, Symbol Identification of Contract Drawings , and CD5, Contract Drawings Details . Equipment symbols shall be utilized to the greatest extent practicable. The design will also be done to ensure that it meets all the requirements / specifications for local, state, and federal codes. The estimated construction cost for the design must fall within the VA budget. NARA RECORDS MANAGEMENT 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. The Department of Veterans Affairs Northport Medical Center and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of The Department of Veterans Affairs Northport Medical Center or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Northport V.A. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to The Department of Veterans Affairs Northport Medical Center control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 632-22-124: Statement of Work Map Wastewater & Storm Collection System 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and The Department of Veterans Affairs Northport Medical Center guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with The Department of Veterans Affairs Northport Medical Center policy. 8. The Contractor shall not create or maintain any records containing any non-public The Department of Veterans Affairs Northport Medical Center information that are not specifically tied to or authorized by the contract. 9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 10. The Department of Veterans Affairs Northport Medical Center owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which The Department of Veterans Affairs Northport Medical Center shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. INFORMATION SECURITY PRIVACY 1. Information made available to the Contractor or subcontractor by VA for the performance or administration of this contract or information developed by the Contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the Contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). 2. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The Contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the Contractor/subcontractor has access. 3. The Certification & Accreditation Authorization (C&A) requirements do not apply, and a Security Accreditation Package is not required. 632-22-124: Statement of Work Map Wastewater & Storm Collection System 1.3 CONTRACTOR CONFINED SPACE ENTRY REQUIREMENTS 1. Contractor will be informed by the Medical Center s COTR/Project Manager, (in-charge of the confined space work), if the workplace is a permit-required or non-permit required confined space, and if that confined space entry is allowed only through compliance with a permit space program meeting the requirements of Medical Center Memorandum 001-183 Confined Space Program. 2. Contractor will be apprised of the elements including the hazards identified and the Medical Center s (last employer) experience with the space that makes the space in question a permit space by the Medical Center s COTR/Project Manager, (in-charge of the confined space work). 3. Contractor will be apprised by the Medical Center s COTR/Project Manager, (in-charge of the confined space work), of any precautions or procedures that the Medical Center has Implemented for the protection of employees in or near permit space where contractor personnel will be working. 4. The Medical Center s COTR/Project Manager, (in-charge of the confined space work), will advise the Contractor of how to fill out the required forms and gain the necessary Confined Space Entry Permits from the Fire Department and be responsible for the Contractor following the requirements of CM 001-183 Confined Space Program. 5. The Medical Center s COTR/Project Manager, (in-charge of the confined space work), and contractor will coordinate entry operations when both Medical Center personnel and contractor personnel will be working in or near permit spaces as required by 29 CFR 1910.146(d)(11) and 1926.21(b)(6). 6. Contractor will obtain any available information regarding permit space hazards and entry operation from the Medical Center s COTR/Project Manager, (in-charge of the confined space work). 7. At the conclusion of the entry operations, the Medical Center s COTR/Project Manager, (in charge of the confined space work), and contractor will discuss any hazards confronted or created in permit spaces. 8. The contractor is responsible for complying with this Medical Center Memorandum 001 183 Confined Space Program, 29 CFR 1910.146(d) through (g) and 1926.21(b)(6). The Medical Center will provide rescue and emergency services required by 29 CFR 1910.146(k) and 1926.21(b)(6). Contractor shall provide all safety and air quality monitoring equipment. 9. Prior to awarding a contract to commence entry operations, the Contractor shall submit proof of training required under 29 CFR 1910.146(g) to the Medical Center Contracting Officer and the Medical Center s COTR/Project Manager, (in-charge of the confined space work). 10. Questions regarding the Medical Center s permit-required confined space entry program can be addressed to the VA Fire Department (ext. 2769) and COTR/ Project Manager. 632-22-124: Statement of Work Map Wastewater & Storm Collection System 2.0 TASKS The scope of this project shall be accomplished through a series of tasks as outlined below and performed in the respective order of sequence. A breakdown of task # 1 deliverables can be found in section 4.0: Milestones. 1. Preparation (5%) 2. Create New Site Plan (30%) 3. Survey existing Wastewater & Storm Collection Systems (35%) 4. Create as-built drawing(s) of Wastewater & Storm Collection Systems (35%) Task 1. Preparation The A/E and subconsultant(s) team shall familiarize themselves with the entire Northport VA Campus by way of conductive site survey and any additional methods as required. The team shall gather all relevant information in preparation for survey. This information may be copies of existing legacy drawings, RFI s etc, and may be obtained from the Contracting Officer Representative (COR). The A/E shall request and obtain contractor badge(s), submit signed privacy disclosure form and all other required documentation as required by CO or COR. The Northport VA has prepared an additional drawing which shows the areas that make up each of the five (5) phases, note that the background used is not updated & is shown for reference only. A Breakdown of Task #1 deliverables is found in section 4.0: Milestones. Task 2. Create New Site Plan(s). In order to accurately show the exact location of the existing Wastewater & Stormwater Collection System, a new updated site plan must be created. Refer to Task 1 for supporting documents that may be required. A breakdown of task # 2 deliverables is found in section 4.0: Milestones. The updated final site plan shall be made available in AutoCAD, PDF and hard copy (full sized) drawing format. All electronic Equipment used to perform the survey shall be calibrated/ inspected by an approved body within a period not to exceed one year at the time of survey. Certificate of calibration for all tools must be submitted to VA for review. More than one (1) technique must be used for surveying and mapping out the site plan to ensure accuracy, A/E shall identify the proposed techniques to the COR for review and approval prior to executing them. Examples include but not limited to: · Aerial Photogrammetry · Global Positioning Satellite Data (GPS) · Point Cloud Modeling · Computer-Assisted Drawing (CAD) The updated site plan must be scaled and shall also include standard elements such as: · North Arrow · Grid lines · Property/ elevation lines · Existing structures · Street / parking area layout · Fire Hydrants · Street lighting · Landscaping (including trees, grass areas) · Labeling of existing areas / structures / roadways/ parking lots · Legend / key notes · Site address · Manhole Cover Plates (relevant to Wastewater and Storm Collection Systems) Task 3. Survey Existing Wastewater & Storm Collection Systems Once an updated site plan has been developed, the process of surveying the existing Wastewater & Storm Collection Systems may proceed. A breakdown of task # 3 deliverables is found in section 4.0: Milestones. The process for this task shall include the following steps: · A licensed and qualified Engineer with demonstrated design experience in Wastewater & Storm Collection Systems Shall Review and analyze existing drawings. Refer to Task #1. · Field survey all underground Wastewater & Storm Collection System piping throughout the entire Northport VA campus and terminate at the exterior foundation of each structure. · Survey all above and below-grade structures that serve these systems. i.e manhole cover plates, drywells etc. · Survey underground Wastewater and Storm Collection Systems using non-destructive methods where possible, examples include but not limited to; Ground Penetrating Radar (GPR), Magnetic Location, Electromagnetic Location, Acoustic Pipe Location (APL), approved alternate methods. · Survey of underground Wastewater and Stormwater Collection systems shall include video inspection of entire systems, and any deficiencies shall be noted in a condition assessment report. Access to manhole(s) may be required. Refer to Task #1 for confined space requirements. · Survey shall be performed using more than one technique to ensure the validity of the results and A/E shall identify the proposed techniques to the COR for review and approval prior to executing them. (E.G. locate pipe using magnetic location, and then verify the results using Ground Penetrating Radar). · All electronic Equipment used to perform the survey shall be calibrated/ inspected by an approved body within a period not to exceed one (1) year at the time of survey. Certificate of calibration for all tools must be submitted to VA for review. · Survey shall identify the pipe size, pipe depth, and material type. · Storm Collection System survey shall also show underground gutter/leader pipes from the various structures, include the seepage pipes & ponds/ drywell rings. · Create progress drawings and submit in electronic AutoCAD (DWG) and Adobe Acrobat (PDF) formats. Task 4. Create As-Built Drawings of Wastewater & Storm Collection Systems. This task will consist of creating as-built drawings of the existing Wastewater & Storm Collection Systems using the results obtained from the field survey mapping described in Task # 3. The drawing(s) shall be in AutoCAD .DWG format 2020 or latest, and a PDF and full-size paper print shall be furnished from this .DWG drawing. Refer and adhere to the VA AutoCAD Standards found in the VA Technical Information Library (TIL)(https://www.cfm.va.gov/til/projReq.asp) . Refer to Task #1 for additional guidance. The background used in the final drawing shall be from the newly created site plan that was developed under Task # 2. A breakdown of task # 4 deliverables is found in section 4.0: Milestones. At a minimum, the final drawing shall include the following: · A complete drawing showing the existing Wastewater & Storm Collection Systems; each on their own individual layers. The piping and components must each be on separate CAD layers. Include the pipe size, the buried depth, pipe material, manhole cover tags, manhole cover location. Show all system components up to the exterior foundation of each structure. · Show location and size of existing abandoned Wastewater & Storm Collection Systems piping including force mains. Clearly indicate by a unique symbol that the piping is abandoned and no longer in service. · Show manhole cover plates (of Wastewater and Storm Collection Systems) · Call out Pipe depths. A/E shall also provide a Findings and Recommendations Report highlighting all the deficiencies found within the Wastewater & Storm Collection Systems (I.E leaking or collapsed piping, abandoned piping, etc.). The report shall also list three (3) options for replacing the entire Wastewater & Storm Collection Systems with new piping and components to reduce system downtime as much as possible. Finally, the report shall also include a cost estimate of labor and materials cost for the three (3) separate options. 3.0 PHASING Due to the large footprint of this project, five (5) phases which are listed below have been created to break down the project into smaller more manageable areas. The phases shall be performed in sequential order, starting with Phase #1. Within each phase, there are four (4) tasks that must also be performed in sequential order, starting with Task # 1 (e.g., Task #1 shall be completed and approved by COR before moving on to Task #2). Refer to the schedule chart in section 4.0 for all required submissions. The attached Phasing Map shows a visual depiction of the areas within the VA property line that make up the five (5) phased areas. A general description of areas/ structures that are included in the phased areas (but not limited to) are listed below: Phase 1: Golf course, building # 20, 21, 23, 26, 27, 28. Phase 2: Golf Couse, wooded areas, parking lot, Water Tower Phase 3: Parking lot, building # 5, 6, 7, 9, 10, 11, 12, 17, 18, 37, 40, 61, 62, 63, 64, 65, 88, 89, 200, 200N. Phase 4: Wooded areas, Wastewater treatment plant, water wells, building # 13, 15, 16, 210, 220 Phase 5: Wooded areas, parking lot, building # 8, 9, 36, 13, 14, 16, 36, 41, 42, T55, 82, 92, 112, 113, 114, 115, 116, 142, 145, 203, 211. 4.0 MILESTONES The milestone s Completion Percent listed below shall be commensurate with billing payments. Deliverables: The below provides a brief description of the tasks listed in section 2.0; Refer to section 2.0 for a complete description of requirements. The summary below provides a brief description of the task requirements and provides additional information pertaining to the deliverables required from the A/E. refer to the appropriate sections above for a complete break-down of requirements. Task # 1: A/E shall submit a typed document on company letterhead stating that they have requested and received all documentation and information required to perform the work (state the phase number to which the submission corresponds to. Include a formal meeting minute with list of attendees. Task # 2: A/E shall submit a typed document on company letterhead stating the proposed techniques to be used in the survey (two (2) or more techniques must be used to ensure validity). Once COR approves the proposed techniques, A/E shall submit calibration certificate(s) of all equipment to be used in the survey. Submit new Site Plan showing an accurate representation of site. Include elements as described in Section 2.0, and best engineering practices. Submit all required documentation to COR for review and approval. Task # 3: A/E shall submit a typed document on company letterhead stating the proposed techniques to be used in the survey (two (2) or more techniques must be used to ensure validity). Once COR approves the proposed techniques, A/E shall submit calibration certificate(s) of all equipment to be used in the survey. Submit sketch / preliminary drawing(s) showing the Wastewater & Storm Collection Systems and all components as listed in Section 2.0. Submit to COR for review and approval. Task # 4: Submit pre-finalized drawings (not signed) of the Wastewater & Storm Collection Systems which include the newly created site plan as the background and the report of findings and recommendations for COR review and approval. Once COR approves, A/E shall submit 100% as-built signed and sealed drawings and finalized report of findings and recommendations. Drawing shall conform to VA standards, refer to Section 2.0 for all requirements. Schedule: Each submission in the schedule below shall be performed in sequential order, starting with submission # 1. Each submission must be approved by the COR before payment for that submission can be approved and before proceeding to the next submission. A/E shall not be compensated for re-submissions that may be required to satisfy the requirements of that specific submission. The A/E Time Allotment column in the table below shows the number of business days (during normal business hours) that are to be allocated to the A/E for the fulfillment and submission of documents to the COR for review and approval. The COR Time Allotment will take effect next business day upon submission from A/E. The COR will review and approve or reject the submission and notify the A/E during this time frame. Conversely, the A/E Time Allotment will also take effect next business day after having received a response from the COR. The A/E and COR are not required to use all the allotted time and may submit earlier. A/E SCOPE OF SERVICES 1. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The design shall provide Certified Industrial Hygienist (CIH) services for preparation of asbestos drawings and specifications and asbestos air monitoring. 2. Project completion of construction documents, including final design, contract drawings, specifications, and detailed cost estimate is to be 365 calendar days from issue of Notice to Proceed. 3. Provide a detailed material/labor cost estimate for construction of this project at the 100% review stage. 4. Attend pre-bid job walkthrough and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. Attend pre-construction meeting and will be required to answer any technical project related questions and provide meeting minutes. 5. Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner, (two- week turnaround on all submittals) maximum. 6. Provide expeditious responses to all design/conflict questions encountered during the construction term. 7. Upon completion of the project, the A/E will do a complete walkthrough and review (punch list) of the completed project work and verification of the contractual obligations and prepare a written report by close of business the following day. 8. Upon completion of the project, provide a set of stamped Architectural E1 (30 x42 ) as-built drawings, as well as complete electronic sets in PDF and AutoCAD formats (including reference files/drawings/specifications). 9. The A/E is responsible for performing a site survey and prepare design options to the VA. This study shall comply with the latest hospital standards and codes such as OSHA, JACAHO, NFPA and VA design guidelines to meet the needs of the staff and patients. Upon approval, the A/E shall design a full functional set of drawings and specifications to identify results found in survey. 10. The A/E shall provide complete contract drawings & specifications including but not limited to: Demolition, Asbestos Abatement, Architectural, Structural, Plumbing, Electrical, Fire Protection, HVAC, Phasing Requirements, Infection Control, Commissioning specifications for all appropriate trades. 14. 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, electrical and special systems as required by the project. 15. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI review, site visits/inspections and prepare As-Built drawings from contractor mark-up and prepare a final Punch List . 16. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. 17. AutoDesk shall be used for drawing transfer, submittal submission and review during the project. 18. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. 19. The Architect/Engineer is responsible for completing the VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information. Contractors must provide a copy of the signed training to the COR prior to starting work and annually thereafter. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). II. Industrial Hygienist: The following tasks shall be performed in accordance with VA Design Requirements: 1. Schematic Design a. Task 1 Inspect project area. b. Task 2 Sample suspect materials. c. Task 3 Review sample analysis. d. Task 4 Submit laboratory analysis. e. Task 5 Design and specify appropriate technique and approaches to asbestos abatement. f. Task 6 Review asbestos submittals and provide construction period services during construction. g. Task 7 Provide air monitoring service during asbestos abatement removal process. II. All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1 and VA Standards & Criteria and all applicable NFPA Codes. III. The following must be incorporated into the A/E design: 1. Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design. 2. Recommend various options for the VA engineers to evaluate. Options should include: design options, completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall VA objectives. 3. Provide all necessary site survey work to verify As-Built drawings and field conditions. 4. Provide construction period services and site visits. VI. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings): 1. Mechanical 2. Electrical 3. Architectural 4. Structural 5. Fire Suppression 6. Plumbing 7. HVAC VII. Document reviews: The A/E shall perform the work required as per the Design Review and Completion Schedule below. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C. A licensed New York State professional engineer and /or architect shall stamp the contract drawings. VIII. Contract Originals and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets using AutoCad (most recent edition). The A/E shall provide one (1) set of drawings to the VA for record plans at the completion of design. Provide an electronic set and one (1) set of drawings stamped and signed by an Engineer and / or Architect licensed in the State of New York, specifications, and cost estimates at final design submission. Electronic set at 100% final stage is to be provided in both PDF and AutoCAD formats. The A/E shall incorporate all the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA. COST RANGE Estimated Construction Cost Range: $1,000,000.00 and $5,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. The following evaluation criteria will be used during the A/E selection process with assigned value: Firms submitting SF330 data for consideration must address each of the following factors in SF330. Professional qualifications necessary for satisfactory performance of required services -20%. 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 Engineering (Civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) and Architecture 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. 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 -20%. 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: o Experience with design services to renovate and redesign patient facilities and medical centers. Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation and construction inspection services) :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 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 including any subcontractors in the areas outlined above. (3) Capacity to accomplish the work in the required time-15%. 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. Submission requirements: 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. ii. 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. The firm shall provide a project schedule that demonstrates the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. Past performance- 15%. Offerors will be evaluated on past performance with Government agencies (emphasis on VA work) and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. i. 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. ii. 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: i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: a. Contractor Performance Assessment Report System (CPARS), b. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice (Attachment #1) is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Samantha Chavanga via email at [email protected], prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations 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. Submitted CPARS and PPQ evaluations will not be counted as part of any page limitation and shall be attached to the SF330, behind the SF330 Part II document (5) Location -10% within a 300-mile radius to the design site (Northport VA, Northport, NY) and knowledge of the location (Northport, NY); 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: i. The A/E Firm proximity to the Northport VA79 Middleville Road, Northport, NY 11768. ii. This distance is determined according to http://maps.google.com/ iii. This factor evaluates the distance the AE firm's design office or offices from the location of work. Please provide the address (es) and distance of your closest office to the address listed (6) 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%. Submission requirements: Offerors shall submit evidence of the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. (7) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team- 10%. 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 Evaluation Scoring Evaluation factors 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. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. 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: Design: Upon Notice to Proceed: Completion (CDs) Start Preliminary and Basis of Design . .. Date of NTP Submit Basis of Design for VA review .. ..30 calendar days from NTP Basis of Design review with VA ... 44 calendar days from NTP Submit 65% Preliminary & Schematic Design Phase for VA review .. 74 CD from NTP Review 65% Preliminary & Schematic Design Phase with VA. ..,,, 88 CD from NTP Submit 100% Preliminary & Schematic Design Phase for VA review ,,118 CD from NTP Review 100% Preliminary & Schematic Design Phase with VA 132 CD from NTP Submit 35% Construction Documents for VA review ....162 calendar days from NTP Review 35% Construction Documents with VA Personnel....176 calendar days from NTP Submit 65% Construction Documents for VA review 206 calendar days from NTP Review 65% Construction Documents with VA Personnel 220 calendar days from NTP Submit 95% Construction Documents for VA review 250 CD from NTP  Review 95% Construction Documents with VA Personnel..266 calendar days from NTP  Submit 100% Construction Documents for VA review 296 calendar days from NTP  Review 100% Construction Documents with VA Personnel.310 calendar days from NTP  Deliver Final 100% Construction Documents for Bidding Purposes 365 CD from NTP Total number of days for entire design is 365 calendar days from Notice to Proceed. NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact. LIMITATIONS VA NOTICE OF TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (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 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 veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (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) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A 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 veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer 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 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 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 veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the 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; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any 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. SUBMISSION REQUIREMENTS The applicable NAICS code is 541330 and the small business size is $22.5 Million. This acquisition for design services will be a 100% set aside for service disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified/visible/certified in SBA VetCert through https://veterans.certify.sba.gov verified by the before award. SDVOSB firms desiring consideration must have a working office located within 300 miles of the Northport VA, New York limits and be licensed in New York State. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6 . Qualified Service-Disabled Veteran Owned Small Business (SDVOSB) firms responses must be received no later than 10:00 AM, ET on Wednesday, 03/06/2024. Electronic submission of SF330 s is preferred. The overall size of the file cannot exceed 7MB; if additional space is required, divide the file into segments with each file size less than 7MB. No more than 2 files at 7MB each will be considered. Email completed SF330 s to [email protected] Subject Line: Map Wastewater and Storm Collection System, 36C24224R0030 SF330. NONCOMPLIANCE WITH THIS REQUIREMENT RISKS YOUR PACKAGES AS BEING NONRESPONSIVE NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only ([email protected]); 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.
Bid Protests Not Available