SOURCES SOUGHT
C -- 663A4-25-103 - Replace Overhead Paging System American Lake - FORCE Design Package
- Notice Date
- 10/17/2025 2:10:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26026Q0071
- Response Due
- 10/24/2025 10:00:00 AM
- Archive Date
- 12/23/2025
- Point of Contact
- ty.draszt@va.gov, Ty Draszt, Phone: 360 553 7612
- E-Mail Address
-
Ty.Draszt@va.gov
(Ty.Draszt@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids; nor a synopsis of a proposed contract action under FAR Subpart 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow-up information requests. No solicitation is currently available. Draft documents (SOW, Drawings, Specifications, etc.) are subject to change. This notice is for market research purposes to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms. Responses to this Sources Sought may shape the acquisition strategy in developing a competitive requirement. Not responding to this notice does not preclude participation in any future or potential solicitation. It is the intent of the VA to use the information gathered for market research purposes only. Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 20, is conducting market research for an A/E project to replace the overhead paging system. Design will be for Puget Sound HCS American Lake campus. For the principal components of work see the attached draft statement of work, specifications, and drawings. Documents are currently in draft state and industry comment / suggestions are greatly encouraged and welcomed. Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 541330 Engineering Services, a Product Service Code (PSC) of C1DA, and a Small Business Size Standard of $25.5 million. Aforementioned sources are highly encouraged to respond to this notice. After review of the responses to this notice, and if the Government still plans to proceed with this project, a separate pre-solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. Responses are requested with the following information and shall not exceed a total of 5 (five) pages. Email subject line needs to contain the solicitation number 36C26026Q0071. Please provide the following information: Contact information: Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses. Business Size/Classification (based on NAICS 541330): Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) Capabilities Statement: Description of capabilities to perform design services as described above and project experience demonstrating relevant experience similar to those described. Govt. does not have a waiver to Buy American. SDVOSB or VOSB businesses please include statement on maintaining compliance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. All other socio-economic businesses please include statement on maintaining compliance with FAR 52.219-14 Limitations on Subcontracting. Time: Based on the information provided, please estimate the total project time in days. Past Performance/experience: Provide information on contracts of similar scopes of work, briefly describe no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought notice. The past performance information should include: Project Title/Contract Number Location: City, State General description to demonstrate relevance to the proposed project Offerors role Dollar value of contract Name of the company, agency, or government entity for which the work was performed What types of information is required to submit accurate offers? If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contracting Officer, Ty Draszt at ty.draszt@va.gov. Please ensure the email subject line states the following: 36C26026Q0071 663A4-25-103 MR Sources Sought Responses will be accepted on or before October 24, 2025 at 1:00 pm Pacific Time. See draft SOW below Project No. 663A4-25-103: Replace Overhead Paging System American Lake Page 10 of 10 A/E SCOPE OF WORK PROJECT 663A4-25-103 Replace Overhead Paging System American Lake The Architect/Engineer (A/E) shall perform field investigative surveys to verify as- built conditions required to fully develop construction documents for the site preparation, demolition, and new construction for the removal, replacement, modernization, and upgrade of campus-wide new Overhead Paging System at American Lake. This project includes system zoning, speaker layout, control equipment, cabling infrastructure, and integration with life safety systems such as the fire alarm and mass notifications systems in accordance with NFPA 72 and other applicable codes. The design shall include all core and associated subsystems such as overhead speakers, paging microphones and control stations, zone controllers, central amplifiers, and equipment racks. Supporting infrastructure will also be addressed, including low-voltage cabling, conduit and cable pathways, and power systems. The AE shall ensure full integration with life safety systems. Other associated systems that will also require coordination include VoIP networks, emergency communication systems, access control interfaces, data/telecom infrastructure. AE shall conduct investigative surveys and verifications to validate the scope and determine if the demolition, alterations, and utility relocations are necessary to facilitate the installation of the new Overhead Paging System. In addition, a mandatory site visit shall be conducted by the AE firm prior to submission of the fee proposal in order to evaluate existing conditions and ensure an accurate understanding of project requirements. The AE must also adhere to all VA directives, design guides, and manuals to ensure compliance with regulatory requirements and standards. The A/E shall provide design and construction period services to include investigative services, planning consultations and visits, comprehensive design work, engineering calculations and analysis, preparation of contract drawings with separate new work and demolition plans, specifications, preparation of cost estimates, construction period services, site visits, commissioning, as-built drawings, and other design services necessary for a complete project. The A/E shall meet with key Veterans Affairs (VA) staff at appropriate points throughout the design and construction process. A VA-designated Contracting Officer s Representative (COR) will represent the VAPSHCS and its interests and will work with the A/E throughout the contract to ensure contract compliance and that all design milestones are approved by the VA, through design review processes, before transition to the next design lifecycle milestone. American Lake disposition is categorized as being within a Very High Seismic Zone; therefore, the AE must analyze and address any seismic requirements in accordance with published criteria for a Very High Seismic Zone. The VAPSHCS AMLK Campus is consistent with historic significance with multiple contributing buildings and structures assigned to the historical registry as designated by the Washington State Historical Preservation Office (SHPO). Space is limited at VAPSHCS, American Lake Campus. Design staging should be prepared in such a way as to minimize disruption to clinical spaces and function, with phasing involving patient care spaces held until the end of the project as much as possible. The A/E shall plan, coordinate, and conduct bi-weekly design and coordination meetings between A/E technical disciplines before submitting material for each VA review. The project will include all necessary design and construction period services including civil, architectural, plumbing, mechanical, electrical, fire sprinkler, and fire alarm to create and support a complete set of construction documents. The A/E shall retain the services of an industrial hygienist (IH). The A/E or the IH have the option of preparing the asbestos/hazards drawings. The services include all A/E IH services associated with asbestos and any other hazards for the Schematics, Design Development and the Construction Documents stages of the VA design process and the Construction Period Services of the Project. The A/E shall be responsible for providing all design documents for the Project. The IH consultant shall coordinate with the A/E to ensure that fully coordinated drawings are provided for all hazards abatement and related restoration work. The finishes in all areas are to be designed to tie in with other finishes at VAPSHCS American Lake. All interior design work shall be completed by the A/E Interior Designer in compliance with the VA Interior Design Manual. Any work completed by the A/E Interior Designer must be coordinated with the VAPSHCS American Lake Interior Design/Finishing Team through the COR and all final selections shall be approved by VA. An interior finish binder is to be provided showing all finishes used in this project. The project design shall be completed in accordance with this A/E Scope of Work and all appropriate VA standards, specifications, and other criteria unless otherwise noted by VA. VAPSHCS specific specification and drawing notes and corrections will be provided to the A/E by the COR and shall be incorporated into the final construction documents. The following references, at a minimum, shall be utilized for planning and design purposes. The current version (at time of contract award) of each document shall be used by the A/E. The A/E shall retrieve all items from the VA s Technical Information Library at http://www.cfm.va.gov/TIL/ or from the COR. VA Technical Information Library resources specific to the above function include: Master Construction Specifications PG-18-1 Design & Construction Procedures PG-18-3 Standard Details and CAD Standards PG-18-4 Equipment Guide List PG-18-5 Space Planning Criteria PG-18-9 Design Manuals PG-18-10 Design Guides PG-18-12 Barrier Free Design Standard PG-18-13 VA BIM and CAD Standards PG-18-13 A/E Submission Instructions Volume C PG-18-15 Environmental Guidance PG-18-17 Seismic Design Requirements H-18-8 VAPSHCS American Lake Specification and Design Information The Joint Commission Criteria NFPA Codes and Standards VA Architectural Design Manual VA Asbestos Abatement Design Manual VA Fire Protection Design Manual VA HVAC Design Manual VA Industrial Hygienist Requirements VA Interior Design Manual VA Physical Security and Resiliency Design Manual VA Signage Design Manual VA Whole Building Commissioning Process Manual Safety and Health During Construction VHA Directive 7715(1) All drawings shall be completed in accordance with VA Building Information Model (BIM) and CAD Standards. Commissioning: The A/E shall provide commissioning and training services. The A/E shall be responsible for all costs and coordination required to have OEM field service engineer present during commissioning and providing the results to the COR. In addition, the A/E approved competent person shall conduct on-site training for VA end users for operation and maintenance and shall provide both a written and video training plan. Training shall be conducted after final commissioning is completed but before transitioning from the existing system to the new system. VA Physical Security Requirements: This project shall comply with the VA Physical Security and Resiliency Design Manual Life-Safety Protected requirements. The project schedule will begin with the Notice of Contract Award (NOCA) and is described in the schedule below: A/E PERIOD OF PERFORMANCE CHART (IN CALENDAR DAYS AFTER NOCA) Level Complete Calendar Days for the Work VA Review Resubmit if Comments Total days after NOCA Kick-Off Meeting with Documentation 28 15% Schematic Design SD1 Submittal 35 21 7 91 35% Schematic Design SD2 Submittal 28 21 7 147 65% Design Development DD1 21 21 7 196 95% Construction Documents and Specs CD1 21 21 7 245 100% Construction Documents CD2 14 14 7 280 Construction Period Services Site Visits There will be four official design reviews for this project; one at completion of the 15% schematics design (SD), one at 35% SD, 65% Design Development (DD), and 95% Construction Documents (CD). Required deliverables for each submission can be found under sections 23-27 of this A/E Scope of Work. Intermediate submissions may be required by the VA if any official submission is deemed to be unacceptable; the decision on whether a submission is acceptable is the sole right of the VA. Any requested intermediate submission materials shall be provided by the A/E at no additional cost to the VA. The following quantities of design review materials are required for the 15% Schematics submission SD1: Preliminary phasing analysis. Preliminary impact analysis. Existing conditions analysis. Infection control analysis. Project objectives and background. Review of applicable codes. Design concepts. Special requirements/considerations/aggregations. Recommendations/solutions. Information needed from the VA to assist in design development. Preliminary cost estimate based on design analysis. Provide appropriate adjustments for phasing and local or market conditions. Narrative summary for each option to include key design impact, rationale, and option pros and cons. One hard copy sets of plan view drawings for each different option proposed identifying key functional and operational relationships. One hard copy sets of plan view drawings for each different option proposed identifying possible floor plan arrangements to include possible equipment layouts. One complete, digital set of plans (Revit/Native Format, DWG, and PDF) and narratives (Microsoft Word and PDF) The following quantities of design review materials are required for the 35% schematic submission SD2: Provide updated Basis of Design incorporating previous design review comments. Include survey report of existing system for required upgrades and modifications, power supply, obstructions / interferences to be encountered during construction, setup and location of existing equipment and devices and replacements, etc. needed for construction drawings and to finalize specifications. Provide proposed phasing plan. Preparation of construction drawings showing general layout of demolition and new work to assist in 65% design review preparation. Outline of specifications. QA/QC plan with completed actions. One hard copy sets plans (black line), full size 30 x 42 . One digital copy of all drawings (Revit/Native Format/NWD, DWG, and PDF). One set construction cost estimate (hard copy and PDF). One set partial marked-up VA master specifications (red-lined track changes) to ensure VAPSHCS Seattle standards are being incorporated (hard copy, Microsoft Word, and PDF). One set of completed VA Design Review Checklists (all divisions). The following quantities of design review materials are required for the 65% DD submission DD1: Incorporate all comments from 35% design submissions. The Construction specifications shall be prepared in final draft. Construction drawings to include demolition plans and preliminary device layout. Drawings shall show details, finish schedules, phasing schedule, and protective construction techniques. Layout of devices should account for all applicable codes and calculations. QA/QC plan with completed actions. Provide a rendering or three-dimensional image for selected options of typical space (as required by the VA). One hard copy sets plans (black line), full size 30 x 42 One digital copy of all drawings (Revit/Native Format/NWD, DWG, and PDF) One set construction cost estimate (hard copy and PDF) One set partial marked-up VA master specifications (red-lined track changes) to ensure VAPSHCS standards are being incorporated (hard copy, Microsoft Word, and PDF) One set of completed VA Design Review Checklists (all divisions) The following quantities of design review materials are required for the 95% CD submission CD1: Incorporate all comments from 65% design submissions. Finalization of affected areas including equipment locations (if necessary). Complete working drawings with finalized layout of devices with all factors considered (i.e. mechanical, electrical, structural, etc.). Construction specifications in final form. Include master submittal log (list of all submittals required of the construction general contractor). Final construction cost estimate shall be provided. Construction pricing form. Commissioning plan. Training plan. QA/QC plan with completed actions. One hard copy sets plans (black line), full size 30 x 42 . One digital copy of all drawings (Revit/Native Format/NWD, DWG, and PDF). One set construction cost estimate (hard copy and PDF). One set complete marked-up VA master specifications (red-lined track changes). (hard copy, Microsoft Word, and PDF). One set of completed VA Design Review Checklists (all divisions). Completed copy of the 95% VISN compliance checklist (Provided by COR). The following quantities of design review materials are required for the 100% CD submission CD2: Incorporate all comments from 95% design submissions. Final construction cost estimate. Final construction specifications with master submittal log. Final construction contract drawings. Final construction project schedule estimate include gantt chart, and critical path, and line item for procurement of material with identification of long lead items (Microsoft Project Gantt or similar and PDF). Final commissioning plan. Final training plan. Final construction pricing form. Completed QA/QC plan. Provide a rendering or three-dimensional image for the final design of typical spaces (as required by the VA). One hard copy set original stamped and signed plans, full size 30 x 42 . One hard copy set plans, half size. One hard copy set completed specifications (printed two-sided, in 3-ring binder). One set completed specifications in digital format (Microsoft Word and compiled PDF). One set completed plans in digital format (Revit/Native Format/IFC/NWD, DWG, and PDF). One digital copy of the final submittal register (Microsoft Excel). One hard copy of the final submittal register. One set final construction cost estimate (Microsoft Excel and PDF). One set of completed VA Design Review Checklists (all divisions). The following items are to be provided within fifteen (15) working days of the completion of the construction project: One hard copy set plans reflecting as-built conditions, stamped As-Built , full size 30 x 42 . One digital copy of project as-built drawings (Revit/Native Format/IFC/NWD, DWG, and PDF). Construction Period Services: Review submittals as required in specifications (material, equipment, shop drawings, etc.) and respond within ten (10) working days. Recommend to COR as to the submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. Review change orders and provide A/E cost estimate to support VA's negotiations with contractor within five (5) working days. Respond to requests for information (RFI) within three (3) working days. Provide construction verification services at significant construction progress milestones and provide punch-list report of findings to the COR. May be conducted as part of the commissioning plan if applicable. Participate in construction progress meetings. Site Visits. Pre-solicitation conference. Preconstruction conference. Commissioning, and training. The A/E shall assign one representative to participate in the pre-solicitation conference at the project site at a time designated by the Contracting Officer. The A/E s representative shall be thoroughly familiar with the project and the contract documents. Infection Control During Construction and Renovation: The A/E shall develop an infection control plan as outlined in the VHA Directive 7715(1) for any construction activities associated with this project. In addition, the A/E shall provide a detailed Infection Control Drawing with a risk assessment matrix showing the following information: type of construction activity, patient risk groups, class of precautions, and a description of infection control precautions. The drawing shall outline construction barriers, and detailed requirements for maintaining .01 inches/water gauge negative pressurization of the entire workspace by use of HEPA exhaust air systems directed outdoors for Level III and Level IV. Pertaining to Information Security, The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. Security Requirements: The A/E will not have access to any personally identifiable information or patient sensitive information (PII/PSI). A/E Contractors will not have access to any IT systems or connections. The VA Handbook 6500: RISK MANAGEMENT FRAMEWORK FOR VA INFORMATION SYSTEMS VA INFORMATION SECURITY PROGRAM establishes the VA s information security program, including processes for identifying, assessing, and mitigating information security risks. The AE and the Contractor(s) shall retrieve this document from the VA s Publications website at https://www.va.gov/vapubs/index.cfm (search Document Number: 6500) or from the COR. Specifications shall be based on the VA Master Construction Specifications with A/E revisions, additions, deletions, etc., required to assure all phases and facets of work are specifically covered without omission. The A/E will be responsible for editing all sections to revise, add, delete, etc., prior to compiling the finished specification package. The VA Master Construction Specifications provided must be thoroughly reviewed to delete and update reference items and Federal Specifications cited in order, to make everything concurrent with the work performed; unnecessary items shall be deleted in total. The primary specifications must be thoroughly reviewed to delete items from the specifications that do not apply to the work to be performed. Included in each Construction Section of the specification should be a paragraph entitled ""Submittal of Samples and Shop Drawings."" Under that Section, the A/E shall list all items within that particular section of the specifications for which samples and shop drawings are required. A/E shall develop a Submittal Register based on actionable specification items that require review and approval and submit to VA with 100% CD deliverables. After submittals are reviewed for compliance during construction, the A/E shall log them in the submittal register. Information, including drawings and other documentation, provided to the A/E by the VA, shall be used for reference only. The A/E shall field check everything and shall not use any drawings provided for plan or elevation views. The final drawings submitted by the A/E shall be originals and shall be the result of their own field check, and shall not be take-offs or tracings, from any drawings or other information provided. Where multiplicity is referenced in the provided specifications, the A/E shall consult the COR to eliminate such multiplicity. The contractor shall not be given alternatives or choices but must provide specific items as detailed in the specifications. The A/E, during their visit with the COR, shall obtain the name and type of materials currently used and necessary for use on the contract for which they are responsible. In the specifications, the items shall be named specifically with an add-on statement such as: ""or approved equal."" The only variation that may occur is when an item cannot be substituted due to maintenance requirements at the VA. Information on such items shall be provided to the A/E by the VA. The A/E shall visit the site, as required, to obtain total details of the specifics required for the work, including, architectural, mechanical, electrical, etc., in order to fully complete the drawings and specifications without omission. Such visits shall include a thorough inspection of normally enclosed or inaccessible areas such as spaces above ceilings, within walls or chases, and in pipe crawl spaces. Where necessary, A/E shall arrange to have walls or ceilings broken open or to have excavations made to physically determine existing conditions. Arrangements for visits shall be made with the COR with at least 48- hours advance notice. The A/E shall retain copies of everything submitted. The A/E shall ensure compliance with Section 508 which dictates requirement to provide technical assistance to help Federal agencies comply with these requirements, and ensure that covered ICT is accessible to, and usable by, individuals with disabilities. Please see https://www.section508.gov/ and https://www.section508.gov/buy-sell/ for more information. All final drawings shall contain the A/E's stamp with professional seal along with name and address of firm. The A/E shall prepare an independent specification section ""SR - SPECIAL REQUIREMENTS,"" wherein detailed phasing of work to be accomplished will be described in sequential order. The section shall be prepared using standard format of other specification sections. The same format is defined as all having the same font, spacing, section breaks, headers, footers, numbering, highlighting, font size, underlining, etc. All required interruptions of space and utilities will be carefully spelled out with time frames. The VA will retain a Registered Fire Protection Engineer to review A/E drawings for compliance with NFPA codes and VA Fire Protection Design Manual. Feedback from these reviews will be provided to the A/E for inclusion into contract drawings and specifications. The A/E shall integrate all review comments into the contract documents. -End-
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/45854f17893a4fb99d4c20e86a189b1e/view)
- Record
- SN07621946-F 20251019/251017230034 (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 |