The RFP Database
New business relationships start here

528A5-19-523 DESIGN EXTERIOR SECURITY CAMERAS


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Sources Sought Notice for Architect and Engineering Services. The VA Medical Center, Canandaigua, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the design of a project titled: Design Exterior Security Cameras SDVOSB AE Firms with a SF 330 on file within the past twelve (12) months and within a 400-mile radius to the Canandaigua VAMC are being considered. NOTE: Firm must have an active, staffed office mileage radius, no P.O. Boxes or unstaffed satellite offices. If you believe you have a SF 330 on file and would like to be considered for this procurement, please send an e-mail to Rachel.Beason@va.gov expressing your interest in being considered. If your firm does not have a SF 330 on file, or you wish to update previously submitted SF 330 s, please do so by emailing the Contract Specialist at Rachel.Beason@va.gov by 4:00 PM (Eastern), July 11, 2019.

Discussions may be held with the top-ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined below as applicable.

This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $500,000 and $1,000,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $15 million.

The general scope of this project is to perform investigative and design services to provide a comprehensive plan for a video surveillance system to eliminate external blind spots at the Canandaigua VAMC. The design shall include full scope of work, construction specifications, design drawings, and construction estimate. The period of performance for design work will be 180 days from the notice of award.

EXISTING CONDITIONS

The Canandaigua VAMC is a campus facility with many (more than 30) buildings located on over 150 acres. Many of the facility buildings are included on the historic register. Where necessary the renovations will comply with the requirements of the NYS SHPPO.
The new security system must be compatible with the existing security system currently in place.

AE SCOPE OF SERVICES: This project will include but is not limited to the following:

Provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to eliminate exterior blind spots.

An in-depth security survey must be completed, and a complete plan provided to the VAMC identifying all blind spots. AE firm will work with the VAMC physical security manager to prioritize necessary coverage. Special consideration must be taken with the major construction project on site as they will be installing new security cameras as part of their scope.

Provide contract specifications utilizing as a template the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Canandaigua VAMC electronically by either email or on a CD rom. All edited specifications shall be edited to the specified project and have all impertinent specs and information removed. The designer shall provide to the VAMC a comprehensive electronic spreadsheet listing, by specification, all required submittals for the project for use as a submittal log. The designer shall use a submittal exchange system to be used during construction and remain active for 2 years after construction is complete.

Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. This should include an identified number of visits included in the proposal. The VA shall provide access to hardcopy files of existing drawings, and the AE shall perform all searches of these files for any required reference materials to support design efforts.

Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, or any other government comments.

The design must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.).


A full scope of services will be included in the formal solicitation after a review of the SF330s

The following evaluation criteria will be used when reviewing SF330 data and will comprise the basis of information to be used by Canandaigua VAMC for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330:


OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:
The submitted SF-330s will be evaluated on the following criteria:
This acquisition will be in accordance with FAR 36.602-1, 36.602-5(a) and VAAR 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; Criteria (7) and (8) are the least important and listed in descending order of importance. Specific evaluation criteria include:

Criterion 1 - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to:
Experience with security camera system design for federal healthcare facilities.
Experience with design of underground utilities.
Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals).
Experience with government designs and construction.
Experience with extensive site survey skills.

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
Architectural, Civil, Electrical, Integrated Automation, Electronic Safety and Security and Environmental services.

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.

Criterion 4 - 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 Past Performance Questionnaires (PPQs) or 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.

If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Rachel Beason via email at Rachel.Beason@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS 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.

Criterion 5 - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Criterion 6 - Location within a 400-mile radius to the design site (Canandaigua, NY) and knowledge of the location (Canandaigua, NY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.. NOTE: Firm must have an active, staffed office within the 400 miles radius, no P.O. Boxes or unstaffed satellite offices.

Criterion 7 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Criterion 8 - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years.

Rachel Beason
Contracting Officer
Rachel.Beason@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP