SOURCES SOUGHT
C -- 523-25-004 Replace Fire Alarm A/E
- Notice Date
- 4/18/2025 6:07:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125R0084
- Response Due
- 5/1/2025 11:00:00 AM
- Archive Date
- 06/24/2025
- Point of Contact
- Alexis Duda, Contract Specialist, Phone: (403) 584-4040
- E-Mail Address
-
Alexis.Duda@va.gov
(Alexis.Duda@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice Sources Sought Notice Page 1 of 5 SOURCES SOUGHT: The VA Medical Center Jamaica Plain in Boston, MA has a requirement for a Firm Fixed Price contract to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services associated with replacing all fire alarm devices in all buildings at Veterans Affairs Medical Center (VAMC), 150 South Huntington Avenue, Boston, MA. The intent of this project includes but is not limited to demolition, new finishes, fire detection, and electrical work. Provide all professional architectural and engineering 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 (All buildings total 1,000,000M square feet). Patient Buildings have first priority, Administration/Staff Buildings have second priority, Utility and Support Buildings have third priority. 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, Historic Preservation Section 106 Compliance, 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. Contractor to utilize 3D Lidar Scanning for above ceiling investigations. A/E to review FCA report and provide breakdown of corrective costs under this project. Asbestos: The proper identification of Asbestos to determine construction costs associated with Comprehensive Strategy & Report phase of this project are considered part of this project. Special attention will be required to develop a design that can be phased as to allow work to be performed while all services remain in operation and can reasonably maintain day to day operations. Through the course of the design 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 be in accordance with open ended A/E Contract and conform to all VA criteria and standards, in addition to Commonwealth. The NAICS code is 541330 and the small business size standard is $25.5 million. 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 projects that involve replacing fire alarm devices and providing corrections with similar scope and magnitude. (3) Evidence your firm has experience with providing Conceptual, Design, and Construction Period (Type A, B, and C) A/E services on an active facility for replacing fire alarm devices in various buildings including but not limited to all associated mechanical, electrical, plumbing, fire protection and communications work. (4) Evidence your firm has experience with replacing fire alarm system designs with a magnitude of construction ranging from $5,000,000 and $10,000,000 or larger in a city setting. NCO 1 looks forward to 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://dsbs.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 Contract Specialist no later than 2:00 PM EST on 5/1/2025 via email to Alexis.Duda@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 May 12, 2025. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6cea67ad5dd84618be6300f33b1e7378/view)
- Place of Performance
- Address: VAMC Jamaica Plain 150 South Huntington Avenue, Boston 02130, USA
- Zip Code: 02130
- Country: USA
- Zip Code: 02130
- Record
- SN07414554-F 20250420/250418230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |