DOCUMENT
B -- Plumbing and Mechanical System Study Project Number 632-14-103 - Attachment
- Notice Date
- 6/19/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314I1190
- Response Due
- 7/21/2014
- Archive Date
- 10/28/2014
- Point of Contact
- Richard Adu
- E-Mail Address
-
d.Adu@va.gov<br
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS. THE GOVERNMENT WILL NOT PAY FOR 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, James J. Peter VA Medical Center is seeking a qualified Architect/Engineering (A/E) services complete drawings, cost estimate, technical reports, specifications and construction period services for Project Number 620-14-211 Plumbing and Mechanical System Study for Northport VA Medical Center, 79 Middleville Road, Northport New York 11768-2200. This procurement is restricted to 100% Veteran Owned Small Business (VOSB) firms Set Aside. 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. The anticipated award date of the proposed A-E Contract is on or before September 30, 2014. 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. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns". In order to assure compliance with this clause, 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 concerns 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). LOCATION Northport VA Medical Center, 79 Middleville Road, Northport, New York 11768-2200. SCOPE OF SERVICE REQUIRED I. Scope of Work: Background This study will require detailed field site work to physically identify all the dead legs as defined in this solicitation. The work will include opening ceiling tiles and access panels so that Bidder can inspect and measure the distribution pipes to determine which lines fall within the dead leg definition as defined in this solicitation. VA defines a dead leg as a length of pipe with one end open to the system and the other end terminating at a cap, closed valve or fitting, or a plumbing fixture. The following is a breakdown of the types of dead legs the Bidder shall identify as part of this solicitation: 1.Pipe lengths greater than 6 feet terminating at a cap. 2.Pipe lengths greater than 6 feet terminating at a closed valve. 3.Pipe lengths greater than 6 feet terminating at a fitting. 4.Pipe lengths greater than 6 feet terminating at an infrequently used plumbing fixture. An infrequently used plumbing fixture is a fixture where the hot water line or cold water line is run less than once each day. 5.Pipe lengths greater than 25 feet terminating at a frequently used plumbing fixture. A frequently used plumbing fixture is a fixture where both the hot water line and cold water line are run at least once each day. This study will also provide the VA a detailed set of record drawings in AutoCAD 2011 reflecting the entire existing domestic water piping system of various Northport campus buildings as defined in this solicitation. II. Specific Requirements: This project will take place at Northport campus. The project will have a COR assigned to coordinate all VA functions. Project completion date will be 320 days from the kick off meeting. This is a multi-phase project that requires the Bidder to access each floor, room, corridor, and area at all active buildings at the Northport campus. Phasing is high priority in order to reduce impact to the medical center and meet the required completion date. VA has identified which areas of the hospital shall be done in evenings, weekends, and during the normal business hours. The Bidder is required to develop a phasing plan that meets the requirements for all tasks identified in this scope for completion time. This phasing plan shall be utilized throughout the duration of the project to ensure successful completion by the completion date. The COR will coordinate with the medical center and Bidder to ensure these areas are cleared for Bidder to perform the study prior to work commencing in each area. Bidder shall provide Secure File Transfer Protocol (SSFTP) system for use throughout the duration of project. Site shall be in place within 10 days after contract award. Site shall remain open until final construction contract is complete. This site is intended for Bidder and VA use. Site shall be compatible to access and open AutoCAD 2011, all Microsoft Office 2010 programs (Word, Excel, Project), and pdf files. Site Visit: A site visit is mandatory for all prospective bidders. The VA will not award a contract to any bidder that does not attend the site visit. All work shall be performed in accordance with: Supplement B Safety and Health During Construction Activities, EC-051 All AutoCAD work be performed per VA Technical Information Library (TIL): http://www.cfm.va.gov/TIL/sDetail.asp Standard Details (PG-18-4) The Bidder shall develop a phasing plan based on parameters defined in the SOW and contract documents. The VA will coordinate all moves and relocations required to vacate rooms. The Bidder shall comply with the infection control policy as defined in EC-051. The Bidder shall meet with the Infection Control Manager and COR for each area to obtain permit and approval prior to the commencement of any work. Working Hours Normal Business hours: Monday - Friday, 7:00AM - 4:30PM Evening Work: 6:00PM - 6:00AM Weekend Hours: Saturday and Sunday, 24 hours per day Bidder shall not leave materials and working tools accessible when not in use. Bidder shall remove all tools and materials daily at the end of each working day. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: 1. The A/E shall perform the work required by this contract within the limits of the following schedule. He/She shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following dates: ITEMDATE Receive Notice to Proceed (NTP)TBD Deliver Preliminary Design45 calendar days from NTP Review Preliminary Design 60 calendar days from NTP Deliver 65% of Working Drawings150 calendar days from NTP Review 65% Working Drawings 170 calendar days from NTP Deliver 95% Working Drawings 230 calendar days from NTP Review 95% Working Drawings 250 calendar days from NTP Deliver 100% Working Drawings and Bid Documents300 calendar days from NTP Review 100% Working Drawings and Bid Documents 320 calendar days from NTP Construction Completion (Estimated)TBD COST RANGE Estimated Construction Cost Range: This is a study and there will not be construction related to this project. The estimated cost range for the AE services is between $500,000.00 and $1,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. COMPLETION TIME FOR DESIGN 320 Calendar Days after award notice. SELECTION CRITERIA DESCRIPTIONS The Department of Veterans Affairs shall evaluate each potential contractor in terms of its: (1)PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials." (3)CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. i.List current projects with a design fee of greater than $20,000 being designed in the firms' office. ii.Indicate the firms' present workload and the availability iii.of the project team (including sub-consultants) for the specified contract performance period; iv.describe experience in successfully delivering projects per v.performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4)PAST PERFORMANCE VISN3 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). vi.Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. vii.Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms' ability to work with government entities and design standards or similar relevant experience with other entities. i.Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If known documentation exists, so state. ii.Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired. Past Performance Questionnaires (Attachment 1 to this Source Sought): i.Respondents shall complete Section A (General Information) of the Past Performance questionnaire and provide it to VISN3 representative as part of the SF 330 submittal package. ii.Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each past performance Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) for a minimum of three (3) identified in its SF 330 Section F, "Example Projects Which Best Illustrate Proposed Team's Qualifications For This Contract". Sections B through D of the questionnaire shall be completed ONLY by the contract customer. iii.The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to VISN3 by the SF 330 submittal package due date identified in the Sources Sought iv.Past Performance Questionnaire sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent's contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to VISN3 at the address listed in section E.1 of this Sources Sought, no later than the SF 330 submittal package due date designated in this Sources Sought (Ref. Sources Sought section F.2). E-mailed Past Performance Questionnaire Sections B through D will be accepted from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail. Respondents are notified that VISN3 may use any additional sources of information (such as, but not limited to the Architect-Engineer Contract Administration Support System (ACASS) or the Army Corp of Engineers' central database of past performance) available to it regarding the Respondent's relevant experience and past performance and consider the information thus obtained as part of this evaluation. (5)LOCATION viii.The A/E Firm proximity to the VA Hudson Valley Healthcare System, Montrose, NY 10548 is an evaluation criteria. ix.This distance is determined according to http://maps.google.com/ x.This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. (6)Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (9)ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA A/E SELECTION CRITERIA LIST 620-14-211 Plumbing and Mechanical System Study RequiredCriteriaWeighting XProfessional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 10% XExamples of specialized experience and technical competence in various disciplines required for specific project.5% XCapacity to Accomplish the work in the required time10 % XPast experience and performance on government contracts. 10% XProximity of firm or working office providing professional services to the facility. 5% XReputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.5% XRecord of significant claims against the firm because of improper or incomplete architectural and engineering services.5% XSpecific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 10% XVolume of VA work within the past 12 months based on fees received.5% XQualifications and performance of sub-consultants proposed for the project.10% XCost control capabilities and level of estimating effectiveness including specific examples.10% XCurrent projects being performed for government agencies, health care facilities (including psychiatric) and private industry.5% XComputer capabilities, including drawings on AutoCAD 2011/2012 and specifications on Microsoft word using the VA Facilities Management Master Specification Format.5% XDetail of firm's management philosophy and organization.5% `Total100.0% LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION OF 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 (2) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 2:00 PM, EST on Monday July 21, 2014. All submittals must be sent to the attention of Richard Adu (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 (Richard.Adu@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/VA24314I1190/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-I-1190 VA243-14-I-1190.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439569&FileName=VA243-14-I-1190-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439569&FileName=VA243-14-I-1190-000.docx
- File Name: VA243-14-I-1190 P01 Statement of Work - 632-14-103 Legionella Plumbing Field Study Revised.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439570&FileName=VA243-14-I-1190-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439570&FileName=VA243-14-I-1190-001.docx
- File Name: VA243-14-I-1190 P01 Supplement B - 632-14-103 Legionella Plumbing Field Study.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439571&FileName=VA243-14-I-1190-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439571&FileName=VA243-14-I-1190-002.docx
- File Name: VA243-14-I-1190 P01 FTP Data Call_112513 1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439572&FileName=VA243-14-I-1190-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439572&FileName=VA243-14-I-1190-003.pdf
- File Name: VA243-14-I-1190 P12 Campus Map Attachment A.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439573&FileName=VA243-14-I-1190-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439573&FileName=VA243-14-I-1190-004.pdf
- File Name: VA243-14-I-1190 AE Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439574&FileName=VA243-14-I-1190-005.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439574&FileName=VA243-14-I-1190-005.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-14-I-1190 VA243-14-I-1190.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1439569&FileName=VA243-14-I-1190-000.docx)
- Place of Performance
- Address: Northport VA Medical Center;79 Middleville Road;Northport, New York
- Zip Code: 11768-2200
- Zip Code: 11768-2200
- Record
- SN03401233-W 20140621/140619235537-33c74a9d1b35590faa1399712fb2fa2f (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 |