News

C–561-19-150 Upgrade Security system at EO Campus

Type of document: Contract Notice
Country: United States

C–561-19-150 Upgrade Security system at EO Campus

Notice ID: 36C24220Q0148
Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier: VETERANS AFFAIRS, DEPARTMENT OF
Office: 242-NETWORK CONTRACT OFFICE 02 (36C242)

Award Details:
Contractor Awarded Name: null

General Information:
Contract Opportunity Type: Sources Sought
Original Published Date: 2019-12-11 14:07:28.425-05
Original Date Offers Due: 2020-01-15T23:59:59-05:00
Original Inactive Policy: Manual
Original Inactive Date: 2020-03-15

Classification:
Product Service Code: C
NAICS Code: 541330
Place of Performance: VA East Orange Campus;385 Tremont Ave, East Orange, NJ 07018 USA

Description
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 Project 561-19-150 UPGRADE STATION SECURITY at the VA NJ Health Care System East Orange.

This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $15M. Magnitude of Construction is between $2,000,000 and $5,000,000. 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 September 30, 2020. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE – Offerors are referred to 48 CFR 852.219-10(c)(1): Services (except construction) at least 50 percent 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 . In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by 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 subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc).

STATEMENT OF WORK (SOW)
Project # 561-19-150
Upgrade Security system at EO Campus

1. Contract Description.

Upgrade Security System at East Orange Campus.
2. Background.
Security Deficiencies had shown in the FCA report regarding many security elements that need attention with upgrades for equipment and/or remedy none compliance with the latest VA security standards.

3. Scope.

The A/E shall perform station-wide security analysis to identify interior and exterior areas of deficiency including camera coverage, DVR/NVR capacity, access control system, analog cameras, card readers in addition to fencing, gates and replacement of VMS (Video Management System) to a compliant system and provide recommendation list of 2 or 3 corrective options to the VA for selection. Upon approval the A/E will develop and prepare the construction document package. Successful design shall be based on current VA requirements. The A/E shall provide drawings and specifications, construction period services and post-construction services.

4. Specific Tasks.

The scope of work shall include but not be limited to the following main items:

A. The A/E shall complete construction package including preliminary drawings, contract drawings, contract specifications, and a detailed cost estimate to evaluate and design the following at the East Orange NJ campus;

Perform station-wide security analysis to identify interior and exterior areas of deficiencies.
Remedy the issue of inadequate camera coverage, server and DVR/NVR capacity.
The functionality of access control system.
Replace approximately 200 analog cameras with IP units “POE”; and 18 necessary DVR’s with NVR’s.
Provide new security head-end equipment including 3 CPU’s and monitors; and fully upgrade the system to comply with latest VA standards, new USAccess V7.0 PIV cards and local annual physical security assessment study.
Assess approximately 2600LF existing parameter wall/Iron fence condition for replacement.
Provide traffic control barriers.
Correct deficiencies as shown in the security report regarding PIV cards compliance and required cameras in building 1, 2, 7, 16 & 18.
Correct D FCA deficiencies; 35335, 354225, 354226,35009, 276386, 276404 and 354384 which is replacing analog cameras, wiring, DVRs to be NVRs, head- ends, card access upgrade, CCTV cameras, card readers for each Lab and the assessment of the decorative perimeter wrought iron fence.
Comply with the 2019 National Defense Authorization Act (NDAA) amendment that requires the removal of all Chinese manufactured cameras and digital video recorders from all federal facilities.

B. The A/E shall examine these existing conditions and make recommendations of proposed changes to the VA. Upon approval, the A/E shall design all necessary construction and renovation as intended which will be in compliance with the VA specific requirements and all applicable current codes.
C. All contract drawings shall be prepared on CD/ AutoCad Release 2018 and delivered to the VA Medical Center, East Orange, New Jersey.
D. The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. In each drawing System International Metric units shall only be used for markings, measurements, and dimensions.
E. The A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents.
F. The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including but not limited to the engineering of architectural, structural, mechanical, electrical and special systems as required by the project.

5. Performance Monitoring (if applicable).

Work shall be coordinated with facility thru the Contracting Office Representative (COR). The COR will make sure the A/E adheres to the designated project milestones as well as provide all necessary support required to complete the subject design. COR will monitor the contractor work performance on daily basis and the contractor is required to submit daily s progress report to the COR.

6. Security Requirements.
A/E employees shall not enter the project site without appropriate security badge. They may also be subject to inspection of their personal effects when entering or leaving the project site.
The contractor employees shall not have access to VA sensitive or computer information. The contactor / A/E will be required to undergo a background investigation and will be issued a government PIV flash badge. This procedure is conducted by the COR and PIV staff.
VA reserves the right to close or shut down the project site and order General Contractor s employees off the premises in the event of a national emergency. The General Contractor may return to the site only with the written approval of the Contracting Officer.

7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
Not Used

8. Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work.
Not Used

b. Identification of Potential Conflicts of Interest (COI).
Not Used

c. Inspection and Acceptance Criteria.

The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services.

9. Risk Control
The chosen firm shall provide a phasing and ICRA (infectious control risk assessment) drawing and specifications section. Drawing and specs shall determine vulnerable areas and their pertaining level of risk and methods of infections controls measures.
Contractor shall take all measures for safety & infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered.
Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period.
10. Place of Performance.
Place of performance shall be at both 385 Tremont Ave. East Orange NJ 07018 and the selected A/E firm site. Selected A/E firm shall provide several site visits during design and several during construction period services.
11. Period of Performance.

270 calendar days.

SELECTION CRITERIA
The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following:

Selection Criteria
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
Examples of specialized experience and technical competence in various disciplines required for specific project.
Capacity to Accomplish the work in the required time
Past experience and performance on government contracts.
Proximity of firm or working office providing professional services to the facility.
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.

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. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope;

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 due to improper or incomplete engineering services (references required).
Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that 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 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. Superior performance ratings on relevant projects may be considered more favorably in the evaluation.
Submission Requirements:
Submit a minimal of three (3) evaluations from Contractor Performance Assessment Report System (CPARS). They shall be submitted with the completed SF330 package.

LOCATION
The A/E Firm proximity to the VA East Orange Campus, 385 Tremont Ave, East Orange, NJ, 07018.
This distance is determined according to
This factor evaluates the distance the AE firm’s design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below.

(6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

(7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

(8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

LIMITATIONS
VA NOTICE OF TOTAL 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 (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, (); 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 SDVO SBC 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
.

SUBMISSION REQUIREMENTS
Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) Compact Disc (CD) which contains digital copies of the SF 330. (which can be downloaded from www.gsa.gov/forms ). All packages including Past Performance (CPARS) evaluations shall be submitted no later than 4PM 01/15/2020.

All submittals must be sent to the attention of:
Phillip Kang
Room 9B-67
James J. Peters Medical Center
130 W Kingsbridge Road
Bronx, New York 10468

The submission must include an insert detailing the following information:
1. Dun & Bradstreet Number;
2. Tax ID Number;
3. The e-mail address and phone number of the Primary Point of Contact and;
4. A copy of the firms CVE verification

The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Phillip.kang@va.gov telephone inquiries will not be honored.

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.

Attachments/Links
Link:

Contact Information
Contracting Office Address: ALBANY NY (12208)

Free Tender Search

Search

Recent Posts

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy