DOCUMENT
C -- Replace high voltage switchgear (SA) 630A4-10-441 - Attachment
- Notice Date
- 4/24/2013
- Notice Type
- Attachment
- 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
- VA24313I0994
- Response Due
- 5/24/2013
- Archive Date
- 7/23/2013
- Point of Contact
- Torell Camp
- E-Mail Address
-
.camp@va.gov<br
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- THIS ANNOUNCEMENT 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 #630A4-10-404 Correct Facility Envelope Structural and Seismic D at the VA 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 $500,000 and $1,000,000.00. 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 your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. SCOPE OF SERVICE REQUIRED Provide all necessary Architect-Engineer (A/E) service for the development of Construction documents for the High Voltage Switchgear Replacement at the New York Harbor Healthcare System- St. Albans Campus. Develop construction documents, construction period services, and site visits for the above project. 1.A/E shall incorporate all necessary construction phasing and temp power as required to implement the construction, with minimal impact to the medical facility (preferably after hours and/or weekends). 2.All design and construction must comply with the latest NFPA 101 Life Safety, NFPA 99 Health Care Facilities, and VA Design Standards. 3.Incorporate new brick enclosure with new lighting and ventilation for new switchgear building. 4.Install new high voltage switchgear within new brick enclosure, with all associated new conduit, bus work, feeders, electrical panels, etc ¦ 5.Demo and re-route all existing utility lines to new enclosure (underground) and terminate to new high voltage switchgear. Install new manhole if necessary. 6.Demo existing enclosure and all associated conduit, bus work, and electrical panels within the switchgear room. 7.New high voltage switchgear shall have automatic circuit breakers and be of significantly smaller footprint (total system) than existing. 8.Incorporate the service of certified Industrial Hygienist (C.I.H) to perform asbestos survey, asbestos documents (drawings and specifications), asbestos submittals review, and air monitoring service during asbestos abatement. 9.New switchgear should meet existing power requirements and should be able to accommodate a 20% future power upgrade. There should be at least one spare breaker and one grounding breaker, as required by CONSOLIDATED EDISON. Ensure that the entire racking system is square and plumb, so as to allow easy racking of the breakers. 10.Replace all batteries. 11.Install multiple, fully armed, phone lines tied back to police and security. 12.Install an alarm system reporting to the sub-station of the in house response call system. 13.Replace all mechanical relays to digital. 14.Demo existing walkway around switchgear building and install new concrete walkway around new enclosure. 15.Provide a new electrical schematic and one-line diagram for the new circuitry, in AutoCAD and pdf format. 16.A/E shall have access to all available "As-Built" drawings. 17.Provide detailed cost estimate at 30%, 60% and 100%. I.A/E SCOPE OF WORK a.Review and field verify existing conditions in all affected areas. b.Prepare contract drawings and specifications. c.Prepare a detailed cost estimate. d.Provide construction period services and site visits. The A/E shall review shop drawings, submittals, Request for Information (RFI) from the contractor, change order proposals and payments. The A/E shall provide seven site visits in order to monitor work for conformance with the specification and develop a punch list to submit to the contractor upon completion of the project. The A/E shall provide a comprehensive report for each site visit listing deficiencies, all items discussed and any additional comments. II.DESIGN REQUIREMENTS All designs must conform to the V.A. Design Criteria (Electrical, Structural, HVAC, etc.), the National Electric Code and all applicable NFPA codes. III.CERTIFIED INDUSTRIAL HYGIENE (C.I.H) The following task shall be performed in accordance with VA Design Requirements: 1)Schematic Design: i.Task 1- Inspect project area ii.Task 2- Sample suspect materials iii.Task 3- Review sample analysis iv.Task 4- Submit laboratory analysis v.Task 5- Provide Asbestos drawings and specification vi.Task 6- Review asbestos submittals and provide construction period services during construction. IV.GOVERNMENT DRAWINGS PROVIDED The A/E shall have access to all available as-built drawings. V. MYLARS AND "AS-BUILT" DRAWINGS Contract originals shall be prepared on standard VA drawing sheets of Mylar using AutoCAD 14. "As-Built" drawings shall be turned over to the V.A. upon completion of construction. "As-Built" drawings shall be based on marked up prints from the contractor. The AutoCAD database shall be turned over to the V.A. on a CD. SELECTION CRITERIA The Department of Veterans Affairs shall 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, waste 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 REQUIREMENTS 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 3:00 PM, EST on May 24, 2013. All submittals must be sent to the attention of Torell Camp (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 email only (Torell.camp@va.gov), telephone inquires will not be honored. THIS ANNOUNCEMENT 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313I0994/listing.html)
- Document(s)
- Attachment
- File Name: VA243-13-I-0994 VA243-13-I-0994_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=721182&FileName=VA243-13-I-0994-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=721182&FileName=VA243-13-I-0994-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-13-I-0994 VA243-13-I-0994_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=721182&FileName=VA243-13-I-0994-000.docx)
- Record
- SN03044708-W 20130426/130424234858-730fe7009bb0ad3a7199739e42b561c0 (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 |