Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2013 FBO #4130
SOURCES SOUGHT

C -- Replace Bldg 1 Mammoth AC unit & Bldg 14 McQuay rooftop unit

Notice Date
3/14/2013
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24313I0788
 
Response Due
4/11/2013
 
Archive Date
6/10/2013
 
Point of Contact
Sharon Pierce
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
THIS ANNOUCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project No. 630A4-13-408 Replace Bldg 1 Mammoth AC unit & Bldg 14 McQuay rooftop unit at the New York Harbor Healthcare System - Brooklyn Campus. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $1,000,000 and $2,000,000. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A/E Contract is on or before September 30, 2013. Potential Contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (VOSB) set aside, you are verifying that your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. SCOPE OF SERVICE REQUIRED I. The scope of work includes but is not limited to the following work items: Provide all necessary Architect-Engineer (A/E) services for development of construction documents (drawings and specifications) for the New York Harbor Healthcare System-Brooklyn Campus. Develop construction documents, construction period services and site trips. All designs must be in compliance with VA design criteria, NFPA 101, NEC, etc. SPECIFIC REQUIRMENTS II. 1. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services to include submittal reviews, responses to RFI's. The A/E shall be responsible for verification of existing As-Built drawings, preparation of contract drawings & specifications including demolition, architectural, mechanical, electrical and fire suppression drawings for construction, and providing a detailed cost estimate. The design shall provide C.I.H. services (certified industrial hygienist) for preparation of asbestos drawings and specification and asbestos air monitoring. 2. The A/E shall provide construction period services to include submittal review, responses to RFI's, site/visits/inspections and preparation of As-Built drawings from contractor mark-up. 3. The A/E shall incorporate all necessary phasing, noise control, infection control, interim life safety measure as required to implement the construction. 4. A/E shall provide design for replacement of building 1 Mammoth AC unit. 5. A/E shall provide design for replacement of building 14 McQuay rooftop unit. The A/E shall also replace existing VAV boxes with zone VAV boxes equipped with zone thermostats. 6. Design shall include commissioning and testing & balancing of the new AC Systems. 7. The A/E shall conduct a thorough survey of the existing systems/associated ductwork and the areas which they serve, and provide the VA with a status report of any AC infrastructure equipment which may require replacement. 8. Design to include connection to Siemens building management system (BMS). 9. All work shall conform to VA criteria & regulation. Design shall comply with VA HVAC Design Manual, NFPA 101 Life Safety Code, NFPA Healthcare Facilities Code, National Electric Code (NEC), VA Fire Protection Design Manual. 10. All contractor employees and subcontractors under this contract or order are required to complete the VA's online security awareness training course and the privacy awareness training course annually. The privacy awareness training requirement may be fulfilled under additional privacy awareness training options. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the Contractor and subcontractor(s). III. Industrial Hygienist: The following tasks shall be performed in accordance with VA Design Requirements: 1. Schematic Design a. Task 1 - Inspect project area. b. Task 2 - Sample suspect materials. c. Task 3 - Review sample analysis. d. Task 4 - Submit laboratory analysis. e. Task 5 - Design and specify appropriate technique and approaches to asbestos abatement. f. Task 6 - Review asbestos submittals and provide construction period services during construction. g. Task 7 - Provide air monitoring service during asbestos abatement removal process. IV. All designs shall conform to VA criteria & regulation and to most recent editions of NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities Code, National Electric Code (NEC), and VA Fire Protection Design Manual. V. The following must be incorporated into the A/E design: 1.Meeting with VA Engineering Staff to determine the exact functional requirements to be used for the design. 2. Recommendation of various options for the hospital engineers to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. 3. Providing all necessary site survey work to verify As-Built drawings and field conditions. VI. The A/E shall have all available As-Built drawings (it is the A/E's responsibility to verify the accuracy of said drawing), including but not limited to: 1. Mechanical 2. Electrical 3. Architectural 4. Fire Suppression VII. Document reviews - The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60% and 100%. Provide six (6) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. 1. Mylars and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets of mylars using AutoCAD (most recent edition). The A/E shall provide one (1) set of mylars drawings to the VA for record plans at the completion of design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA. Completion Time for Design: 150 Calendar Days for Design The Magnitude of Construction Project: Between $1,000,000 and $2,000,000. Location: Brooklyn Campus, VA New York Harbor Healthcare System, 800 Poly Place, Brooklyn, NY 11209-7104. SELECTION CRITERIA The Department of Veterans Affairs will evaluate each potential contractor in terms of its: (1)Professional qualifications necessary for satisfactory performance of required services; (2)Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waster reduction, and the use of recovered materials; (3)Capacity to accomplish the work in the required time; (4)Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5)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; and (6)Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIRMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00PM, EST on April 11, 2013. All submittals must be sent to the attention of Sharon Pierce (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The Submission must include an insert detailing the following information: 1.Dun & Bradstreet Number 2.Tax ID Number 3.The e-mail address and phone number of the Primary Point of Contact and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via e-mail only (Sharon.Pierce@va.gov); telephone inquiries will not be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that 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 RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313I0788/listing.html)
 
Place of Performance
Address: VA New York Harbor Healthcare System;VA Brooklyn Campus;800 Poly Place;Brooklyn, New York
Zip Code: 11209-7104
 
Record
SN03011981-W 20130316/130314234933-f591902722517ab87356cb3232c04470 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.