DOCUMENT
C -- Update Building Service Equipment and PM Services 515-15-114 - Attachment
- Notice Date
- 5/4/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25115R0304
- Response Due
- 6/4/2015
- Archive Date
- 9/2/2015
- Point of Contact
- Jeffery A Ridenour
- E-Mail Address
-
8-1518<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 300 mile radius of the Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI, 49037. This requirement is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. The Architect/Engineer shall provide design services necessary to furnish: field investigation, equipment inventory, Draft Report (35% complete), Draft Final Report (65% complete) and Final Report (95% complete), site visits, cost estimates, drawings, As-Built Documentation, Data Entry into Automated Engineering Management System /Medical Equipment Reporting System (AMES/MERS)(100% complete), and all other related information for Project 515-15-114, Inventory Building Service Equipment at the VA Medical Center in Battle Creek, Michigan. This project will survey all buildings and develop a comprehensive list of all Building Service Equipment installed. Information such as VA EE Numbers, manufacturer, model, serial number, date installed etc. will be collected and used to update the VA AMES/MERS Database. The Contractor will be provided access to the AMES/MERS Database to make all necessary changes, including the establishment of recommended Preventative Maintenance frequencies. Equipment to be inventoried includes: "Water Heaters "HVAC Equipment oAir Handlers oChillers oHeat Pumps oWindow Air Conditioners "Pumps "Exhaust Fans "Air Compressors (Including Medical) "Vacuum Pumps "Elevators "Dock Levelers "Water/Ice Machines "Refrigerators "Freezers "All Medium Voltage Switches "All Transformers "All Automatic Transfer Switches "All Generators not installed under the recent Generator Replacement Project "All Electrical Panels within each Building oMain Switches oMDP oEMDP oSWBW oAll Disconnects, 100A and above oAll Electrical Sub-panels The Engineering Firm shall provide a sample Equipment Inventory Sheet for review and approval by the VA Engineering Section during the Draft Report phase. The VA will provide a sample AEMS/MERS Equipment Data Collection excell spreadsheet and Equipment Inventory Report. The VA will also provide a digital copy of the AMES/MERS Engineering Users Manual at the Kick-Off meeting. The AE will furnish all labor, material, tools, equipment and supervision necessary to enter data into VA AMES/MERS program. The AE will review pertinent equipment regulations along with the existing station maintenance plan, develop a gap analysis to cover areas not previously assessed and complete a new periodic maintenance plan. The new plan will provide a location, equipment condition and type of maintenance. The report will recommended maintenance for all engineering equipment on station based on the manufacurers recommendations, records review, and the field assessment. A written report will detail all of this information and will include details of both the existing and new maintemenace plans to form a single, cohesive document. The AE will provide the document in written and electronic format to allow future updates by the station. The AE will develop drawings of all buildings that detail all equipment present, utilizing CAD based drawings supplied by the station. The AE will abide by the following with respect to records creation, maintenance and management: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government 'IT' equipment and/or Government records. 4.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6.The Government Agency owns the rights to all data/records produced as part of this contract. 7.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. The Engineering Firm will also provide copies of service manuals for all equipment inventoried. The AE will furnish all labor, material, tools, equipment and supervision necessary to perform the existing equipment evaluation (site drawings will be provided). Assessment will include all interior and exterior areas of buildings and outside areas where the items of interest may be present. This will include but not limited to, roofs, attics, above suspended ceilings, accessible pipe chases, crawlspaces, above plaster ceilings (if accessible), all accessible interstitial spaces, penthouses, exterior surfaces and equipment, manholes, and underground tunnels. The IT Security requirements for Certification & Accreditation requirements apply and a Security Accreditation Package is required. The Engineering Firm will be required to complete privacy training prior to beginning any work. The Engineering Firm should expect to spend 3 hours per individual on privacy training through the VA Tenant Management System (TMS) training 10176 and 10203. The AE will receive a total of 190 days to complete the design, broken down as listed in the design instruction and including the required two weeks for government review between stages. See Appendix C of VHA Handbook 6500.6, Contract Security for VA Information System Security/Privacy Language. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. 1Professional qualifications necessary for satisfactory performance of required services. 2Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. (Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously) 4Past record of performance on contracts with the Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Firms with no previous VA experience receive an acceptable rating) 5Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located (Geographical area is 300 driving mile radius of Battle Creek, MI). 6Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. CENTRAL CONTRACTOR REGISTRATION (CCR): Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in CCR prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. VETS-100 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-100A, Federal Contractor Veterans' Employment Report (VETS-100 Report) in all cases where the contractor or subcontractor has received an award of $100,000 or more. Contracting Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-100 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d) for that fiscal year. You are strongly urged to submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, you may check the following website: http://www.dol.gov/vets/programs/fcp/main.htm. See FAR provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (DEC 2001) under the Representations, Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports Veterans (SEPT 2010) under the General Conditions. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Submission Requirements: Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc) and a CD copy of the Standard Form 330. Mail to: Network Contracting Office (NCO) 11 8888 Keystone Crossing Suite 1100 Indianapolis, IN 46240 Attn: Contract Specialist Jeff Ridenour To be received by no later than 2:00 PM local time June 4, 2015. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time, telephone inquiries will not be honored. Any request for assistance with submission or other procedural matters shall be submitted via email only (jeffery.ridenour@va.gov). No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated. Anticipate award of contract with successful AE firm is August 11, 2015. Anticipated time for completion of design is approximately 195 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services after award of the construction project contract. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25115R0304/listing.html)
- Document(s)
- Attachment
- File Name: VA251-15-R-0304 VA251-15-R-0304_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024644&FileName=VA251-15-R-0304-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024644&FileName=VA251-15-R-0304-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-R-0304 VA251-15-R-0304_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024644&FileName=VA251-15-R-0304-001.docx)
- Record
- SN03718911-W 20150506/150504234606-a31c32addfaa1341a713efb7df4a339d (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 |