Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2014 FBO #4505
DOCUMENT

C -- Chiller Plant AE - Attachment

Notice Date
3/24/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Erie VAMC;Acquisitions (Bldg 9 90C);135 E 38th St;Erie PA 16504-1559
 
ZIP Code
16504-1559
 
Solicitation Number
VA24414R0244
 
Response Due
3/4/2014
 
Archive Date
6/2/2014
 
Point of Contact
Paul.Bosak@va.gov
 
E-Mail Address
Contracting Officer
(Paul.Bosak@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Sources Sought Notice for Notice Architect-Engineering Service to perform design services for Project 562-14-5705, Central Chilled Water Plant Design at the Erie VA Medical Center, 135 East 38th Street, Erie, Pennsylvania. The services shall include but are not limited to: site investigation and assessment, architectural and structural design, mechanical, electrical, plumbing, civil and energy engineering. The Contractor shall: analyze and report engineered design options that meet VA defined performance goals, provide notice of and mitigation strategies for potential infection control liabilities (i.e. Legionella), model and simulate complex energy consuming systems, provide and document sustainable design features, develop contract drawings and specifications, provide construction period services that include review of : submissions, commissioning reports, RFI's, and providing recommendations regarding commissioning agent feedback recommendations, contractor change proposals, visit site per VA's request and add to drawings the "as-built conditions" from contractor's record drawings. A/E will respond on site when requested. Design must take into account the requirements of ASHRAE, ASTM, American Architectural Manufactures Association requirements and all other codes and standards regulating. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation Subpart 36.6 and VA Acquisition Regulation 836.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. All designs shall comply with applicable sections of VA publications, "Planning Criteria for Medical Facilities", J-08-09 and "Equipment Guide List", H-08-5. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business's (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310. Estimated construction cost range for this project is between $5,000,000 and $10,000,000 (phased). It is anticipated that a Firm Fixed price contract will be awarded from the Sources Sought Notice. The contract is anticipated to be awarded in June 2014 and design completed (to include all contract documents) within 299 days. The A/E shall develop all Space Programs, Load and Chiller Sizing Calculations, Schematic Design, Design Development, Construction Documents, Construction Administration Services, Technical Specifications, Life Cycle Cost Analysis, and Cost Estimates, for the "Central Chiller Plant and System" at the Veterans Affairs Medical Center (VAMC) in Erie, PA. Successful offeror is required to furnish all labor, materials, tools, equipment and professional A-E services necessary to complete the entire project and submission requirements. All work must be designed within a construction price limit. The A/E will provide a cost estimate at each review and a final cost estimate to perform the above work and will design only those items that can be provided within the cost limitation. SELECTION CRITERIA: Selection criteria will be in accordance with FAR 36.602-1 and VAAR 836.602-1, which at a minimum will include, but not limited to, the following short list criteria and selection criteria. 1.Professional qualifications necessary for satisfactory performance of required service 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 in contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 5.Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project 6.Acceptability under other appropriate evaluation criteria. 7.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness 8.Record of significant claims against the firm because of improper or incomplete architectural and engineering services 9.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ADDITIONAL SELECTION CRITERIA: 1.Selection criteria as identified in VAAR 852.215-70 Service Disabled Veteran Owned Small Business. 2.Team Proposed for this Project, background of the personnel-Project Manager, Consultants, other key personnel. 3.Proposed Management Plan- Team organization, design and construction phase, in-house capabilities. 4.Proposed QC/QA plan for design- Team organization, design and construction phase, in-house capabilities. 5.Previous Experience of A/E firm-Project experience on contracts similar to this work involving energy efficient, central chilled water plants serving a hospital campus. 6. Proposed Design Approach for this Project- Design philosophy and method of selecting, evaluating and implementing, energy conservation/sustainable design, anticipated problems and potential solutions. 7.Staff availability and workload management of Prime and consultants- Formal plan to prevent over-obligating consultant staff and resources potentially working on this project and projects from other clients. 8.Project Control- Techniques planned to control the schedule and costs, and Personnel responsible for schedule and cost control. 9.Estimating Effectiveness-Five most recently bid projects. 10.Life cycle cost analysis and reporting- Three most recent life cycle cost analysis reports for central utility plant projects using advanced energy calculation methods. 11.Central plant energy simulation-demonstrated experience performing energy simulation with 8,760 hour modeling software (i.e. DOE2, eQuest, HAP, Trace). This includes modelling annual energy usage for optimized equipment (i.e. chiller, cooling tower, pumps) configuration/sizing. Simulation based analysis shall generate baseline design systems and system energy conservation measure(s) to be applied within life cycle cost analysis. 12.Miscellaneous Experience and Capabilities- Energy conservation and new energy resources, CAD and other computer applications, Value Engineering and life cycle costs analyses, Past projects of this type, CPM and Fast Track Construction. 13.Demonstrate success in prescribing the sustainable construction features (i.e. use of recovered materials and achieving waste reduction and energy efficiency) in facility design as used in certification programs like LEED or Green Globes. 14.Insurance and Litigation- Types and amounts of liability insurance carried, and any litigation involvement over the past five years and their outcome, significant claims against the firm of improper or incomplete services. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) CD copy of Parts I and II no later than 2:00 PM (EST) on Friday, April 25, 2014. All SF330 submittals must be sent to the attention of Paul Bosak (90C), Erie VA Medical Center, 135 East 38th Street, Erie, PA 16504. Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of Paul.Bosak@va.gov. The deadline for submitting questions is Monday, April 14th, 2014. 04 Additionally, the submission must include an insert detailing the following information: oDun & Bradstreet Number oTax ID Number oThe e-mail address and phone number of the Primary Point of Contact oA printed copy of the firms VetBiz CVE Verification In order to assure compliance with FAR Clause 52.219-14(b)(1) - Limitations on Subcontracting, all firms submitting SF 330's for this project 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) Submitting firms are reminded that 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. Also, the service connected 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 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 Personal visits by A-E firms, for the purpose of discussing this announcement or the Submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Note: PRIOR to submittal of SF 330 the Prime AE Firm must be registered in VetBiz and must have CVE verification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC562/VA24414R0244/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-R-0244 VA244-14-R-0244.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1270573&FileName=VA244-14-R-0244-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1270573&FileName=VA244-14-R-0244-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03318145-W 20140326/140324234304-f39b9df5c625f9e0f15facba58c66f59 (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.