New York Bids > Bid Detail

C1DA--528A8-23-811 DESIGN RENOVATE CT A222-223

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159954345621543
Posted Date: Feb 15, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24223R0050
Source: https://sam.gov/opp/5a6a00811f...
Follow
C1DA--528A8-23-811 DESIGN RENOVATE CT A222-223
Active
Contract Opportunity
Notice ID
36C24223R0050
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2023 02:17 pm EST
  • Original Response Date: Feb 27, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs 113 Holland Ave Albany , NY 12208-3410
Description
Sources Sought Notice for Architect - Engineering services
Design Renovate CT A222-223, Project # 528A8-23-811
INTRODUCTION
This is a Sources Sought Notice for Architect-Engineering services to be performed at the Stratton VA Medical Center, 113 Holland Ave, Albany, NY 12208. The magnitude of construction for the above referenced project is between $250,000 and $500,000.
Set-Aside: This requirement is a 100% set-aside to Service Disabled Veteran Owned Small Business (SDVOSB) firms. The NAICS code for this procurement is 541330 Engineering Services; the small business standard is $16.5M. SDVOSB shall be verified in: www.vetbiz.gov at time of evaluation, any subsequent RFP and prior to award.
AREA OF CONSIDERATION
The Stratton VA Medical Center, Albany, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) for Architect and Engineering (A/E) Services for the design of a project titled: Design Renovate CT A222-223. SDVOSB Firms with an SF330 on file within the past twelve (12) months and within a 300-mile radius to the Stratton VA Medical Center are being considered. If you believe you have a relevant SF330 on file and would like to be considered for this requirement, please notify Terry Fraser expressing your interest in being considered or send an updated SF330 to terry.fraser@va.gov.
LIMITATIONS ON SUBCONTRACTING
852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(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 (see VAAR 802.201 Surviving Spouse definition);
(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;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVOSB is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

DESCRIPTION
The project includes design and construction period services for the demolition and renovation of the Albany VAMC main hospital 2nd floor, A-wing s A222 and A223 totaling approximately 410 square feet. The goal of the project is to transform the spaces into one new CT suite including support spaces for the scanning control room. The existing spaces are located in the radiology wing of the hospital with A222 used as a Radiologist office and A223 containing a GE Healthcare Discovery XR656 radiographic system, which will be removed for this project.

The design elements include, but is not limited to, the following:

Interior demolition of A222 and A223 approximately 410 square feet.
Minor asbestos/lead abatement.
Installation of additional lead shielding in accordance with design standards.
Renovation to adjacent spaces as necessary, including corridor walls/Scan Room door(s) modifications or relocations.
Renovations of walls, floors, ceiling to create one functional CT suite. The VA will not retain the existing, shared Control Room area shared with A224 fluoroscopy. Layout and footprint of new dedicated CT Control Room is to be created by modifying existing control room layout as required.
Architectural finishes including new 2X2 lay in ceiling (including virtual skylight lighting), new led lighting, new cabinetry/countertops, wall paint and new flooring.
Calculations and design for new overhead mounted patient lift system. Design and construct the ceiling support structure necessary to support the CT injector
Provide and install an overhead-mounted transverse (H-shaped) patient lift support system. Albany VA standard is a Guldmann system, with the lift sized to match the maximum weight of the CT table.
Structural support element design for new patient lifts.
New HVAC system(s) and equipment with BMS controls per the VA design manual and specific equipment cooling requirements. Controls are to be Automated Logic and connected to the existing BMS for the hospital.
Provide Nurse Call, Code Blue, Telecommunications, Patient Safety, and other electrical support systems.
Electrical infrastructure will need to be evaluated. Electrical feeder for at least the CT machine will need to be replaced. The design will need to include re-working the underfloor raceway(s), demolishing existing feeder going to A223 and replacing the run back to existing panel NPP2. The design will need to minimize disruption to the first floor dental unit directly underneath Rooms 222 and 223.
Plumbing to include full surgical medical gases and vacuum, and additional plumbing fixtures as needed.
Renovate building sprinkler system and class 1A fire alarm system as required.
The A/E shall utilize the TIL s VA Design Guide for Imaging Services for reference, but modify it based on existing conditions, end users and new machines requirements. Link: Imaging Services Design Guide (va.gov)

OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:
PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors below in order to accurately rank interested 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 1 and Part II of the SF330. The SF-330 can be downloaded from the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications.
This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals:
The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4), but are equal value among themselves;
Specific evaluation criteria include:
1. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in space design for medical high tech equipment, electrical design of essential services, medical gases piping systems, heating and ventilation.
2. Professional Qualifications necessary for satisfactory performance of required services.
3. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules.
4. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
5. Capacity to accomplish the work in the required time.
6. 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.

Criterion 1 - Specialized experience and technical competence in the type of work required, including, where appropriate, specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to:
Ability to design and creative, efficient, and innovative solutions for complex High Tech Medical Equipment Systems within limited existing physical space constraints.
Strong technical understanding of high-tech medical equipment and requirements of radiology operation in terms of physical space layout and efficiency of use.
Experience with medical equipment electrical power requirements including UPS and electrical backup power systems.
Experience with lead shielding design for radiology equipment
Hospital and healthcare environments including medical gas and oxygen, electrical requirements, heating, ventilating and air conditioning requirements.
Experience with renovations of existing spaces in an operating medical hospital, infection control requirements, and construction phasing issues.
VAMC Design manuals
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 in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration.
NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated.
Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower.
All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1.
Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. 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
Architecture
Mechanical
Electrical
Control Systems
Plumbing
Fire Protection
Security
Structural
Acoustic

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.
Criterion 3 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time.
Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously.
Criterion 4 - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
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.
Criterion 5 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1.
Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Tony Clemente via email at Tony.Clemente@va.gov prior to the response date.
Criterion 6 - The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 300 mile radius of the Stratton VA Medical Center as measured on google maps using the measure distance feature from the prime designers address listed in Vetbiz to the Stratton VA Medical Center at 113 Holland Ave, Albany, NY 12208. Firms shall have knowledge of the locality of the project and local market conditions.
Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government.
Evaluation Scoring
Evaluation factors 1, 2, 3, 4, and 6 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 will be used in the evaluation of Past Performance (Criterion 5):
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.
SUBMISSION REQUIREMENTS
Written questions pertaining to this requirement should be submitted no later than 2/21/2023 at 2:00 PM EST. Interested firms shall submit their current SF-330, Parts I and II, to Terry Fraser Contracting Officer at Terry.Fraser@va.gov. The SF-330s are due no later than 2/27/2023 at 2:00 PM EST.
Requirement for Electronic Submission
Unless paper offers are specifically authorized, all responses to the sources sought notice must be submitted electronically as described below. An A/E Firm failing to provide any of the documentation detailed in the Sources Sought Notice may be determined as Non-Responsive and may not be considered.
E-mail Submission Procedures
Email Subject Line: Include the sources sought/solicitation number, name of company, and closing
date of sources sought.

Cover Page shall include:

Project Name: Design Renovate CT A222-223
Project Number: 528A8-23-811
Place of Performance: Stratton VA Medical Center
113 Holland Ave
Albany, NY 12208

Size: Maximum size of the e-mail message including the attachment is twenty (20) megabytes. The SF330, in its entirety, shall not exceed one email of 20MB. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer issuing the solicitation.
The Microsoft Outlook © Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt.
Acceptable electronic formats (software) for submission of SF330 packages:
Files readable using the current Adobe Portable Document Format (PDF);
Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater.
Please note that we can no longer accept .zip files due to increasing security concerns
Other electronic format. If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer.
.Security Issues, Late Bids, Unreadable Offers
Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission.

Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers.

To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c).

The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable.

Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals.

Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation prior to contract award. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz prior to contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so.
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2023 02:17 pm ESTSources Sought (Original)

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 >