DOCUMENT
C -- UPGRADE IMAGING HIGH VOLTAGE - Attachment
- Notice Date
- 3/27/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ATTN: SANDRA L. FISHER;Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
- ZIP Code
- 13210
- Solicitation Number
- VA52814R0134
- Response Due
- 5/23/2014
- Archive Date
- 8/30/2014
- Point of Contact
- Sandra L Fisher
- E-Mail Address
-
25-4694<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) to Upgrade Secondary Electric Service project # 528A7-14-705 This is a 100% total service disabled veteran owned small business set aside. This design encompasses the upgrade of the secondary electric service at the Syracuse VA Medical Center. Design will encompass at least two phases. A comprehensive electrical master plan has previously been developed which will be supplied to the highest rated firms A/E for this design. A/E will be expected to use the master plan as a starting point for the conceptual layouts and fully understand the long range plan so as to accommodate those plans into the designs. Phase #1: Upgrade and replacement of normal switchgear and substations. This phase will replace the existing secondary substations and normal power switchgear. In addition this phase will redesign the 480V circuits currently feeding high voltage imaging equipment on ground, 2nd and 3rd floors of building #1. Removal of step up transformers and associated appurtances in main electric room will address a number of electrical clearance deficiencies and create necessary space in electrical rooms for subsequent phases. Electric rooms will be reworked requiring some minor architectural design. Substations to be right sized to handle existing and future growth. All connection points should be outside the main electrical room (e.g. pipe basement), in order to reclaim as much useable space inside the switchgear room as possible. Phase #2: Replace and upgrade of emergency switchgear, transfer switches and emergency generators. This phase will also complete the separation of emergency circuits into a code compliant emergency distribution system. Emergency power system to be right sized to handle existing and future 208V load. Services shall include, multi-disciplinary investigative services, initial conceptual drawings, attending required design/review meetings, preparation of contract drawings and specifications, cost estimating services, and construction period services which shall include final punch list compilation and as-built drawings. Deliverables being provided to the VA will include initial conceptual drawings, 30%, 60%, 90%, and 100% drawings and specifications for review and approval, and 100% construction documents provided in multiple sized copies. A copy of the space plan will be distributed to the highest ranked top three selected firms. The intent is for the design to occur during FY2014 and continue through FY2015 with construction in early FY2016 or FY2017. The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: 1. Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Submit resumes for SDVOSB Owner, Project Manager, Lead Electrical Designer /Engineer, Electrical Field Investigator- (one who will be responsible for verifying existing conditions) Lead Architect ONLY. Also include Certificate of authorization to work in New York State, Current SDVOSB certification. Current Professional certifications and or licenses for whom will be stamping the drawings. 2. Proposed Management Plan and Approach (management plan for the design phase and the construction phase as well as overall design philosophy). If firm is partnering with one or more subcontractors describe experience team has had working together in a major electrical project. Provide a narrative of how your firm will approach a project of this magnitude. Talk us through from initial contract award to 100% design. Describe why the team is constructed as it is and describe benefits of such an organization. Describe role of team in construction period services. Include information on how the prime firm will perform 50% or more of the work. 3. Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at VA Medical Centers and). Include a short narrative of what each of the teams roles will be in this contract and their general experience with major electrical projects in existing hospital facilities. Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List individual(s) that be doing field investigation on this project and their past experience and knowledge of the Syracuse VA Medical Center. 4. Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) experience on projects (no more than five (5)) awarded within the last three years for hospital work similar in size, scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed: - Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance. - Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses and phone numbers of subcontractors used. Related experience should include switchgear and substation replacements in existing hospital facilities, switchgear and substation replacements in existing industrial facilities, arc resistant switchgear installations, and/or paralleling switchgear and emergency generator replacements in existing hospital facilities. 5. Location (proximity of facilities and personnel to the geographical area of the work; corporate knowledge of local conditions related to the locality of the project as well as local market conditions) 6. Capacity (to accomplish the work in the required time: work will be accomplished within 12 months after Notice to Proceed is issued) 7. Estimating Effectiveness (construction estimate versus construction award amount) Provide 5 recent projects estimated within Central New York market and include final estimate, construction bid award amount, and % amount of change notices based on initial bid award. For estimating effectiveness, include only hospital projects in New York State. VA work and hospital work within Upstate New York will be graded higher. Include who is responsible for quality control/ quality assurance of drawings and how that process works with subcontractors. 8. Insurance and Litigation (identify the type and amounts of liability insurance carried and who the provider is. Identify litigation involvement over the last five years with resulting outcome). The area of consideration is restricted to prime firms with main offices and key personnel to be assigned to the designs located within a 400 mile radius of the Syracuse VA Medical Center as indicated by a mapquest.com driving directions search from the prime designer to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210. The address of the prime designer will be a main office of the prime designer, not a satellite office or an office of another company. All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows: All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size with margins of no less than one (1) inch on all sides. In page limits discussion, one (1) page refers to one side of a typed page. Section D - Organizational Chart of Proposed Team 1.Limit of one page for this section Section E - Resumes of Key Personnel Proposed for this Contract 1.Limit of one page per resume 2.Limit of 10 resumes total Section F - Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract 1.Limit of one page per project 2.Limit of 5 projects total Section H - Additional Information 1.Include Proposed Management Plan and Approach 2.Include discussion of the following evaluation factors: a.Location b.Capacity c.Estimating Effectiveness d.Project Control e.Insurance and Litigation 3.Overall limit of five (5) pages for this section Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY by submitting a CD containing an electronic copy of the Standard Form 330 in *.pdf format no later than 23 May 2014 by 1000 A.M. EST. The overall size of the file cannot exceed 8MB; if additional space is required, divide the file into segments with each file size less than 8MB. No more than the first 2 files at 8MB each will be considered. PLEASE NOTE: ALL SF330s MUST be sent on CDs and NO OTHER METHOD WILL BE ACCEPTED. CDs of SF330s must be sent to the following address: Sandra L. Fisher, Contract Specialist Department of Veterans Affairs Syracuse Medical Center 800 Irving Ave Bldg. 2 Rom D02 Syracuse NY 13210 Electrical Engineering NAICS 541330 applies. Service Disabled Veteran Owned Small business size for this NAICS is $7.0 million. Construction cost estimate is between $5,000,000 and $10,000,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52814R0134/listing.html)
- Document(s)
- Attachment
- File Name: VA528-14-R-0134 VA528-14-R-0134.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1277857&FileName=VA528-14-R-0134-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1277857&FileName=VA528-14-R-0134-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-14-R-0134 VA528-14-R-0134.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1277857&FileName=VA528-14-R-0134-000.docx)
- Record
- SN03321902-W 20140329/140327234525-b8bbe30aff51cfb1831d8e63e3aaead9 (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 |