DOCUMENT
C -- 564-16-2-649-0005, FY16 VISN APPROVED PROJECT, 564-15-135 - CROSS CONNECTION SURVEY, VA256-16-AP-3035 - Attachment
- Notice Date
- 5/10/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 Keystone Crossing;Fayetteville AR 72703
- ZIP Code
- 72703
- Solicitation Number
- VA25616R0381
- Response Due
- 6/1/2016
- Archive Date
- 9/8/2016
- Point of Contact
- Sonya D Trentham
- E-Mail Address
-
7-5823<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The A/E firm shall, in collaboration with VA staff, accomplish Contract Drawings and Specifications, and provide Construction Period Services to identify all cross connections and recommend corrective actions for any identified cross connection found, inventory all installed backflow prevention devices, determine their suitability to the hazard present, and identify any corrective action that must be taken to bring these devices into compliance and the follow the specifications and codes referenced below. Laws and regulations, as applicable, shall be considered compliance requirements: "Safe Drinking Water Act, 1974 "National Primary Drinking Water Regulations, Title 40 Code of Federal Regulations, Part 141 "Cross-Connection Control Manual, EPA 816-R-03-002 "National Standard Plumbing Code "Uniform Plumbing Code, International Association of Plumbing and Mechanical Officials, 2012 Edition "ANSI A 13.1, Piping Identification VHSO has 37 buildings that will be surveys. The contractor shall inspect each building and a one hundred (100) foot radius surrounding each being surveyed. The goal of this effort is to provide corrective action and recommendations that will insure the Medical Centers compliance with Safe Drinking Water Act (SDWA) requirements to eliminate potential or actual cross-connections. Corrective actions may include replacement or repair of plumbing fixtures, installation of backflow prevention devices (BPDs), and vacuum breakers located at the Veterans Health Care of the Ozarks, 1100 North College Avenue, Fayetteville, Arkansas. A complete scope of work will be provided to firms selected for solicitation. The solicitation is to be issued as a 100% Service Disabled Veteran Small Business Set-Aside under North American Industry Classification System (NAICS) Code 541310. This Small Business Size Standard is $4.5 Million dollars average annual gross revenues for the past three fiscal years. This information is only used for classification purposes in the representation and certification portion of the Request for Proposal (RFP). All offerors must be registered in VETBIZ at http://www.vip.vetbiz.gov and CCR http://www.ccr.gov under NAICS 541310. A/E selection based on the following criteria: recent specialized experience, professional capacity to accomplish work, professional qualifications of staff and consultants assigned to the project, proposed management plan, cost control, estimating effectiveness, schedule control and location of A/E firm and consultant. This notice issued subject to availability of funds and is not a request for proposal. The estimated construction cost range is between $500,000.00 and $1,000,000.00. A/E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Firms interested in being considered for this project are to submit their completed SF 330 electronically (copy attached) to sonya.trentham@va.gov no later than 2:00 P.M. local time on June 1, 2016. The A/E selection criteria shall include: 1) Proposed Design & Management Team, 2)Specialized experience of the firm of similar contracts, 3) Past Record of performance on similar contracts, 4) Location and Facilities of Working Officers, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 10) Awards, and 11) Insurance and Litigation. The completed SF 330 will be evaluated by the Chief Engineer, Fayetteville VA Medical Center. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to VISN 16 Network Contracting Officer for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/VA25616R0381/listing.html)
- Document(s)
- Attachment
- File Name: VA256-16-R-0381 VA256-16-R-0381_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2723231&FileName=VA256-16-R-0381-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2723231&FileName=VA256-16-R-0381-000.docx
- File Name: VA256-16-R-0381 SF330-13a.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2723232&FileName=VA256-16-R-0381-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2723232&FileName=VA256-16-R-0381-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-16-R-0381 VA256-16-R-0381_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2723231&FileName=VA256-16-R-0381-000.docx)
- Record
- SN04112065-W 20160512/160510234938-2c1f79664a1d2fe3ffc899b6a376a489 (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 |