Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
DOCUMENT

C -- Secondary Electrical Panel Corrections B.14, Ph. 2 - Attachment

Notice Date
12/2/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25915R0075
 
Response Due
12/18/2014
 
Archive Date
2/16/2015
 
Point of Contact
Donna Davis, Contractor
 
E-Mail Address
davis11@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 660-14-101-Secondary Electrical Panel Correction, projected at the George E. Wahlen Veterans Affairs Medical Center (VAMC) 500 Foothill Blvd., Salt Lake City, Utah 84148. This will be a Service Disabled Veteran Owned Business (SDVOSB) Set-aside. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The George E. Wahlen Veterans Affair Medical Center (VAMC) is seeking an Architect/Engineering (A/E) firm to provide all A/E services for the investigation, preparation of working drawings, construction documents and cost estimates for the "Secondary Electrical Panel Correction" project at the George E. Wahlen VAMC 500 Foothill Blvd., Salt Lake City, Utah 84148. This project will design electrical systems in order to separate the existing electrical system of the main patient care building, building 14, into three zones so that each zone can be isolated electrically from each other. The building is currently separated into zones A, B, and C and the electrical towers that will house each zoned electrical system will be built as the third phase of this project (not part of this design) will match this zoning for the electrical system. There are multiple runs of electrical feeds for the various panels that must route through each floor of the towers and the towers (towers designed in a subsequent project) must be sized to accommodate these feeds and still leave appropriate clearance per National Fire Protection Association (NFPA) 70 for panel placement. The A/E vendor is to consider future construction that will be in the vicinity of the towers in their design. The designs must coordinate appropriately; as such the selected A/E will need to interface with the Contracting Officer's Representative (COR) on all aspects of the project to ensure compliance with the other projects. A/E is to provide all labor, equipment and materials required for the investigation of the existing site and preparation of design documents; progressive design documents required are as follows: Schematic Design Documents, Design Development Documents, and Biddable Construction Documents. It is required that the A/E hold progress "Over the Shoulder" review meeting with the VA at each of the three stages of document submission. Three copies of plans and specifications are required to be delivered to the VA at each of the three stages of design and a construction estimate is required to be submitted at each stage of design. A construction schedule is required to be submitted with the 100% Construction Documents as a comparative tool for the VA to use against the schedule the construction contractor submits. Basic Construction Period Services are to be provided by the A/E firm for the duration of the construction period. The design must, as a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Space Criteria, Space Equipment Planning System (SEPS), Design Manuals and VA PUBLICATIONS (Master Construction Specifications, Construction Standards, etc.). This project design is to adhere to all building codes and standards including Joint Commission Accreditation Standards, National Fire Protection Association (NFPA) Codes, VA Specifications and Standards, and American Institute of Architects (AIA) Standards unless otherwise approved in writing by VA. Design is to follow all information outlined in VA Technical Information Library located at http://www.cfm.va.gov/til/dGuide.asp unless otherwise approved in writing by VA. Please note: The VA is its own Authority Having Jurisdiction (AHJ) and is, therefore, not necessarily required to comply with the requirements of other AHJs with which the A/E firm may have worked. Work includes, but is not limited to, Architectural, Mechanical and Electrical design services for the Secondary Electrical Panel Correction including but not limited to: (1) field investigation of existing site and building conditions and utility (including capacities) needs of existing building systems; (2) field verification of available record information (as-built drawings, etc.) for accuracy and omissions; (3) interview and work with VAMC staff to determine the best arrangement of the Secondary Electrical Panel Correction and associated systems to improve functionality, accommodate modern equipment and improve overall workflow. The A/E will upon discovery of inconsistencies in specifications contact the Contracting Officer or Contracting Officer's Representative (COR) for further evaluation. The A-E shall incorporate green building and sustainable design practices and elements into project design to the greatest extent practicable and as per VA Sustainable Design & Energy Reduction Manual. The project design shall meet the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings (Guiding Principles) and all energy/water/environmental requirements established by Environmental Protection Act (EPACT) 2005, Energy Independence and Security Act (EISA) 2007, Executive Orders (EOs) 13514 and 13423, and VA Directive 0055. This design (including major mechanical equipment) will require energy modeling (annual building or zone simulation based on local weather data), and analysis during planning and all phases of design to achieve the energy budgets required in the above laws. The typical design analysis will include a Life Cycle Cost Analysis (LCCA) on three different alternatives. A/E firm is to produce documents including construction drawings and specifications, construction schedules, and cost estimates for construction. All work must be designed within a construction cost range of $1,000,000.00 to $2,000,000.00. A/E is required to submit four submissions of material for preliminary review at the 30%, 50%, 95%, 100% development stage for review. The four submissions will each consisting of reports, drawings, specifications, phasing plans, and cost estimate. A third party review of the plans shall take place. A/E firm to provide As-Built Record drawings of As-Constructed conditions in the AutoCAD format currently used by the George E. Wahlen VA Engineering Department. Autodesk Revit © drawings will not be accepted. A/E Firm to submit finalized Contract Document Development to include but not limited to, full set of VA specifications, on CD-disc (MS Word ©) and hard copy. Provide the Contracting Officer a full set of electronic bid documents that can be advertised on Fed Biz Ops. The NAICS code for this project is 541330 Engineering Services with a Small Business Size Standard of $15M. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. Detailed Scope of Work Shall Include: The Pre-Design portion of this project shall verify Records and As-Built information, and perform detailed site investigations to document and evaluate the current conditions of the area of renovation. These investigations shall include photographic documentation of the current existing conditions, and updating of the record documents to reflect the current on site conditions of the existing architecture, and a confirmation of all associated utilities. The generation of Construction Documents will take the mutually agreed results of the Pre-Design analysis, Phase I Design Charrette(s), and Phase I Expansion Master Plan and incorporate those recommendations into detailed construction documents. All Design Work shall be carried out in accordance with the VA A/E Design Submission Requirements and all appropriate VA Directives, Design and Construction Procedures, all applicable Design Manuals, Handbooks, Guides, NFPA Codes, and Master Construction Specifications and all applicable Codes and requirements contained therein. The A/E shall also provide the latest designs available to make the new and renovated spaces as sustainable as possible. The A/E will provide the following in the A/E Scope of Design Services: Prepare detailed cost estimates at each submittal stage for all aspects of this project broken down by trade. Within each trade, provide figures for materials as well as labor. For materials, provide quantities and current unit prices. List the sources of the A/E market research utilized to determine these unit prices. For labor, provide number of hours and hourly labor rates. The A/E shall list the sources of all market research utilized to determine labor rates. Include figures for general conditions, mobilization, supervision, dumpster, profit, overhead, and bonds. Create construction documents (drawings and specifications) for all aspects of the project's design. Provide Basic Construction Period Services including submittal review and acceptance/rejection recommendations, VA equipment database updating, Operation and Maintenance Manuals review, complete and accurate "As-built" drawings including periodic review of contractor's red-lines during construction, commissioning of the new equipment and associated systems and utilities, final inspection that records all deficiencies and results in a "punch list" format and establishing a value for each punch list item. The A/E will provide 100% VA Reviewed and Approved Construction Documents to the VA within 90-Calendar Days of Notice to Proceed, based on the staged submission procedure established in this Statement of Work. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit one (1) copy of their current SF 330 no later than 12:00 PM Mountain Time (MST) December 6, 2014 to Donna.Davis11@va.gov. The emailed file shall not exceed 5MB in total. Offerors will be evaluated on the following descending order of importance criteria: (1) Professional qualifications (education, professional licenses, accreditations) necessary for satisfactory performance of required services; including as a Registered Architect from the State of Utah. (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 on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Offeror shall submit ACASS rating from projects of similar size, scope, and complexity. In the event the offeror does not have ACASS reports, offeror are to have previous customers complete the attached PPQ and submit it with the SF330 (see Attached PPQ). (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (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. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Verification and Evaluation(CVE) at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled 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 service-disabled 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 service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (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) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled 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 service-disabled 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 service-disabled 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 service-disabled 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 service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915R0075/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-15-R-0075 VA259-15-R-0075.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1753124&FileName=VA259-15-R-0075-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1753124&FileName=VA259-15-R-0075-000.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: George E. Wahlen Department of Veterans Affairs Me;500 Foothill Blvd;Salt Lake City, UT 84148
Zip Code: 84148
 
Record
SN03584966-W 20141204/141202234638-5425a0d9625e633c61f05a4392c46028 (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.