Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2013 FBO #4359
DOCUMENT

B -- Water Distribution System Study - Attachment

Notice Date
10/29/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24714R0092
 
Response Due
11/20/2013
 
Archive Date
2/18/2014
 
Point of Contact
Tanjia Harris
 
E-Mail Address
3-0188
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs, Augusta VA Health Care System, Augusta, Georgia is soliciting and intends to award a firm fixed price contract for Architect/Engineering services to perform a limited Study of Potable Water Delivery and Overall Water Distribution System, Develop a Plan of Solution and Make Recommendations for remediation of the water distribution system if required. The Augusta VA Health Care System is comprised of two facilities. One facility is named the "Downtown" Division is located on approximately 20 acres of land and includes 3 buildings with a combined floor area of 620,142 square feet. The other facility is named the "Uptown" Division is located on approximately 105 acres of land and includes 19 buildings with a combined floor area of 1,074,629 square feet. At the present time both facilities receive treated water from the city of Augusta utilities. It was reported that no secondary water treatment is utilized by the Augusta VA. It has also been reported that currently, there are no recognized water quality or safety issues. This water systems study is required to pro-actively understand current conditions of the system and scientifically analyze the "baseline" physical, quality and safety of the system relative to current VA and industry water quality and safety publications. Therefore this scope of work is considered a comprehensive study of both the Downtown and Uptown water supply system to, among other goals; assess conditions for legionella bacteria risk. This work does not require a Security Accreditation Package. The selected A/E firm will be required to perform a complete study of the existing water distribution system to evaluate, plan solutions and make recommendations via the submission of a final report for remediation of the current system. The comprehensive study and final report will include, as a minimum, the following items: (1) Determine the current general material condition of the water system from the point of inflow from the City system to each of the facility buildings. (2) Determine the quality of water being received from the City, and the quality of the water throughout each facility, including reasons for water quality degradation if any. (3) Provide an assessment of the Legionella risk based on the potable water system including usage, temperature and materials of construction. The assessment will include but not be limited to water flow outlets, tanks, chillers, water heaters, and use of proper backflow prevention. (4) Determine the water system turnover rate at each Department and identify any low use outlets if possible. (5) Provide a preliminary report to ensure any high risk issues are dealt with quickly while the remainder of the report is finalized. It should include confirmatory samples for water chemistry of the hot water side. (6) Provide an assessment of the current Legionella detection and prevention management process on site, if one exists, and highlight any additional programs, procedures or training which may be recommended. (7) Provide a site specific ongoing Legionella control program with specific outlets recommended for confirmatory testing including analyses of city water supplies coming into the facility. The sampling points would be identified to avoid any confusion. For example "Monthly temperature monitoring of Ground Floor, Men's Bathroom Sink Hot and Cold Taps". [Hot water side]. (8) Provide a schematic layout of the site water system, highlighting any dead legs, little used outlets or other high risk areas. (9) Provide cost effective and sensible recommendations on remedial actions to ensure the water system meets the minimum requirements. Performance period shall be 60 days after receipt of award. The selected A/E should have previous experience in the study/design of water distribution systems. NAICS code for this project is 541330 and the small business size standard is $4.5 million. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.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 Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Therefore, when submitting a bid or proposal, you are certifying your company is eligible to receive an award per this solicitation. Furthermore, while your company may be listed as certified and verified in VA's Vendor Information Pages, at www.vetbiz.gov, as a SDVOSB, if protested, and based upon the evidence submitted, the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for all re-procurement costs associated with this solicitation. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concern's employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Prospective firms are reminded they must be registered on Vetbiz and CVE Verified prior to award. Further, the SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB). Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.) Professional qualifications necessary for satisfactory performance of required service 2.) Specialized experience and technical competence in the type of work required. 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.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 6.) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 7.) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit Standard Form 330 (SF 330) Parts I and II no later than 3:00 PM, EST on November 20, 2013. All SF330 submittals must be sent to the attention of Tanjia Harris (247), Network Contracting Office 7, 501 Greene Street, Suite 2, Augusta, GA 30038. Fax means are NOT permitted. All questions are to be sent to the attention of Tanjia.Harris3@va.gov. Additionally, 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 4. A printed copy of the firms VetBiz Registry THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. Subject to Availability of Funds. Point of contact is Tanjia Harris, Contract Specialist, Tanjia.Harris3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24714R0092/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-R-0092 VA247-14-R-0092_SRC.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1067221&FileName=VA247-14-R-0092-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1067221&FileName=VA247-14-R-0092-000.docx

 
File Name: VA247-14-R-0092 SF 330.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1067222&FileName=VA247-14-R-0092-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1067222&FileName=VA247-14-R-0092-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03223957-W 20131031/131029234135-134f0052ae9459507ae1430ea309daa0 (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.