Upcoming Bids, Pre-Bids: Z1LZ--Additional Fire Alarms to Building 33 Durham, North Carolina

Customer Login

Upcoming Government Bid Opportunity

Title:

Z1LZ--Additional Fire Alarms to Building 33 Durham, North Carolina

Category: Z - Maintenance, Repair or Alteration of Real Property

Get Started   

To view this upcoming bid we recommend the Awards & Advance package.

Upcoming Bid Details

     
Type:   Advance
Agency Type:   Federal
State:   Virginia
Date Entered:   03/18/2023
Agency:   VETERANS AFFAIRS, DEPARTMENT OF, VA
Description:   THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. GENERAL INFORMATION: The Department of Veterans Affairs, Durham North Carolina seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) 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 solicitation 36C24623B0026 Additional Fire Alarms to Building 33 located at 508 Fulton Street, Durham NC 27705. This is a combined synopsis and solicitation prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This is a total small business set-aside solicitation, in accordance with authorization provided at Federal Acquisition Regulation 19.502-2 Total small business set-asides. The Durham VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Angela Wilson, Contracting Specialist Email: angela.wilson4@va.govThe NAICS Code for this procurement is 541310 Architectural Services and the applicable Small Business Size Standard is $12.5 million annual revenue. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $20,000,000 and $30,000,000. The anticipated award date of the construction phase of the project is 04/2023. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK:SCOPE OF WORKThe Department of Veterans Affairs currently has the need to add two additional smoke/heat detectors to Garage B, Building 33, to bring it up to current elevator codes at the Durham Veterans Affairs Health Care System (VAHCS), 508 Fulton St, Durham, NC 27705 in accordance with the terms and conditions herein.Period of Performance: The expected period of performance is 30 calendar days.1. Statement of Work: The Contractor shall provide all transportation, materials, parts, tools, specialized equipment, labor, supervision, quality control, and technical expertise to install 2 additional heat/smoke detectors in Garage B. This is a turn-key request with the Contractor providing all the parts and performing all the work.a. There are existing heat/smoke detectors in the Garage B lobbies which need an additional heat/smoke detector installed on the far side of the concrete beam that splits the lobby roof to meet fire codes, on levels 1 and 2.b. Add additional conduit as needed.c. Tie additional heat/smoke detector into system with in-place existing detector on each level.d. All installed parts and materials shall be new.e. Contractor shall take pictures of before and after repairs and provide copies to the COR upon project completion.f. All work and testing shall be performed according to the attached specifications.Hours of Operation: Services shall be performed during normal business hours starting at 0730am until 4:00pm Monday through Friday excluding Federal holidays, and any other day specifically declared by the President of the United States. Federal holidays are available at the Federal Holiday OPM Site. For working outside the hours as defined in this contract, the vendor shall give 3-day notice to the Contracting Officer Representative so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. All work to be coordinated around an operational medical center as to minimize impact to patient care.2. Coordination. The contractor will coordinate with the Contracting Officer s Representative (COR) with input from the Facility Operations Specialists Supervisor and Pipe Shop Supervisor.a. The Contractor shall work with the COR.b. Outage requests shall be submitted for approval 4 weeks ahead of requested date. c. Operations personnel shall be responsible for securing and formally locking out utilities as needed. Contractor shall install their lock out tag out (LOTO) on the multi lock devices and provide documentation to the COR.d. The Federal Government shall not provide any tools, parts, materials, and equipment. This is a turn-key project with the vendor providing all necessary tools, parts, materials, and equipment.3. GENERAL:a. All contract field personnel engaged in work on this project shall be trained in accordance with current regulations and enrolled in a medical monitoring program. Training shall include 40-hour and annual update training in compliance with OSHA and EPA regulations.b. The contractor shall provide a safety plan, that must be approved by VA safety office, for roof work prior to the performance of work. An Accident Hazard Analysis (AHA) and Accident Prevention Plan (APP) is also requiredc. The contractor s employees shall not enter the work site without appropriate identification. They may also be subject to inspection of their personal effects when entering or leaving the project site.d. The Contractor shall responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the hazards found at the site. The Contractor shall be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation.e. Execute work to interfere as little as possible with normal functioning of the hospital including operations of utility services, fire protection systems and any existing equipment, and with work being performed by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. All work that interferes with medical center operation will be completed in off-tour hours (outside normal business hours).f. No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval.g. The Durham VAHCS reserves the right to have work cease or shut down any work in progress and order the vendors employees off the premises in the event of a national emergency. The Durham VA HCS also reserves the right to have work cease when required by operational necessity or a safety situation. The COR shall immediately notify the CO upon any such action.h. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241.i. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR.j. Buildings shall be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Durham VAHCS operations shall not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Durham VAHCS operations shall continue during the installation period.k. The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. The contractor shall provide a dumpster if it is determined to be necessary and shall work with the COR in advance for a spot-on site to establish the dumpster.l. All work shall be performed in full accordance with applicable local and Federal regulations. All materials and installation shall conform to the recommendations of National Fire Protection Association (NFPA), plumbing and mechanical codes. No departures from specification requirements shall be permitted without written approval. The Supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety.m. New work shall be installed and connected to existing work safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions. n. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly.o. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed, and reinstalled or remedial action performed as directed at no additional cost to the Government.p. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Obtain daily permits from facility Safety Manager at least 24- hours in advance.q. Welders must also be process qualified under the American Society of Mechanical Engineers (ASME) Section IX and shall provide proof of certification.r. Contractor personnel and sub-contractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA personnel regarding information and information system security.s. This is a federal facility as well as a medical center. As such, there is NO smoking on Federal property. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate s ticket and fine.t. Payment of stored materials will be accordance with the FAR. Stored materials will not be reimbursed until materials have been installed and approved by the Contracting Officer. All stored materials must be pre-approved by the Contracting Officer and Chief, Engineering Service. Storage of materials at the Durham VA Medical Center is not guaranteed. Offsite storage shall be accounted for in the Contractors Bids.END OF STATEMENT OF WORKESTIMATED START AND COMPLETION DATES:The Government has determined that based on the scope of the project, the location of the work to be performed, and phasing requirements, a performance period of 30 calendar days after the issuance of the Notice to Proceed (NTP) is sufficient. (Estimated start 04/2023 - Estimated completion 05/2023).A/E SELECTION PROCESS:The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, Contracting Officer knowledge of current project performance, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA (EXAMPLE): Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance:(1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state license board. (2) Specialized experience and technical competence in the type of work required, including but not limited to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects). (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance will be evaluated on recent and relevant contracts with government agencies Recent is defined as performance occurring within 5 years of the date of this notice, except that ongoing project must have begun no less than one (1) year prior to the issuance of this notice. 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. (4) Capacity: This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firm s office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period.(5) Location in general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF330 submittal should show your knowledge of the locality of the project.). Eligible prime contractor firms must have a main and/or branch office geographically located within the 500-mile driving distance.(6) Construction Period Services experience: 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. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) 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. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit:ONE (1) ELECTRONIC SF330, including Parts I and II, and attachments (if any) electronically to angela.wilson4@va.gov no later than 4:00 p.m. Eastern Daylight Time on April 7, 2023.Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer.The SF330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number, project title, and firm s name (abbreviated or shortened is okay). Email capacity is limited to seven to ten megabytes (MB s). When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n. Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: SAM.gov | Home for any revisions to this announcement prior to submission of SF330s.The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 Parts I and II(4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI) (7) Tax ID number(8) A copy of the firms VetBiz Registry(9) The E mail address and Phone number of the Primary Point of Contact.REQUESTS FOR INFORMATION: All RFIs shall be submitted to angela.wilson4@va.gov .
246-NETWORK CONTRACTING OFFICE 6 (36C246) Department of Veterans Affairs Medical Center 23667 100 EMANCIPATION DR HAMPTON VA 23667 Sean Cosby, Contracting Officer, Phone 910-488-2120 x5199, Email Sean.Cosby@va.gov
RFP Number:   36C24623Q0597
Bid Documents:   Download Document
The official solicitation bid document(s) posted by the agency, often including detailed specifications, requirements, forms and directions necessary for bid submission.
     
Most popular bid categories:
Construction bids, Architectural and Engineering bids, Grounds and Landscaping bids, IT/Technology Consulting bids, Janitorial and Cleaning bids, Security and Safety bids, View all categories »
Most popular bidding states:
California bids, Texas bids, Florida bids, Massachusetts bids, Georgia bids, New Jersey bids, North Carolina bids, New York bids, View all regions »

Help Navigation

About GovernmentBids.com | Alternative To FBO | Help | Watch Overview | Site Map | Legal Notice | Privacy Policy | Terms & Conditions

Copyright © GovernmentBids.com - All rights reserved.