Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2013 FBO #4345
DOCUMENT

C -- Project 603-14-502, AE Design: Replace Climate Controls Project# 603-14-504, AE Design:Consolidate Energy Management Systems - Attachment

Notice Date
10/15/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;(NCO 9) (90C);800 Zorn Ave;Louisville KY 40206
 
ZIP Code
40206
 
Solicitation Number
VA24914R0005
 
Response Due
11/18/2013
 
Archive Date
12/18/2013
 
Point of Contact
Roxie Ann Keese
 
E-Mail Address
7-6108<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The Robley Rex VA Medical Center in Louisville, Kentucky has a requirement for professional Architectural/Engineering services for project(s) # 603-14-502 (AE Design: Replace C&E HVAC Controls) and 603-14-504 (AE Design: Consolidate Energy Management Systems) in accordance with the Statement of Work, as-built drawings and other relevant information provided to accomplish a complete design for construction. The scope of work for these two projects are as follows: Project #603-14-502, AE Design: Replace C&E HVAC Controls - Replace the controls on the following air handlers: AHU 5A, AHU 6A, AHU 8A, and AHU 9A with direct digital controls. The controls shall include the following: "All new I/O for the air handlers "New motor/VFD drives for all fans "New actuators and valves (if necessary) for chilled water, humidity (steam), energy recovery, and preheat "New actuators and dampers (if necessary) 1)Install new chilled water interfaces for each of the following air handlers: AHU 6A, AHU 7A, AHU 8A, AHU 9A, and AHU 37. This interface shall match the new optimized chilled water system single interface scheme which includes the following: "Automated chilled water control valve "Decoupler piping with check valve and automated control valve "Pump with variable frequency drive "Direct digital controls to operate the valves and the pumps The contractor shall also re-work the piping and controls of the existing single interface that serves the chilled water needs of these air handlers to facilitate the above changes. 2)Upgrade the controls for the VAVs, return boxes, exhaust boxes, thermostats, and all other pneumatically controlled devices that are associated with the following air handlers: AHU 5A, AHU 6A, AHU 7A, AHU 8A, and AHU 9A. This work shall include, but not be limited to, the following: "Replace pneumatic actuators for VAV boxes with DDC actuators (VAV Qty: 172) "Replace hot water valves with new 2-way valves with electronic actuators "Replace pneumatic actuators for return boxes (qty: 16) and exhaust boxes (qty: 100) "All required direct digital controls to operate VAVs, return boxes, and exhaust boxes. The contractor is to integrate the new control system into the existing INet front-end such that the new control system can be monitored/controlled via the existing INet graphical interface. All new graphics must be approved by the Louisville VA project engineer. AE shall provide 3 full-size drawings sets and three digital copies (Autocad 13 and PDF) on DVD. AE shall provide as many sites visits as are necessary for design and at least 10 site visits during construction. The AE shall also provide support during the construction bidding process. The estimated cost of construction range for project #603-14-502 is between $500,000.00 and $1,000,000.00. All applicable codes and regulations apply. ? Project #603-14-504, AE Design: Consolidate Energy Management Systems - Replace the pneumatic controls all fan coil units (estimated quantity: 525) in building 1. The new controls shall include the following: "New actuators and two-way chilled water valves "New digital thermostats "Connectivity to INet control system with corresponding controllers and DDC screens. 1)Replace all three-way control valves with new digitally controlled actuators and two-way chilled water valves and water temperature sensors on the following air handlers: AHU-15, AHU-18, AHU-19, AHU-20, AHU-26, and AHU-27. 2)Replace the pneumatic controls on the following air handlers: AHU-10, AHU-20, and AHU-44, and AHU-45 with direct digital controls. The controls shall include the following: "All new I/O for the air handlers "New motor/VFD drives for all fans "New actuators and valves (if necessary) for chilled water, humidity (steam), energy recovery, and preheat "New actuators and dampers (if necessary) The engineer shall use modeling software to verify all flows and valve sizing, and shall update the existing chilled water model. The existing model is in Pipe-Flo Professional 2009. The engineer/contractor shall update the VA's existing six copies of Robley Rex's HVAC manuals to reflect all changes as a result of this project. Updates will be submitted on appropriate paper and in electronic format, Auto CAD 2010 (or newer) and PDF on CD or DVD. The contractor is to integrate the new control system into the existing INet front-end such that the new control system can be monitored/controlled via the existing INet graphical interface. All new graphics must be approved by the Louisville VA project engineer. AE shall provide 3 full-size drawings sets and three digital copies (Autocad 13 and PDF) on DVD. AE shall provide as many sites visits as are necessary for design and at least 10 site visits during construction. The AE shall also provide support during the construction bidding process. The estimated cost of construction range for project #603-14-504 is between $1,000,000.00 and $2,000,000.00. All applicable codes and regulations apply. NAICS code 514310 is applicable to these procurement. The Small Business size standard is $7M. FAR Clause 52.236-2 ( c ), Design Within Funding Limitation will be applicable to these procurement actions. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. All offerors shall be further advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. A short list of the three most highly rated AE firms shall be determined from the selection of AE submissions received under this announcement. Only the three most highly rated AE firms will be provide further consideration under this requirement. Those firms not selected will be notified of their exclusion from the competitive range of highly qualified AE firm. This requirement is 100% set-aside for Veteran Owned Small Businesses (VOSB) in accordance with 38 U.S.C., section 8127(d). To be eligible to submit an offer or receive an award all offers must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified VOSB are eligible to submit an offer or receive an award that is set-aside for VOSB in accordance with 38 CFR Part 74. Contractors that are not verified and viewable in vetbiz at the time of submission of offer or at the time of award shall be determined as "to not be an interested party and its proposal will not be considered further nor will be considered for award." This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). The government will evaluate each potential contractor based on the following criteria: 1.Members of design team must hold a valid professional engineering license from any of the 50 United States. 2.Principle controls design engineer must have experience designing Schneider Electric TAC INet control systems. 3.Principle controls design engineer must have experience designing DDC systems as replacement controls for pneumatic control systems. 4.Principle controls design engineer must have a minimum of 10 years of experience designing controls systems for HVAC equipment in healthcare facilities. 5.Design team must have an experienced registered mechanical engineer with a minimum of 25 years of experience designing HVAC systems in healthcare facilities. 6.Design team must have a minimum of 5 years of consistent VA healthcare design work. 7.Design team must have a design office located within 50 miles of the Robley Rex VAMC. In addition to the above requirements other factors for selection consideration shall include Professional qualifications necessary for satisfactory performance of required services; specialized experience and technical competence in energy conservation, waste reduction; capacity to accomplish the work in the specified time period; past performance on similar projects with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; location in the general geographical area of the project and knowledge of the locality of the project. Interested A/E firms must submit one (1) hard copy of the Standard Form (SF) 330, along with one (1) electronic copy on Compact Disc in "Adobe Acrobat pdf" format detailing their Statements of Capability to fulfill the requirements of these procurement actions. All offers shall be submitted by Monday November 18, 2013 at 2:00pm ET. Offers shall be addressed to the following: Robley Rex VA Medical Center Network Contracting Office (NCO) 9 C/O: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue, Building #3, Room 3222 Louisville, Kentucky 40206-1433 This is not a formal Request For Proposal. The intent of this notice is to identify qualified AE firms capable of fulfilling the requirements to complete a full design for Projects # 603-14-502 (AE Design: Replace C&E HVAC Controls) and 603-14-504 (AE Design: Consolidate Energy Management Systems).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA24914R0005/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-R-0005 VA249-14-R-0005_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1048925&FileName=VA249-14-R-0005-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1048925&FileName=VA249-14-R-0005-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, Kentucky
Zip Code: 40206-1433
 
Record
SN03216252-W 20131017/131015234002-8aa555ecfd08c2e3f60fc31e65feb804 (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.