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 West Palm Beach, Florida. Conceptual plans call for the renovation of a medical facility.

PRESOLICITATION NOTICE - THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 s ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. INTRODUCTION: This is a Pre-Solicitation Notice for Project Number 548-23-101 that requires Architect and/or Engineering (AE) Design Services for the AE Install Wander Guard project at the West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, Florida 33410. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS code for this procurement is 541330 Engineering Services and the annual small business size standard is $22.5M. This project requires a full design team to complete this project. The projected award date for the anticipated AE contract is on or before June 1, 2023. All information needed to submit SF 330 documents is contained herein. The magnitude for construction (not design) of this project is between $500,000.00 and $1,000,000.00. Federal Acquisition Regulation (FAR) 36.6 selection procedures apply. The architectural/engineering services listed herein are being procured utilizing the Selection of Architects and Engineer s statute, also known as the Brooks Act or Qualifications Based Selection (QBS), FAR Part 36.6, VAAR Part 836.6, and VAAM Part 836.6. All submissions will be evaluated in accordance with the evaluation criteria identified in the Selection Criteria (see paragraph 11 below). Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. DESCRIPTION: The Government is seeking an AE firm to provide all professional services required for the design of AE Install Wander Guard at the West Palm Beach VA Medical Center (WPBVAMC) located in West Palm Beach, Florida. The A/E team shall design a project to install a patient elopement prevention system on the 5A, 6A, 6B, 7A, and 7B wings in Building 1 of the West Palm Beach VA Medical Center and shall include the following along with any other associated equipment necessary for a complete patient elopement prevention system. System Requirements Install automatic door openers to match existing brands on 1 set of double doors (7B Front entrance) Person/object sensor to automatically open the doors when in the field (2 total) Hand-wave sensor to activate automatic door openers (2 total) Door ajar sensors to alert when door open past user-designated interval (2 total) Prevent mag-locks from activating if door open with the exception of at-risk patients entering the LF exciter field. 1200 lb. maglocks w/panic override (30 total) Integration with fire alarm system (override maglocks during fire alarm) Install and integrate with Lenel Access Control System Combo PIV/Keypad readers on each side of double-doors and stairwell doors (40 total) All wiring and cabling Cabling installed in EMT conduit Software licenses for readers (40 total) Includes all network infrastructure (POE switches, patch panels, fiber LIU, UPS, racks, etc.) to connect Lenel components to existing Lenel standalone network (e.g., 5th or 8th floor equipment) Configuration of all Lenel components and outputs to the PatienTRAK system Override mag-locked doors when staff authenticated with PIV and/or Keycode Contractor shall provide the software, hardware, and labor to deliver a fully operational Patient Elopement protection system that meets and/or exceeds the minimum requirements as follows: Integrate system into an existing virtual Windows Server that resides on the VA OIT network to receive/view/manage/configure readers, control panels, location alerts, magnetic lock controls, patient badges, and keypads. Location alerts shall display on a WPBVAMC floor plan. Includes web tool for bracelet management and suspending alerts for when patients are escorted off the floor. Dedicated Windows Workstations that reside at five nurse stations to receive/view/manage location alerts and manage patient badges. Location alerts shall display on a WPBVAMC floor plan. Network switches and 24 Volts DC Power Supplies on VA provided emergency power circuit in the OIT closet. The switches shall interface the dedicated computers, readers, and keypads. The power supply shall power each reader segment. Keypad PIV card readers shall be installed at each entrance and exit of twenty (20) exit locations that shall be used to clear and/or override location alerts. LF Exciters shall be installed at each of the twenty (20) exits and its area of coverage shall be field adjusted to trigger alerts when at-risk patients get within a range that can be defined by patient care staff. Additionally, it shall simultaneously activate the magnetic lock on the exit door at that location. Magnetic locks shall be installed on each of the ten (10) single exit doors, and each set of the ten (10) double exit doors. CAT 6a cable as needed for the project (carrying both 24vdc power and data) shall be installed in raceways above the ceilings in the necessary areas and cables shall be identified at both ends of each segment. 433MHz Long-range Radio Frequency readers/antennas shall be installed throughout the 6th floor, 7th floor, and 5A section. Each reader shall cover an area no more than 100 feet in diameter. 24 volts DC relays connected in-line with the magnetic lock power shall be installed at each of the twenty (20) exits and shall include an open input for the LENEL Fire Alarm system to override the magnetic locks when the fire alarm is activated. Two annunciators shall be installed nearby each of the five nurse stations and nearby each of the 30 exit locations and shall sound when there is a location alert activated on all the covered exits. The alert location shall be displayed on both the server and workstation computers. Seventy-Five (75) Patient Wander Management Bracelets to be utilized with the PatienTrak system. Each bracelet shall be reusable and shall include a watch-like band that is adjustable, tamper-proof, detects motion, and alerts when its field-replaceable battery is low. Thirty (30) door status sensors shall be installed on each of the exit doors and shall trigger alerts based on business rules established by patient care staff. PatienTrak infrastructure Configuration Configure system as follows: As at-risk patient approaches exit, lock door(s) if door closed If door closed, activate Strobe only at both that exit and associated nurse station to pre-warn staff in the vicinity that at-risk patient is near the door. Doors unlock as soon as patient moves outside of the LF field If door(s) open when patient enters LF field, activate both light tower and horn at that location and at associated nurse station To close alert, staff removes patient to the inside of the CLC and away from the LF field, swipes their PIV card or punches in Lenel keycode Fire alarm overrides mag-locks Display of alerts is flexible based on the needs of Patient Care staff Examples: Display alert location (with patient name) on the floor plan every time patient approaches an exit Display alert location (with patient name) only when patient is at an exit and the nearby door(s) are open. Light towers and Horns at the nurse stations and door locations have similar flexibility to meet the needs of Patient Care staff. Contractor shall be a Certified Centrak Partner with a Certified Centrak Implementation Engineer Contractor shall be required to have or acquire a NACI or T1 clearance level to access IT closets. Includes training of Patient Care and Technical Staff One Year Parts & Labor Installation of all in ICRA tents and in compliance with VA covid policy Contractor responsible for all wiring and power needs of the equipment listed above. All wires and cabling are to be installed in raceways. Cables and wires must be identified on both ends. Quality Control Contractor is responsible for maintaining a clean environment during the installation of the equipment. Upon completion of the project all remaining materials are to be removed or disposed of and existing equipment shall be properly turned in through property management. All codes and regulations shall be strictly adhered to and maintained throughout the entirety of the project and upon completion a final inspection will be done to verify no codes, standards or regulations have been violated. This project shall be in accordance with the Department of Veteran Affairs technical information library. Designs shall be in accordance with all applicable requirements of the NFPA, EPA, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Standard Details, VA Construction Standards (match existing site materials), VA Space Planning Criteria PG-18-9, and applicable local, state, and federal regulations. Contractor employees shall be required to maintain a professional appearance including a shirt bearing the company logo. All contractor employees will be required to acquire and wear approved Medical Center Contractor badge. Per Medical Center policy, badge must be visible and located above the waist. The A/E team, consisting of architects, engineers, and professional consultants, shall perform an assessment of the existing site to fully determine the necessary changes to be compliant with the design guides. See attached statement of work for more detailed information. The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia and be authorized to complete professional design services in the state of Florida. The project drawings/design shall follow applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/. The awarded AE firm will prepare drawings and specifications in sufficient detail such that qualified outside general contracting companies can prepare accurate and timely proposals for the desired work. The awarded AE firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Quotation (RFQ). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE firm to minimize the impact of the construction. All offerors are advised that in accordance with VAAR 836.606-71, the total cost of the contract for AE services must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered Most Highly Qualified to least qualified. Questions may be directed only by e-mail to anthony.caruvana@va.gov. In accordance with FAR 36.209 Construction Contracts with AE Firms and 36.606(c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement. The selection of the most qualified contractor will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Additionally, this solicitation is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors. Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation. Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF-330s are submitted will result in the offeror s proposal/SF 330 being determined ineligible for award. All offerors are urged to contact the CVE and submit required documents to obtain CVE verification of their SDVOSB status if they have not already done so. SF 330s will be evaluated in accordance with the selection criteria as stated in this pre-solicitation notice. The evaluation will determine the most highly qualified firm for this requirement. The most highly qualified firm will be selected and subsequently sent a solicitation. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made or the requirement is cancelled. A site visit may be authorized for the highest rated firm during the negotiation process at no-cost to the Government. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance to evaluate firms: SF 330 Evaluation Factor 1: Professional Qualifications Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the type of work required. Subfactor 1B - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Factor 2: Specialized Experience and Technical Competence Subfactor 2A - Specialized experience and technical competence in designing in an active hospital environment - including project phasing, risk mitigation, ICRA, ILSM, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, LEED certification, development of schematic, design development and construction drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, physical space mock ups, and preparation of statement of work (SOW), site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services and reports, attend site visits during scope development and Construction Administration, and validation of clinical program workloads and related data. Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team. Factor 3: Capacity to accomplish the work in the required time. Period of Performance is 90 calendar days after Notice to Proceed. Factor 4: Past Performance Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Factor 5: Location - Location in the general geographical area of the WPBVAMC and knowledge of the locality of the facilities; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. SUBMISSION REQUIREMENTS: All responding firms are required to submit Standard Form 330, Architect Engineer Qualifications, Part I and Part II. The SF 330, Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location. You must submit your qualifications, and any supplemental information (such as past performance, spreadsheets, backup data, technical information), electronically to anthony.caruvana@va.gov no later than the due date and time of the submission. Files must be readable using the current Adobe Portable Document Format (PDF). When submitting construction drawings, contractors are required to submit one set in AutoCAD and one set in Adobe PDF. SF 330 submissions received after the due date and/or time will be handled IAW FAR 15.208 (b). Please see FAR 15.207(c) for a description of the steps the Government shall take regarding unreadable offers. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Password protecting your offer is not permitted. Please note that the Government can no longer accept .zip files. SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of twenty (20), single-sided, single-spaced, and numbered pages. This includes title page, table of contents, and any other relevant information. If more than twenty (20) single-sided pages are submitted, all pages after twenty (20) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports and Past Performance Questionnaires will not count as part of the page limitations. The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. Submission email subject line must be labeled Qualifications for the AE Install Install Wander Guard Solicitation Number 36C24823Q0541 . All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number (if assigned, historical purposes); 3) SAM.Gov Unique Entity Identifier (UEI); 4) Tax ID Number; 5) E-mail address and Phone number of the Primary Point of Contact; 6) A copy of the firms Vet Biz Registry. All Joint Ventures must be CVE verified at time of submission and firms shall submit agreements that comply with 13 CFR 125.15 prior to contract award. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All questions shall be submitted via email Anthony.caruvana@va.gov by March 24, 2023, at 2:00 PM Eastern Time. VA Primary Point of Contact: Anthony Caruvana, NCO 8 Contracting Officer Email: Anthony.caruvana@va.gov See attached document: SOW AE Install Wander Guard (18 Pages). See attached document: Past Performance Questionnaire (2 Pages). 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.

Conceptual

Medical

$1,000,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

2 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
265
Active Projects
126
Bidding Soon
1,840
All Active Projects
773
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 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.

June 1, 2023

August 30, 2023

img_map_placeholder

7305 N Military Trl, West Palm Beach, FL

Related To This Project


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.