Louisiana Bids > Bid Detail

C1DZ--36C25622R0139 AE Project # 667-22-102, Upgrade Campus Security, VA Overton Brooks

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159208506466324
Posted Date: Jul 10, 2023
Due Date: Sep 29, 2022
Solicitation No: 36C25622R0139
Source: https://sam.gov/opp/28af46a567...
Follow
C1DZ--36C25622R0139 AE Project # 667-22-102, Upgrade Campus Security, VA Overton Brooks
Active
Contract Opportunity
Notice ID
36C25622R0139
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 10, 2023 11:02 am CDT
  • Original Published Date: Aug 29, 2022 12:23 pm CDT
  • Updated Date Offers Due: Sep 29, 2022 02:00 pm CDT
  • Original Date Offers Due: Sep 29, 2022 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 29, 2023
  • Original Inactive Date: Jan 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs Overton Brooks VA Medical Center Shreveport , LA 71101
    USA
Description
A-E Services are being procured 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. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $16.5M.
a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current Registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at https://www.vetbiz.va.gov as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF330 s are submitted shall result in elimination from consideration as a proposed contractor.

b. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs.

c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a)
the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $10,000,000 and $20,000,000.

1. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed.

Evaluation Factors are Listed in Descending Order of Importance:

I. Professional qualifications necessary for the satisfactory performance of required services; (FAR 36.602-1 (a)(1)) provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning, and cost estimating.
II. Specialized experience and technical competence in the type of work required- (FAR 36.602-1 (a)(2)) Provide the specific experience and qualifications of the personnel proposed for campus wide information technology infrastructure upgrade.
III. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than five (5) recent projects).
IV. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
V. Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (FAR 36.602-1 (a)(3)).
VI. 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; (FAR 36.602-1 (a)(5)).
VII. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
VIII. Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
IX. 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 (VAAM M836.602-1 (6)(ii)).
X. 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. (VAAM M836.602-1 (6)(i)(A)).

2. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to Gina Roach at the following email address: gina.roach@va.gov

(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0139. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please.

(b) Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 2:00pm local (CT) on Thursday September 29, 2022. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays.

(c) Interested firms shall address each of the ten (10) Selection Criteria in their SF330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all ten (10) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the ten (10) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.

3. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.

Upgrade of Campus Security
Project No. 667-22-102

PROJECT BACKGROUND AND DESIGN SCOPE OF WORK
Overton Brooks VAMC has a requirement to design the upgrades for campus security based on requirements identified in the Physical Security Design Manual for VA Mission Critical Facilities, January 2015 (PSDM).
Design team shall investigate and propose options in accordance with ALL references found in the VA s Technical Library, paying particular attention to Space Planning criteria and the Physical Security Design Manual for VA Mission Critical Facilities, January 2015 (PSDM).
Deficiencies from the comprehensive Physical Security Design Facility Survey (Copyright 2018) included in the design are:
1. Design a new modern energy efficient Security Control Center (SCC), Police Operations and Holding Room to meet the standards of the PSDM. This includes ballistic and forced entry resistive measures. There is approximately 2,900 SF in the basement of Bldg. # 1 (Main Hospital) for renovation to accommodate these functions. A secondary SCC shall be established for continuity of operations. Security equipment will be mounted or installed in a security console clearly labeled for easy identification of function.
2. A new guard station will be established in the Emergency Department capable of screening patients, visitors, and packages. The guard station will have direct connection with the SCC. Duress alarms at the receptionist will be provided.
3. The project will be designed to improve Video Assessment and Surveillance Systems (VASS) by assessing existing cameras for effective operational/surveillance conditions and technical currency. The Physical Access Control Systems will be updated with new card readers and where possible utilizing existing cable, cable paths, stub outs and other elements of the existing system.
4. The project will include updating and adding Duress, Security Phones and Intercom Systems (DSPI) emergency call boxes throughout all parking areas (approx. 14+/-). The security intercom will also be upgraded with the most current technology.
5. Additional security measures will be added where applicable. These include sensors, magnetic switches, contacts and other intrusion detection devices. Existing elevator call buttons will be modified to support increased security for access control to restricted areas where applicable (approx. 14 locations +/-)
The overall concept is to centralize all campus security systems into one secure location (SCC) utilizing WIRELESS SYSTEMS for duress/panic alarms to the greatest extent possible. Evaluate and add/delete/replace as necessary all cameras. Replace all card reader devices/controls and route to the new SCC, as necessary. Build a stand-alone campus wide camera/card reader security system on a hardened stand-alone network. Incorporate existing monitoring systems into the new security system and add an Emergency Call System matching the ones in the Parking Garage Bldg. #60. Construct a fully redundant Secondary Security Control Center (SSCC) with electronic security systems and consoles (PSIM) to support situational awareness equal to the SCC. This facility must meet PSDM requirements (e.g. blast hardening, electronic security system ESS) implementation, and redundant communication paths.


The new facility will integrate all electronic security system components into the security command center s (SCC) situational awareness platform (e.g. Physical Security Information Management system (PSIM) to support situational awareness. Install communications infrastructure, monitoring hardware, and software applications to meet PSDM requirements. This includes intrusion detection systems, VASS systems, access control systems DSIP systems remote access systems etc. Upgrade the ESS Physical security Information system (PSIM) to provide status of ESS components.
The design shall provide for a new emergency generator and uninterrupted power for the SCC and Secondary SCC. The new facility design shall consider an option for a movable modular wall system such as, DIRTTS, for the administrative areas for ease of future reconfiguration of the administrative space.
The design team shall perform a comprehensive campus investigation of the existing security systems and facilities. The design team shall attain a complete understanding of the security and law enforcement functions and provide a space allocation and interrelationship /adjacency design. Design to meet LEED Silver requirements.
The design shall lay out a phasing plan to get the new facility operational, while keeping the existing systems and networks operational. The new facility and networks need to be in place, and ready to be cut over before the existing networks/systems can be taken down. The cutover time from the old system to the new system shall be minimized as much as possible.
This contract will provide for complete design (construction documents) and construction period services (CPS).

PERIOD OF PERFORMANCE
The delivery date for this contract shall be 270 days from Notice to Proceed. Performance time to include VA review of each submission as identified.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • 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 >