Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
DOCUMENT

C -- AE Replace Air Handling Units and Correct Deficiencies Project 583-15-101 - Attachment

Notice Date
11/16/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25116R0023
 
Response Due
12/17/2015
 
Archive Date
3/25/2016
 
Point of Contact
Aaron Lacy, Contracting Officer
 
E-Mail Address
Aaron Lacy, Contracting Officer
(Aaron.Lacy@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Architect/Engineer procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 300 mile radius of the Richard L. Roudebush VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202. 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 541330 and small business size standard of $15 Million. The Architect Engineer (AE) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 583-15-101, Replace Air Handling Units and Correct Deficiencies AE Design located at the Richard L. Roudebush, VA Medical Center 1481 West 10th Street, Indianapolis, Indiana as described below: The A/E design firm shall furnish all necessary architectural and engineering resources to provide a complete construction design package for the replacement, repair or refurbishment of the Air Handling Units (AHUs) identified. All AHUs under consideration currently serve different portions of Bldg. 1 which is occupied with patients and staff. The design must allow for the continuous operation of the Medical Center with minimal disruption to the delivery of patient care. For each of the AHUs under consideration, A/E design firm shall address the following: Provide a description of the existing and proposed HVAC systems and equipment, to include the mechanical condition and any functional deficiencies of existing equipment. Investigate the availability of utilities (electricity, steam, or hot water) for the HVAC equipment and provide description of their status. Indicate the tentative locations of proposed HVAC equipment, including any outdoor equipment. Determine the condition and availability of any spare capacity of the existing systems. Include specific recommendations for meeting the HVAC needs of the project in accordance with latest ASHRAE Standards and VA criteria. Describe the tentative zoning of the spaces, including those proposed with dedicated HVAC systems. Describe the locations of the proposed equipment serving each zone, focusing on the serviceability and maintainability of each major piece of equipment. Provide complete engineering criteria and rationale used for selecting a particular HVAC system, including life cycle cost analysis. Coordinate with the VA HVAC Design Manual to determine the restrictions on the system type and capacity limitations. Include all zone level and space level assumptions and parameters to be used in the analysis. Areas with particularly high internal heat loads should be identified as priorities for redesign of existing systems, with the design goal of optimizing outdoor air temperature reset on chilled water supply temperature setpoint. Simultaneous heating and cooling shall be minimized, except where required for dehumidification. Define energy conservation measures proposed to be used in the HVAC system design. Refer to VA guidelines for the mandated energy conservation requirements and energy consumption goals. State the logic and criteria for selecting each conservation measure. Develop a detailed phasing plan for the execution of all HVAC work, to include demolition, equipment placement and coordination with electrical, plumbing, sheet metal, fire alarm, controls and insulation disciplines. Include infection control and life safety procedures. Work to be performed under this contract includes testing the airflow and water flow balance of the AHU, to include system support components, such as heat exchangers, chilled water supply, circulation pumps and all distribution ductwork, including general and dedicated exhaust. Design shall determine if the air supply volume and temperature requirements for specialized areas, such as clinical and research laboratories, operating rooms, intensive care and isolation rooms, sterile processing areas to include storage of sterile goods, contaminated material handling and storage areas, pharmacy and medical supply storage, food storage and preparation, information technology and communications equipment. All AHUs should be replaced with energy saving type AHUs with the possibility of adding heat recovery units to all of the new Air Handling Units. The use of mixed-air units is also an alternative to heat recovery systems depending on the function of the space served. Design will provide for all work to be installed in a manner to allow the least amount of time that temperature control will be unavailable to occupied spaces. No abandonment of existing equipment will be permitted. Design shall provide for the inclusion of any work required to address deficiencies in supporting structures, roofing systems, insulation, electrical connections, relief fan systems, supply and return ductwork placement and transitions, catwalks and equipment access structures, and any lighting, signage and related safety equipment. Positioning, placement, routing and connection for all new ductwork, piping, electrical, structural and control work must be field-verified by AE and any potential rework of existing building systems required to facilitate new work must be presented to the VA COR for approval. The A/E firm shall provide a preliminary construction schedule which shall include a timeline for projected outages highlighting the facility interruption time frame for each affected area. The A/E firm shall provide and present a detailed project work plan, including schedule, explicit phasing directions, space access and occupancy schedules, work schedules to include off-shift, weekend and holiday work requirements, staging and shop areas, construction waste management, infection and noise control, life safety compliance, wall material and finish schedules in areas where demolition of walls for access is required, work turnaround requirements, property protection and cleanup/restoration requirements. For equipment above ground level that requires lifting, a detailed site plan for lifting equipment, whether ground or air based, shall be provided, to include areas requiring evacuation, safety zones and demarcation, placement plans for ground-based equipment including load bearing capability of underground utility systems and soil suitability, overhead utility and obstruction avoidance, circulation plans to include routine and emergency access, pedestrian access control, and time of day/day of week definition to minimize patient care disruption. A detailed Inspection and Acceptance Testing plan will be developed to provide contractors with acceptance milestones and incremental punch list management direction during construction. The intent of this plan is to provide an orderly method for the VA COR to periodically recognize beneficial use of the completed elements of work. The Inspection and Acceptance Testing Plan shall include all requirements for a complete testing and commissioning by a third party firm of all systems affected by this project. As part of this Plan, the requirements for commissioning shall direct the construction contractor that all commissioning work will be performed in accordance with VA standards. Anticipated time for completion of design is approximately 228 calendar days including time for VA reviews. NOTE: A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner's existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. In accordance with FAR 36.204, the estimated magnitude of the resulting construction price range is estimated to be between $5,000,000 and $10,000,000. Prospective firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. 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 SAM prior to submitting their qualifications package. 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) In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs), an organizational chart of the firm, a design quality management plan, and past compliance with performance schedules (original design schedule vs. actual design completion time) for each key design project listed in Section F. All submissions must be bound in some manner (spiral, wire, binder, etc) and include a CD copy of the Standard Form 330 submittal. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1.Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. 2.Specialized Experience: Including 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.Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time. 4.Past Performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. 5.Geographic Location and Facilities of Working Offices. Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. (In accordance with VAAR 805.207, the geographical area is limited to a 300 driving mile radius of Indianapolis, IN). 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. FAILURE TO CLEARLY ADDRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Completed SF330s shall be sent to NCO 11 Contracting Office, Attn: Aaron Lacy, 8888 Keystone Crossing, Suite 1100, Indianapolis, IN 46240, no later than 4:00 p.m. EST, December 17, 2015. Outer envelope or packaging shall clearly identify Solicitation number VA251-16-R-0023. Any request for assistance with submission or other procedural matters shall be submitted via email only (aaron.lacy@va.gov). No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria listed herein, 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 by April/May 2016. 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/VA25116R0023/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-16-R-0023 VA251-16-R-0023_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2419531&FileName=VA251-16-R-0023-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2419531&FileName=VA251-16-R-0023-001.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: 1481 W. 10th Street;Indianapolis, IN
Zip Code: 46202
 
Record
SN03946718-W 20151118/151116234418-8b7f2822bfe9e4cefb07597d587c2578 (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.