C1DA--523-09-152 Replace Fire Alarm System Phase I VA Medical Center Jamaica Plain, Boston, MA

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State:
Type of Government: Federal
FSC Category:
  • C - Architect and Engineering Services - Construction
NAICS Category:
  • 541330 - Engineering Services
Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Posted Date: Aug 21, 2023
Due Date: Sep 1, 2023
Solicitation No: 36C24123R0174
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
C1DA--523-09-152 Replace Fire Alarm System Phase I VA Medical Center Jamaica Plain, Boston, MA
Active
Contract Opportunity
Notice ID
36C24123R0174
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 21, 2023 12:25 pm EDT
  • Original Response Date: Sep 01, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    VAMC Jamaica Plain 150 South Huntington Avenue Boston, , 02130
Description
SOURCES SOUGHT: The VA Medical Center Jamaica Plain in Boston, MA has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Services necessary to review for bid completed drawings, re-develop completed drawings, specifications, cost estimates, and project phasing associated with Replacement of the Fire Alarm System in all buildings on campus including two parking garages (all buildings total approximately 1,100,000 square feet).
The design services shall include, but not be limited to:

Review of the existing campus network/hard wire system conditions.
Creation of options related to systems design, peer-to-peer network, intuitive event driven UL 2572 mass notification standard, etc.
Design of new systems with including all panels, distributions, devices, smoke detectors, heat detectors, horns, strobes, pull stations, enunciators, signage, etc.
Design of all support systems including electrical, mechanical, and architectural elements shall be included.
Through the course of the CODE AND CRITEREA REVIEW phase, it will be necessary to interface with Medical Center staff to ascertain the details of the scope through a series of meetings and periodic submissions of documents. All submission requirements shall conform to all VA criteria and standards, in addition to Commonwealth of Massachusetts state codes and regulations.

The NAICS code is 541330 and the small business size standard is $25.5M.

Interested parties responding to this sources sought request shall submit the following information:

(1) A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s UEI number;
(2) Evidence your firm has experience with providing A/E Services for a redesign of a project that was never built and taking the previous A/E s design to use as a basis for design and updating the design with current codes.
(3) Evidence your firm has experience with providing Conceptual, Design, and Construction Period (Type A, B, and C) A/E services on an active medical building for multiphase construction projects to prevent disruption of hospital operations.
(4) Evidence your firm has experience with a replacement of a fire alarm system of this magnitude (approximately 1,100,000 square feet).

NCO 1 looks forward to the interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from CVE SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB, or SB concern. If adequate interest is not received this action will not a be set-aside.

SDVOSB or VOSB firms must be verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov by the Center for Veterans Enterprises. Additionally, all firms must have an active registration in SAM at www.sam.gov.

Interested firms must submit their experience to the Contracting Officer no later than 2:00 PM EST on September 1, 2023 via email to Heather.Libiszewski-Gallien@va.gov.

DISCLAIMER
This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government will not pay any costs for responses submitted.

RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms who fail to provide ALL of the required information will not be used to make the acquisition decision, which is the intent of this announcement.

For planning purposes, the Government intends to publish a SF330 request for qualifications for this requirement on or about September 15, 2023. The SF330 request will be issued on SAM under Contract Opportunities on www.sam.gov and firms should register electronically to receive a copy when it is issued.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 21, 2023 12:25 pm EDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now