Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOURCES SOUGHT

C -- NRM (PROJ: 672-19-709) A/E Upgrade Video Assessment Surveillance System (VASS) at San Juan Campus.

Notice Date
3/14/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building, Suite #4M440;#10 Calle Casia;San Juan PR 00921-3201
 
ZIP Code
00921-3201
 
Solicitation Number
36C24819R0118
 
Response Due
5/2/2019
 
Archive Date
7/31/2019
 
Point of Contact
rey.clemente@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought AE Services for 672-19-709 Upgrade Video Assessment Surveillance System at VACHS Campus, San Juan, PR. Contracting Office: Network Contracting Office 8 (NCO-8), Department of Veteran Affairs THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project is Subject to Availability of Funds. Point of contact: Rey F. Clemente, NCO-8, Construction Team 2, Contracting Officer Email: rey.clemente@va.gov The Department of Veterans Affairs, VA Caribbean Healthcare System, San Juan, Puerto Rico and the NCO-8 are soliciting and intends to award a firm fixed-price contract for Architect/Engineering A/E Services to the most highly qualified registered A/E Services Firm or A/E Contractor for design development services, complete construction documents and provide A/E support services during Construction for Project No.: 672-19-709, Upgrade Video Assessment Surveillance System at VACHS Campus. The AE will be given written information; participate in project planning meetings, pre-bid meetings (if applicable), pre-offer site visit meetings, and pre-construction meetings as required; communicate with VA personnel via telephone, emails or letter and is expected the A/E firm coordinates; so that the final documents include all requirements, in accordance with Industry Standard Practices, VA standards, VA Design Manuals, and Government Team Review Comments. The VACHS is a working facility and phasing plans, minimizing downtime, and provisions for continuation of service during outages is critical to this project. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Code for this procurement is 541330 and the annual small business size standard is $15 M. The AE that will design and prepare specifications in conjunction with this contract is prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. To be eligible for consideration, the selected firm must be incompliance with Act 173 which requires that all Professional Engineers (PE) must be licensed in the Commonwealth of Puerto Rico. The profession of engineering and land surveying in Puerto Rico is regulated by the Puerto Rico State Department (Departamento de Estado) through the PR Examining Board of Engineers and Land Surveyors (Junta Examinadora): http://www.estado.gobierno.pr/ Additional Puerto Rico contact information: PCS Phone Number: 888-773-9266 PCS fax: 615-846-0153 Email Address:pringenieros@pcshq.com This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. Only SDVOSB SF330s will be accepted. Other Web Sites References for Puerto Rico Architectural and Engineering Licenses: https://estado.pr.gov/en/architects-and-landscape-architects/ Florida Professional Engineering Certificate of Authorization: Puerto Rico Professional Engineering Endorsement Process: http://estado.pr.gov/en/engineers-and-surveyors/ NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z Description: This project contemplates the on design the upgrades to the existing surveillance system of the VA Caribbean Healthcare Center. The existing system serves the entire campus, which is located on a 26 acres lot and of approximately 1,400,000 square feet of construction which includes areas as: inpatient, outpatient, and administrative buildings among other areas. The existing surveillance system is composed of approximately more than three hundred (300) cameras including fixed and PTZ types, over fifty (50) data closet and a communication center among others. The A/E shall provide design and service during construction for the project described within this document. Such services include but are not limited to: surveys, assessments, technical studies, technical reports, analyses, permits, design, development of construction documents, technical expertise, construction supervision and services that are deemed necessaries for the proper design of the project described herein. The project will be comprised of the following stages: planning, design and services during construction. The A/E should be aware that before moving forward from one stage to another is necessary to complete and obtain the approval of the current stage. This project is to provide engineering design services to develop detailed as built drawings, design & bidding documents, construction cost estimates, construction phasing schedule and provide necessary construction period services for the project titled: Upgrade Video Assessment Surveillance System (VASS) at San Juan Campus at VA Caribbean, San Juan, Puerto Rico. A/E firm or Engineering Firm shall be performed, in accordance with the Scope of Work, Project Specifications, VA Master Specifications and developed Drawings. The Contractors shall ensure that the Works, Supervision, Management, and Testing are performed in accordance with Local/State (Commonwealth of Puerto Rico) and all Federal Regulations. Work shall be completed in a period of 365 calendar days from notice to proceed. The AE shall design for a total construction project budget of approximately Thirteen Million Two-Hundred Eighty-Six Thousand Dollars with zero cents ($13,286,000.00). The AE Services Budget or Magnitude, including A/E support services during the construction is between $500,000.00 and $1,000,000.00, in accordance with VA Acquisition Regulation (VAAR) 836.204 (e). The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal Regulations and Standards. Existing drawings, if available, will be handed to the A/E for their use; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. The AE will be required to perform all necessary site investigations such as verifying record drawings. The following investigative work shall be included within the scope of this project: Provide all Engineer investigative work for application to this project including but not limited to site surveys, study analysis and any other tests required to insure the provided design is feasible and absent of major obstacles for successful project completion. Perform field verification for existing conditions to insure the accuracy of your design. AE will be responsible to perform all necessary structural, electrical, cooling and heating loads calculations to perform an optimum design. Field verify all VA furnished drawings to insure AE design is accurate. It is the AE s responsibility to determine existing conditions and to base the design on this information. Materials to be furnished to the AE by the VA The following shall be Furnished to the AE upon request: The VA Engineering Service will provide the AE with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the AE and all consulting firms. The AE will then make copies of these drawings at the VA using VA equipment. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the sites listed below http://www.cfm.va.gov/TIL/ http://www.cfm.va.gov/index.asp http://www.cfm.va.gov/contract/ http://www.cfm.va.gov/contract/ae.asp http://www.cfm.va.gov/contract/aeDesSubReq.asp http://www.cfm.va.gov/til/dManual.asp SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: IAW FAR part 36.602-1(a), each SF330s shall be evaluated using the criteria listed below. After the best qualified Firm for the Task is identified, negotiations with that firm will commence. If negotiations with that top-rated AE firm are not successful, discussions with that firm will be terminated and the negotiations with the next firm on the list will continue. The evaluation for this task order is subjective based on what is submitted and how it is interpreted by the evaluation team. It is incumbent on the contractors to articulate their understanding of the SOW using the factors below. Selection and evaluations shall be conducted without discussions, where possible. Adjectival Ratings for Factors and Sub-factors: Outstanding Excellent Satisfactory Marginal Poor No Past Performance = Neutral AE Firm/Contractor Name: Outstanding Excellent Satisfactory Marginal Poor No Past Performance = Neutral SST Member Name: SST Member Signature: Factors/Criteria/Element Technical Narrative; No more than 10 total pages. 1.Team Professional qualifications necessary for satisfactory performance of required services for each Task. A/E shall provide the Professional qualifications of all the key personnel included in the project organizational chart. Such personnel must have experience in projects similar to this one. The project architect or engineer of record must be licensed to practice in Puerto Rico. Submit copy of valid professional Engineer or Architect license. 1.2. The Offeror shall provide a licensed physical security professional with proved experience of at least five years in design and installation of security systems with emphasis in surveillance systems. Submit copy of valid physical security professional license along with a list of the previous projects of similar or major complexity to this one. The list must include: project name, location, brief description and responsibilities. 2. Relevant experience and technical competence as it applies to the scope of this task, in addition to experience in the geographical area of the project and knowledge of the locality. 2.1. The offeror must have a proved experience of at least five years (5 yrs.) designing projects similar to this one. Submit a list of the previous projects. The list must include: project name, location, brief description, responsibilities, contracting method and Owner (name and telephone number of POC). 3. Schedule and Capacity: Describe your approach and ability to meet the proposed schedule. 3.1. Submit a preliminary project schedule (including all project stages) to demonstrate an efficient project planning of project works. 4. Relevant Past performance Submit client references for any project listed in Factor 1. Government also reserves the right to evaluate past performance on previously awarded task orders under the IDIQ contract and other information that may be available like CPARS or other system available. SST Member Overall Technical Comments: A/E Firm/Contractor Strengths (if any): A/E Firm/Contractor Weaknesses (if any): A/E Firm/Contractor Risks (if any): SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited pages are as shown in above table. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: Cage Code. Dun & Bradstreet Number. Tax ID Number. The E-mail address and Phone number of the Primary Point of Contact. A copy of the firms VetBiz Registry. Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 1:30 PM, AST on 2 MAY 2019. All SF330 submittals and questions must be sent electronically to the attention of Mr. Rey F. Clemente, NCO8 Contracting Officer at rey.clemente@va.gov. When submitting SF330s, if more than one email is sent, please number the emails in Subject line as one of total emails. Submittals received after this date and time will not be considered. All information must be included in the SF330. Cover letter and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be visible and certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on VetBiz.gov and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 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.). SITE VISITS WILL NOT BE ARRANGED DURING THIS PERIOD. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. IT IS THE OFFEROR S RESPONSIBILITY TO CHECK THE FEDERAL BUSINESS OPPORTUNITIES WEBSITE AT: www.fbo.gov FOR ANY REVISIONS TO THIS ANNOUNCEMENT BEFORE SUBMISSION OF YOUR SF330S. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/36C24819R0118/listing.html)
 
Place of Performance
Address: VA Caribbean Healthcare System;#10 Calle Casia;San Juan, PR
Zip Code: 00921-3201
Country: USA
 
Record
SN05249859-F 20190316/190314230027 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.