Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
DOCUMENT

C -- 635-16-2-8895-0001 Increase Ele Cap to 9th floor Server Room; Project 635-16-102; VA256-16-AP-2018 - Attachment

Notice Date
3/29/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs; Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25616R0415
 
Response Due
4/28/2016
 
Archive Date
7/27/2016
 
Point of Contact
Ralph L Crump
 
E-Mail Address
6-3612<br
 
Small Business Set-Aside
N/A
 
Description
The VA Medical Center, in Oklahoma City, OK, is seeking Architect-Engineering (AE) Firm to do Increase Electrical Capacity to the 9th Floor at VA Medical Center, 921 NE 13th Street, Oklahoma City, OK 73104. This project will engage an Architect Engineering firm to provide Contract Drawings, Functional Layouts, Specifications, Construction Cost Estimates, Engineering Calculations, and subsequent Construction Period Services for the above referenced project. The project specifically will involve: Increased electrical capacity is needed to accommodate four additional server racks to be added to the main IT server room on the 9th floor of the medical center main building, Building 1 and to convert two of the four existing server room air conditioning units to emergency power. The new server racks will consist of three new equipment racks for RTLS and one additional rack for commercial PACS. Each new rack will require approximately 50 amps, but the existing electrical panels serving the main IT server room have no additional capacity. Additional critical power will also be installed to convert the final two air conditioning units from normal to emergency power. The two existing server room air conditioning units on emergency power do not have the capacity to cool the room on the warmest summer days. This issue will be greatly exacerbated with the installation of the new server racks. The new power will be routed from Electrical Substation #2 on the 1st floor, through the existing "A" electrical riser up 8 floors, and then across the 9th floor to the main server room. This will require the installation of approximately 200 feet of new primary conduit and feeders, main breakers, secondary electrical panels, wiring and panel breakers. The primary feeders will need to pass through 8 occupied medical center floors requiring core drilling through each floor in addition to the installation of the new conduits and feeders. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). The North American Industry Classification System (NAICS) Code is 541310, and the Small Business Size Standard is $7.5 Million. The construction magnitude cost range for this project is $1,000,000.00 - $5,000,000.00. This contract shall be a firm - fixed price. The area of consideration is RESTRICTED to a 200 mile radius of the VA's Oklahoma City VA Medical Center, 921 NE 13th Street, OK, 73104, in which either the A/E Firm's Primary or already established Auxiliary/Satellite Office must be located. Note: The 200 mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal. To be considered for award, an A-E firm must be registered and certified in the Vet Biz database as a Service Disable Veteran Owned Small Business (SDVOSB). A-E firms can obtain Vet Biz registration information and annual confirmation requirements by visiting the Vet Biz web site at http://www.vetbiz.gov. The A-E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Registration in ORCA requires an Marketing Partner Identification Number (MPIN). The firm's DUNS number and MPIN act as its ID and password into ORCA. Information in ORCA must be reviewed and/or updated when necessary, but at least annually in order to maintain active status as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the VA's Center for Verification and Evaluation (CVE) at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. Design Cost All offerors are advised that in accordance with VAAR 836.606-73(a) 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. Additionally, FAR 52.236-22 Design within Funding Limitations 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 Selection Criteria Firms interested in being considered for this project are to submit their completed SF 330 electronically to Ralph.Crump@va.gov no later than 10:00 A.M (CST) on April 28, 2016. The A/E selection criteria shall include solicitation # VA256-16-R-0415, your qualifications and past performance data on Increase Electrical capacity projects designed for a Government agency or private industry Clinic. Selection criteria will be based on: (1)Professional qualifications necessary for satisfactory performance of required services. (2)Specialized experience and technical competence of converting server room air conditioning units to emergency power and increasing power in server rooms. (3)Capacity to accomplish the work in the required time. Please include information concerning current workload, workload in-place but yet to be started, and workload anticipated for the next 12 months. Please specifically address how this requirement would be met when the above workload is taken into consideration. (4)Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please address each of these areas individually on Electrical work done in a hospital or medical center setting. (5)Location of the general geographic area of the project and knowledge of the locality of the project. (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. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This requirement is subject to Availability of Funds. Point of contact is Ralph Crump, Contract Specialist, PH: 405-456-3612. Contracting Specialist Address: Department of Veterans NCO 16, 750 N.E. 13th Street, Oklahoma City, OK 73104. The completed SF 330 will be evaluated by the VA Medical Center Engineer Evaluation Board. Discussions shall be held with three (3) of the most highly qualified firms selected based upon submittal of SF330's. Engineering Services shall provide a listing, in order of preference, to NCO 16 for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. PLEASE NO PHONE CALLS WILL BE TAKEN ON THIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25616R0415/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-R-0415 VA256-16-R-0415.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2642836&FileName=VA256-16-R-0415-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2642836&FileName=VA256-16-R-0415-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04065440-W 20160331/160329234302-dd06cf8321cdedb206e75ce0aaaeccc7 (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.