BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in New York, New York. Design plans call for the renovation of a medical facility.

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, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-21-105 Design Replacement Fire Alarm System at James J. Peters VA Medical Center (JJPVAMC), 130 West Kingsbridge Road, Bronx, NY 10468-3904. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $8.0 Million. Magnitude of Construction is between $5,000,000 and $10,000,000. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. The anticipated award date of the proposed Architectural and Engineering Contract is on or before September 30, 2022. Potential contractors must be registered in SAM (www.sam.gov ) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.gov ) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-10. NOTE - Offerors are referred to 852.219-11 (d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. 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). SCOPE OF SERVICE REQUIRED: Project 526-21-105 Design Replacement Fire Alarm System. Contractor shall furnish professional Architectural and Engineering services to design a replacement addressable fire alarm system throughout all facilities on the JJPVAMC campus to facilitate award of a construction contract. A/E services to include but are not limited to Demolition, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler, Fire/Life Safety, Controls and Communication, as well as other design considerations. The A/E shall design a new fire alarm system and include the removal of the existing system. The new alarm system design will include the following components: Fire alarm control panels, control and annunciation, primary and secondary power supply, initiating devices and circuits, and indication devices and circuits. This will include new conduit, wiring, and connections for all components. The control and annunciation design will include fire operator workstations and remote annunciators as required. The main power will be a connection to the facility power service and the secondary power will be by internal batteries. The alarm initiating devices include but are not limited to smoke detectors, manual fire alarm stations, duct detectors, valve tamper and water flow switches, and heat detectors. The alarm indicating devices include but are not limited to speaker and strobe units. The new fire alarm system shall connect to other systems and include but are not limited to the fire command center, smoke / fire doors, fire department notification, communication between buildings, security systems, kitchen suppression system, elevator recall, and smoke control. Devices associated with these systems shall be surveyed and replaced new as required by VA. The design shall include appropriate signage throughout the campus and any other in-kind upgrades. The design shall modify any existing layout and equipment to provide adequate fire detection coverage and functionality throughout the JJPVAMC campus and meet the latest code requirements. This includes incorporating the current and future construction plans into the final design. The new design plan must maintain continuity of service during construction and during the transition to the new alarm system. The JJPVAMC currently utilizes a Simplex 2500 automatic addressable alarm system, and the new design shall be replaced with in-kind capabilities with the latest technology in global addressable fire and smoke notification technology (Simplex alarm system or approved equal). The existing fire alarm system schematic is shown in attachment (A), (B), and (C). There are a total of 20 nodes (zones) with two master panels (located on the ground floor of the main hospital and in the boiler plant). The two Fisher House properties shown on attachment (C) currently have an independent alarm system and shall be replaced new and synchronized with the new campus alarm system design under a single node if the system allows. The final design approval shall be at the determination of the JJP VAMC Engineering Services. The A/E shall provide a commissioning and training plan for the new fire alarm system. The commissioning plan shall include a phased plan for testing the new fire alarm system during construction. The A/E approved competent person shall be responsible for testing and providing the results to VA assigned Contracting Officer Representative (COR). In addition, the A/E approved competent person shall conduct on-site training for VA end users for operation and maintenance of the fire alarm system and shall provide both a written and video training plan. Training shall be conducted after final commissioning is completed and before transitioning from the existing alarm system to the new. The A/E shall perform investigative surveys to verify as-built conditions and gather information for design development and shall provide applicable reports and calculations upon request. The A/E shall attend design meetings and follow design submission requirements. During construction, the A/E will provide construction period services. The A/E design team shall include a Fire Protection Engineer (attachment F) and at a minimum shall follow the VA provided submission checklist for fire alarm systems (attachment G). Attachments: ATTACHMENT A - Nodes Identification and Devices ATTACHMENT B - Existing Fire Alarm Diagrams ATTACHMENT C - Fisher House Properties Fire Alarm ATTACHMENT D - SP13 Design Schedule Fire Alarm ATTACHMENT E - Section H Supplement to SF330 Fire Alarm ATTACHMENT F - FPEngr Qual Replace Fire Alarm System 2021 ATTACHMENT G - AE Submission Fire Alarm AE DESIGN - SUPPLEMENT B - Upgrade Fire Alarm System Past Performance Questionnaire and Cover Letter - 526-21-105 Technical disciplines include but are not limited to architecture, fire protection engineering, interior design, structural engineering, plumbing and sanitary engineering, HVAC mechanical engineering, electrical engineering, equipment, steam engineering, communication systems, industrial hygiene, healthcare space planning, scheduling, cost estimating and construction period services. Firm will be responsible for investigating and preparing documentation for planned utility shutdowns and/or system cutovers. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). LOCATION James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468-3904 COST RANGE Estimated Construction Cost Range: Between $5,000,000 and $10,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. 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: ITEM DATE Receive Notice to Proceed from (NTP) TBD AE meets with VA staff Project Team for Kickoff Meeting TBD Deliver Preliminary Review to Contracting Officer No later than 30 days after kickoff meeting Review Preliminary Review with Contracting Officer No later than 40 days after kickoff meeting Deliver 35% Design Review material to Contracting Officer No later than 85 Days after kickoff meeting Review 35% Review material with Contracting Officer No later than 95 Days after kickoff meeting Deliver 65% Design Review material to Contracting Officer No later than 125 Days after kickoff meeting Review 65% Design material with Contracting Officer No later than 135 Days after kickoff meeting Deliver 95% Design Review material to Contracting Officer No later than 165 Days after kickoff meeting Review 95% Design material with Contracting Officer No later than 175 Days after kickoff meeting Deliver 100% Final Review material to Contracting Officer No later than 190 Days after kickoff meeting Review 100% Final material with Contracting Officer No later than 195 Days after kickoff meeting Deliver Final Bid Documents to Contracting Officer No later than 200 Days after kickoff meeting Total 200 Calendar Days The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers, and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. Examples of specialized experience and technical competence in various disciplines required for specific project. Capacity to Accomplish the work in the required time. Past experience and performance on government contracts. Proximity of firm or working office providing professional services to the facility. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). 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. 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: Submit a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice 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 CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. 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. 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, Delfo Saco-mizhquiri via email at Delfo.Saco-mizhquiri@va.gov, 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 shall be attached to the SF330, behind the SF330 Part II document. LOCATION The A/E Firm proximity to the Department of Veterans Affairs Medical Center, James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468-3904 is an evaluation criteria. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS 852.219-11 VA NOTICE OF VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION) (a)A Definition. For the Department of Veterans Affairs, Veteran-owned small business or VOSB: (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; (iv) business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed inA VA s Vendor Information Pages (VIP) database; (https://www.vetbiz.va.gov/) and (v) The business will comply withA VAAR subpart 819.70A and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, provided that any requirement therein that applies to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to also apply to a VA verified and VIP-listed VOSB, unless otherwise stated in this clause. (vi) Unless otherwise stated, the term VOSB includes VIP-listed service-disabled veteran-owned small businesses (SDVOSB). (2) Veteran is defined in 38 U.S.C. 101(2). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans has the meaning given that term under section 3(q)(3) of the Small Business Act (15 U.S.C. 632(q)(3)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) above). (b)A General. (1) Offers are solicited only from VIP-listed VOSBs, including VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made only to a VIP-listed VOSB who is eligible at the time of submission of offer(s) and at time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as a VOSB, including set-asides, sole source awards, and evaluation preferences. (c)A Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed VOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible VOSB as defined in this clause, 38 CFR part 74, andA VAAR subpart 819.70. (d)A Agreement. When awarded a contract action, including orders under multiple- award contracts, a VOSB agrees that in the performance of the contract, the VOSB shall comply with requirements inA VAAR subpart 819.70A and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6. Unless otherwise stated in this clause, any requirement in 13 CFR part 121 and part 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed VOSB. For the purpose of the limitations on subcontracting, only a VIP-listed VOSB, (including independent contractors) is considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to the following: (1)A Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed VOSBs. (2)A Supplies or products. (i) In the case of a contract for supplies or products (other than from a non- manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed VOSBs. (ii) In the case of a contract for supplies from a non-manufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. (3)A General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed VOSBs. (4)A Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime may be paid to firms that are not VIP-listed VOSBs. (5)A Subcontracting. A VOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed VOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For contracts referenced in (d)(2), (3), and (4), the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. For information and more specific requirements, refer to 13 CFR 125.6. (e)A Required limitations on subcontracting compliance measurement period. A VOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] _____By the end of the base term of the contract or order, and then by the end of each subsequent option period; or _____By the end of the performance period for each order issued under the contract. (f)A Joint ventures. A joint venture may be considered eligible as a VOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to also apply to a VIP-listed VOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g)A Precedence. Any inconsistencies between the requirements of the SBA Program for SDVO SBCs and the VA Veterans First Contracting Program, as defined inA VAAR subpart 819.70A and this clause, the VA Veterans First Contracting Program takes precedence. (h)A Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s VOSB status is subject to debarment from contracting with the Department for a period of not less than five years (seeA VAAR 809.406, Debarment). SUBMISSION REQUIREMENTS Qualified Service-Disabled Veteran Owned Small Business firms are required to submit three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and two (2) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than Monday, February 07, 2021 at 1:00 PM EST including Past Performance (CPARS) evaluations Questionnaires (attachment). All submittals must be sent to the attention of Delfo Saco-mizhquiri (10N2NCO), at Delfo.Saco-mizhquiri@va.gov and hard copies to St. Albans VA Medical Center, Network Contracting Office, 179-00 Linden Boulevard, Room D-202, Jamaica NY 11424-1468. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact; and 4. A copy of the firms CVE verification The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Delfo.Saco-mizhquiri@va.gov; 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. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Design

Medical

$10,000,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
948
Active Projects
558
Bidding Soon
7,404
All Active Projects
3,066
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

August 4, 2023

img_map_placeholder

130 W Kingsbridge Rd, New York, NY

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.