Virginia Bids > Bid Detail

C1DA--SF330 CALL | Project 662-23-128 San Francisco VAHCS Leased Space Security Camera Assessment and Design

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159815841594404
Posted Date: May 12, 2023
Due Date: Jun 12, 2023
Solicitation No: 36C26123R0079
Source: https://sam.gov/opp/6c53085409...
Follow
C1DA--SF330 CALL | Project 662-23-128 San Francisco VAHCS Leased Space Security Camera Assessment and Design
Active
Contract Opportunity
Notice ID
36C26123R0079
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 12, 2023 09:30 am PDT
  • Original Response Date: Jun 12, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 19, 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:
    San Francisco VA Health Care System **include eleven (11) Clinic, Research, and Office ,
Description
Presolicitation Notice
This is a Call for SF 330s. Please read the entire document.
The Department of Veterans Affairs VA San Francisco Healthcare System is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 662-23-128 Leased Space Security Camera Assessment and Design. The project is overseen by the VA San Francisco Healthcare System, San Francisco, California however, project Assessment and Design is to include Eureka Community Base Outpatient Clinic (CBOC), Clearlake CBOC, Ukiah CBOC, Santa Rosa North CBOC, Santa Rosa South CBOC, Oakland Outpatient Clinic (OPC), Oakland Mental Health Clinic, Mission Bay Research, San Francisco CBOC, Golden Gate Office Space, and San Bruno CBOC.
Locations:
Eureka CBOC
930 W Harris St
Eureka, CA 95503
Clearlake CBOC
15145 Lakeshore Dr
Clearlake, CA 95422
Ukiak CBOC
620-630 Kings Crt
Ukiah, CA 95482
Santa Rosa North CBOC
3841 Brickway Blvd
Santa Rosa, CA 95403
Santa Rosa South CBOC
2285 Challenger Way
Santa Rosa, CA 95407
Oakland OPC
2221 Martin Luther King Jr Way
Oakland, CA 94612
Oakland Mental Health Clinic
525 21St Street
Oakland, CA 94612
Mission Bay Research
1700 Owens Street
San Francisco, CA 94518
San Francisco CBOC
401 Third St & 671 Harrison St
San Francisco, CA 94105
Golden Gate Office Space
450 Golden Gate Ave
San Francisco, CA 94102
San Bruno CBOC
1001 Sneath Lane
San Bruno, CA 94066
I. DESCRIPTION OF REQUIREMENT
A. The nature of this requirement is to support Veterans Health Administration s (VHA) Physical Security and Resiliency Design by upgrading and improving the security at each leased location by enabling the end user to have higher-quality camera views and more complete coverage of each site. The upgrade will allow the end user to view the cameras from the leased site or from central command located at San Francisco Veterans Affairs (VA) Health Care Center (SFVAHCS).
San Francisco VA Health Care System has eleven (11) leased locations. Each site has its own unique deficiencies that need to be assessed and designed to interface with San Francisco s Milestone VMS. The design shall allow VA police to monitor the entire catchment area from Command Central, located on San Francisco Facility campus and or off site. This upgrade will create a seamless camera security system that can be monitored anywhere VA Police has computer access.
Scope of Work:
Assessment: The Architect and Physical Security professional shall prepare an initial assessment for each leased location including a narrative and floorplan with the following information.
1) Location of all installed security cameras.
2) Brand, make, model, and type of each security camera.
3) Are cameras compatible with Milestone XProtect open platform video management software (VMS)?
4) If not currently Milestone XProtect VMS, what VMS is in use at each location?
5) Wiring type E.g., Coax, Category (CAT) 5 or CAT 6.
6) Is there an onsite viewing station and what hardware and equipment is in use? Calculate storage capacity?
7) What additional cameras type and locations are required to meet VA Handbook 0703/4, VA Publications and Physical Security and Resiliency Design Manual, Physical Security and Resiliency Design Manual (with Appendices) | WBDG - Whole Building Design Guide.
8) What additional equipment is needed at the viewing station. All locations have viewing stations except Golden Gate Office Space. San Francisco CBOC has multiple viewing stations.

Design: A/E shall provide eleven (11) separate construction designs to include schematic design, design development, construction drawings, specifications, narrative of the work to be completed, cost estimate, and construction period services for each leased site to support all disciplines necessary to upgrade the security camera system, including but not limited to:
1. Demolish all Closed Caption TV and IP systems, analog, digital cameras, and all cameras not compatible with Milestone VMS. Demolish all non CAT6A wiring. All existing CAT6A wiring shall be certified before security system commissioning.
2. Provide indoor or outdoor Axis Cameras (Brand name or equal) with the latest firmware. All cameras will be mounted with shielded (on areas that may cause interference), and un-shielded (on noninterference areas) CAT 6 cabling routed to patch panel located in Information Technology (IT)/Telecom Room (TR).
3. Cameras shall connect back to SFVAHCS Milestone server via VA Switch located in IT/TR to a virtual local area network (VLAN) 62 provided by contractor. All cameras and viewing angle will be configured by Vendor per VA Police preference in Milestone VMS. All cameras will mirror current Video streams configuration or better. Provide Milestone XProtect Professional + 2021 R2 license for each camera.
4. Camera set up for viewing at leased site and SFVAHCS Central Command and any other location identified by Contract Officer Representative.
5. All new CAT6A installed requires cable test certification.
6. Vendor is to calculate hard disk drive storage requirements and configure to existing Milestone system. Ensure RAID stripe size is set to 512K or higher. RAID 10 is recommended for live recording and RAID 6 for archive.
7. All Cameras shall be pre-programmed with static IP address that will provided by OIT or Engineering staff before cameras can be connected to OIT VA Information Technology (IT)/Telecom Room (TR).
The A/E is required to meet all applicable laws and regulation not explicitly stated in this document. Design efforts and products shall be conducted and produced in compliance with VA Publications including Master Construction Specifications, Design Guides, and CAD Standards (http://www.cfm.va.gov/TIL ).

B. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required may include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Protection, Construction Cost Estimating, Signage/Wayfinding, Landscaping and Geotechnical. Include any additional disciplines that may be necessary on the SF 330.
C. SF 330 Part 1F Example Projects; present all relevant VA projects first. Include in block 21 the contract number for all federal projects. Do not include the CPARS reports for federal projects.
D. The range of the estimated construction cost is between $1,000,000 and $5,000,000.
E. Estimated Date of Award of the Design Contract: By July 31, 2023
F. Estimated design period of performance: One hundred eighty (180) calendar days
II. SET-ASIDE
A. This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/ in addition to meeting the small business size standard for NAICS 541330 to be eligible for award under the Veterans First Contracting Program.
B. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veteran Small Business Certification (VetCert) as a certified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services.
C. In part 1C of SF 330, indicate in block 11 the socio-economic status of that firm SDVOSB/VOSB/WOSB, etc).
III. SELECTION CRITERIA
A. Selection of firms for interviews and negotiations shall be based on an evaluation of the submitted SF 330s on the basis of the selection criteria listed below in a descending order of precedence. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved.
B. Selection Criteria descriptions are provided below.
i. Professional Qualifications Necessary for Satisfactory Performance of Required Services: Professional qualifications of the Project Manager(s), Designers of Record, and the proposed team. This will include the record of the proposed team have working together.
ii. 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. The effectiveness of the proposed project team, including management structure, and coordination of disciplines.
iii. 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.
a. The general workload and staffing capacity of the design office will be evaluated.
b. In section H of the SF 330, list the current projects with a design fee of greater than $75,000 being designed in the prime firm s office.
c. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the estimated contract performance period.
iv. Past Performance: Past performance on recent (within 5 years of the due date of SF 330s) contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and record of significant claims against the firm. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. See I.C. above do not include CPARS reports.
v. Geographical location and knowledge of the locality of the project: The physical location of the prime firm s office as well as their familiarity of the building codes, environmental regulations, soil conditions, local construction methods/environment, and seismic requirements within the Sacramento California area.
vi. 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.
vii. 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
IV. SUBMISSION REQUIREMENTS:
A. No more than forty (40) pages
B. Font size no smaller than 10
C. Size of emails not to exceed 10 MB. If more than one email is sent, number emails in subject line as 1 of 2, 2 of 2.
D. Completed and return VAAR 852.219-75 VA Notice of limitation on Subcontracting Certificate of Compliance for Services and Construction (attached)
E. Subject line of the email shall state Company Name | Response to 36C26123R0079 | email 1 of 2 (if necessary)
F. In the body of the email include Prime Company Name; UEI Number, email address and phone number of primary point of contact
V. DUE DATE FOR SF 330
Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 4 P.M. PST June 8, 2023 via email to Priscilla Murray, priscilla.murray@va.gov, and Contracting Officer Mandy Thompson, at mandy.thompson2@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.

A.1 VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING--CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (NOV 2022)
(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows:
(i) [] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219 73 or VOSBs as set forth in 852.219 74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219 73or VOSBs as set forth in 852.219 74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) [] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219 73 or VOSBs as set forth in 852.219 74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/ VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating section 1001 of title 18.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification
I hereby certify that if awarded the contract, ________________ will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of ________________________________.
Printed Name of Signee: ___________
Printed Title of Signee: _____________
Signature: ____________
Date: ______________
Company Name and Address: _______________
(End of Clause)
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 12, 2023 09:30 am PDTPresolicitation (Original)

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 >