Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
DOCUMENT

C -- Project 603-16-101, AE Design: Replacement of Fire Alarm System - Attachment

Notice Date
8/25/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9 (90C);behalf of Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, Kentucky 40206
 
ZIP Code
40206
 
Solicitation Number
VA24915N0122
 
Response Due
9/25/2015
 
Archive Date
12/24/2015
 
Point of Contact
Roxie Ann Keese
 
E-Mail Address
7-6108<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Robley Rex VA Medical Center in Louisville, Kentucky has a requirement for professional Architectural/Engineering services for the performance of Project#603-16-101, Replacement of Fire Alarm System. Scope of Work Includes: Provide all A/E services necessary for the design and installation of replacement of the Fire Alarm System (project #603-16-101) as described herein. This project will modernize the fire alarm system from building to building throughout the Robley Rex VAMC campus by replacing the hard wire network with a modern fiber optics network. Buildings 1, 3, 4, 5, 6, 8, 12, 20, 22, 24 and 27 will be reconnected with fiber optics and buildings 7 and 19 will be connected for the first time to the other buildings fire alarm network with a fiber optics line. Buildings 7 and 19 currently have their own fire alarm system. The project will also replace the NAC and zone control boxes as well as upgrade the monitoring and controls interface. Develop a method to transmit the fire alarm status to remote locations on campus and include the design for three locations. A.A Government Estimate for the construction phase of this will be provided under the Request For Proposal. B.Construction phase A/E services shall be provided under the resulting contract action. C.As-Built Drawings a)The construction contractor's as-built drawings shall be reviewed on a regular basis and revisions made to the appropriate AutoCAD files. All variations or changes shall be shown in the same general detail as used in the contract drawings. b)The A/E shall deliver approved completed sets of as-built drawings to the Contracting Officer or the Contracting Officer's Representative (COR) within fifteen (15) calendar days after each completed phase and after final acceptance of the project by the COR (Final drawings will be submitted on E size vellum and in electronic format, Auto CAD 2010 (or newer) and PDF on CD or DVD. c)Follow established drawing standards. All objects and associated text shall be drawn in model space with similar objects on appropriately named layers. Only the drawing border and associated text may be drawn in paper space. d)An AutoCAD file shall be delivered for each paper drawing developed for the project. This file shall be purged of all extraneous references and all external references and blocks shall be bound to the file. e)The A/E shall update the VA's architectural drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum and in electronic format, Auto CAD 2010 (or newer) and PDF on CD or DVD. f)The A/E shall update the VA's electrical drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum, shop drawings will be replaced in kind, and in electronic format, Auto CAD 2010 (or newer) and PDF on CD or DVD. g)The A/E shall update the VA's mechanical drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum, shop drawings will be replaced in kind and in electronic format, Auto CAD 2010 (or newer) and PDF on CD or DVD. ? NAICS code 514310 is applicable to this procurement. The Small Business size standard is $7.5M. A short list of the three most highly rated AE firms shall be determined from the selection of AE submissions received under this announcement. Only the three most highly rated AE firms will be provide further consideration under this requirement. Those firms not selected will be notified of their exclusion from the competitive range of highly qualified AE firm. Selection of firms will be made based on the following criteria: 1)Professional qualifications necessary for satisfactory performance of required services; 2)Previous Experience of Proposed Team-provide the specific experience and qualifications of the personnel proposed as Key Personnel for this project. 3) 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; 4) Capacity to accomplish the work in the required time; 5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 6) 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. Firms must be within a 300 mile radius of the Robley Rex VA Medical Center campus. 7) Acceptability under other appropriate evaluation criteria This requirement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with 38 U.S.C., section 8127(d). To be eligible to submit an offer or receive an award all offers must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified SDVOSB are eligible to submit an offer or receive an award that is set-aside for SDVOSB in accordance with 38 CFR Part 74. Contractors that are not verified and viewable in vetbiz at the time of submission of offer or at the time of award shall be determined as "to not be an interested party and its proposal will not be considered further nor will be considered for award." This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). FAR Clause 52.236-2 ( c ), Design Within Funding Limitation will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The estimated range of the construction costs related to this requirement will be provided in the solicitation. The most highly rate AE firm shall be further advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Interested A/E firms must submit one (1) hard copy of the Standard Form (SF)330, along with one (1) electronic copy on Compact Disc in "Adobe Acrobat pdf" format. Submissions must be received No Later Than 2:00pm ET, on September 25, 2015. Submission By Electronic Mail is NOT AUTHORIZED. Submission Requirements should be sent to the following: Department of Veterans Affairs Network Contracting Office (NCO) 9 On behalf of the Robley Rex VA Medical Center c/o: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue Louisville, Kentucky 40206-0001 THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE SEEKING QUALIFIED ARCHITECTURAL AND ENGINEERING FIRMS WITH THE CAPABILITY TO PERFORM THE WORK. THE GOVERNMENT WILL NOT PROVIDE ANY REIMUBURSEMENTS TO CONTRACTORS SUBMITTING THEIR QUALIFICATIONS FOR THIS REQUIREMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA24915N0122/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0122 VA249-15-N-0122.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2275814&FileName=VA249-15-N-0122-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2275814&FileName=VA249-15-N-0122-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03854818-W 20150827/150825235845-f0690838bd8e1f1d5e70076b65ef20f9 (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.