New York Bids > Bid Detail

C1DA--528-19-107 DESIGN ELEVATOR IMPROVEMENTS BUFFALO VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159730471248525
Posted Date: Jan 10, 2023
Due Date: Feb 6, 2023
Solicitation No: 36C24223R0033
Source: https://sam.gov/opp/6950f4dd06...
Follow
C1DA--528-19-107 DESIGN ELEVATOR IMPROVEMENTS BUFFALO VAMC
Active
Contract Opportunity
Notice ID
36C24223R0033
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 10, 2023 01:40 pm EST
  • Original Published Date: Jan 05, 2023 08:00 am EST
  • Updated Response Date: Feb 06, 2023 02:00 pm EST
  • Original Response Date: Feb 06, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 07, 2023
  • Original Inactive Date: Apr 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    WESTERN NY HEALTHCARE SYSTEM BUFFALO VAMC Buffalo , NY 14215
    USA
Description View Changes
Sources Sought Notice

Sources Sought Notice

Page 3 of 10
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 10

SUBJECT*
528-19-107 DESIGN ELEVATOR IMPROVEMENTS

GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
14227
SOLICITATION NUMBER*
36C24223R0033
RESPONSE DATE/TIME/ZONE
02-06-2023 2PM EASTERN TIME, NEW YORK, USA
ARCHIVE
60 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
SDVOSBC
PRODUCT SERVICE CODE*
C1DA
NAICS CODE*
541330
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office (NCO) 2
2875 Union Road
Suite 3500
Cheektowaga NY 14227

POINT OF CONTACT*
CONTRACTING OFFICER
IDALIA ALGARIN
idalia.algarin@va.gov
716-862-7461 x 22395
716-684-0474
PLACE OF PERFORMANCE
ADDRESS
WNY HEALTHCARE SYSTEM

BUFFALO VAMC

3495 BAILEY AVENUE

BUFFALO NY
POSTAL CODE
14215
COUNTRY
USA

ADDITIONAL INFORMATION
AGENCY S URL

URL DESCRIPTION

AGENCY CONTACT S EMAIL ADDRESS

EMAIL DESCRIPTION
DESCRIPTION
Page 10 of 10
Page 10 of 10
Page 1 of
Page 1 of
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 Design Elevator Improvements Project no. 528-19-107 at the VA Western New York Healthcare System Buffalo VAMC. This Project requires professional AE services to investigate, analyze and design elevator removal, upgrade, modification, repair, or replacement projects for the following elevators: Eight passenger elevators (P1 P5, P8 P10) in Building 1 Two service elevators (S6, S7) in Building 1 Two service elevators (F1, F2) in Building 6 Removal elevators P11, P12 in Building 1 (E wing) Installation of a new service elevator in the existing two shafts of the dumbwaiter elevators (DW#1,2,3,4,5); including supporting modifications to the shaft, equipment, and lobby areas at the VA WNY Health Care System, Buffalo, NY VAMC.

This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541300 and small business size standard of $16.5 Million. Magnitude of Construction is between $10,000,000.00 and $20,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before January 31, 2023. Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB in VetBiz (https://www.vetbiz.va.gov/ ) at time of submission of their qualifications in order to be considered for an award.

In order to assure compliance with FAR Clauses, 852.219-74 Limitations on Subcontracting (JUL 2018)(DEVIATION) and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION), all firms submitting a SF 330 for this notice are required to indicate what percentage of the cost of contract performance will be expended on 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 consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation

All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings, and specifications shall not exceed 6 percent of the estimate cost of construction. Other A-E fees are not included in this 6 percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action.

SCOPE OF SERVICE REQUIRED
Project no. 528-19-107: A/E Design Elevators Improvements
X. LOCATION
VA WNY Healthcare System Buffalo, NY VAMC

COST RANGE
Estimated Construction Cost Range: Between $10,000,000 and $20,000,000.

TYPE OF CONTRACT CONTEMPLATED
The Department of Veterans Affairs is contemplating awarding a firm fixed price contract.

DESIGN COMPLETION PERIOD: The Department of Veterans Affairs requires design and contract support services. The A/E shall deliver 100% bid documents in 480 calendar days from the Notice to Proceed (NTP).

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 proposed for this project only. Include specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm). The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.

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.
Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except those 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 within a VA hospital setting in relation to the type 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.

Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project
To be rated ACCEPTABLE for this evaluation factor, the A/E firm must be within 600 miles from the prime contractor s main office or official satellite office to the VA WNY Healthcare System Buffalo, NY VAMC, 3495 Bailey Avenue, Buffalo, NY 14216.
This distance is determined according to http://maps.google.com/
This factor evaluates the distance the AE firm's design office or official satellite office(s) from the location of work (VA Medical Center). Please provide the address (es) and distance of your closest office to the address listed in iv. above.

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
852.219-10 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 service-disabled 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 service-disabled veterans (or eligible surviving spouses);

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;

(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) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

(b) General.

(1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.

(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.

(c) Agreement. A service-disabled 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 service-disabled veteran-owned small business concerns;

(2) Supplies (other than acquisition from a nonmanufacturer 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 service-disabled 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 service-disabled 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 service-disabled veteran-owned small business concerns.

(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and

(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.

(4) The joint venture meets the requirements of 13 CFR 125.15(b).

(e) Any service-disabled 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 this program.

SUBMISSION REQUIREMENTS:

Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award due to noncompliance with the submission requirements.

EMAIL SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) to idalia.algarin@va.gov no later than 2:00 PM, Eastern Standard Time (EST) on Monday, February 6, 2023. Submittals received after the date and time identified will not be considered. The submittal will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. All SF 330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project number and title (abbreviated and shortened is okay). Submission is to be no more than a total of fifty (50) pages; size of emails is not to exceed 10 megabytes (MB). If more than one email is sent, please number emails in subject line as 1 of 2, 2 of 2 etc.

All SF 330 submissions must include the following information either on the SF 330 or by accompanying document:

Cover Page with Solicitation Number, Project Number and Title
Table of Contents
Copy of Current A/E License
Copy of current https://www.vetbiz.va.gov/ SDVOSB/VOSB certification
DUNS Number
Cage Code
Tax ID number
Email address and Phone number (including the area code) of the Primary Point of Contact.
See attached document: PG18-15C.

See attached document: SOW Elevator Improvement- 528-19-107 FINAL.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >