DOCUMENT
C -- Replace Domestic Water Distribution System - Attachment
- Notice Date
- 7/27/2016
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Parkway, Suite 560;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24816R1430
- Response Due
- 8/26/2016
- Archive Date
- 11/24/2016
- Point of Contact
- Danny Weger
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL OR REQUEST FOR QUOTE AND NO SOLICITATION DOCUMENTS ARE AVAILABLE AT THIS TIME. THIS IS A SOURCES SOUGHT DOCUMENT ONLY. The VA Medical Center in Tampa FL intends to award a contract for Architect/Engineering (AE) design services for the complete construction documents (working drawings, specifications, and reports), estimates and construction period services associated with the AE design services to redesign the domestic water systems in building 1, which includes hot water, hot water return, and cold water mains. This new system shall reduce and consolidate the existing risers to centralized locations in each wing of the building. Through consolidation, each wing of each floor shall have an individual shutoff location that is readily assessable for maintenance personnel. The design shall include new controls and fixed equipment, as well as, addressing minimizing the chances of Legionella by eliminating redundant piping, dead ends in branches, or other engineering practices designed to combat Legionella. This new system shall be designed to tie-in to all newly renovated spaces in the building, as well as, easy connectivity for future renovations. The AE design will comply with the latest VA design standards located in the Technical Information Library (TIL) (http://www.cfm.va.gov/TIL/ ). This project will be designed by the selected A/E and bid deductive alternatives will be developed to ensure construction awarded within available funding. The detailed project designs should begin with an on site physical survey of the proposed construction location. Work will be completed, excluding construction period services, within 275 days after receipt of the Notice to Proceed. The NAICS code associated with this project is 541330, and the Small Business size standard is $15M in annual gross revenues averaged over the past three years. This acquisition will be a 100% Service-Disabled-Veteran-Owned Small Business (SDVOSB) set-aside and in accordance with VAAR 805.207, this competition is limited to those individual firms and joint ventures whose offices are located and licensed within the State of Florida. All offerors must have their own DUNS number for the Florida location and have sufficient staff at that location to perform the work, be registered in the System for Award Management (SAM) website located at http://www.sam.gov and registered as a certified Service Disabled Veteran Owned Small Business at the website, http://www.vetbiz.gov. A copy of the offeror's CVE certification letter must be included in the package. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms shall submit electronic copies of their qualifications and past performance data on Standard Form SF 330 (available at www.gsa.gov/forms) via email to danny.weger@va.gov. Phone inquiries and faxes will not be accepted. In addition to the SF 330's, offerors must include a cover sheet containing the following information: Company name, address and phone number; name and email of primary point of contact; socio-economic status of and DUNS number for Contractor and all proposed consultants; tax ID number. The submission must also include a copy of the firm's CVE certification letter. Those firms desiring consideration should email their SF 330 to danny.weger@va.gov by no later than 3pm, Friday, August 26, 2016. Questions concerning this solicitation should be e-mailed to the Contracting Officer at danny.weger@va.gov. Phone inquiries will not be accepted. Questions must be received no later than noon, Thursday, August 11, 2016. Questions will not be accepted after that time. Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836-602-1. Firms SF330's will be evaluated based upon: a. Professional qualifications necessary for satisfactory performance of required services; b. 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; c. Capacity to accomplish the work in the required time; d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; e. 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; f. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; g. Record of significant claims against the firm because of improper or incomplete architectural and engineering services; h. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; and i. Acceptability under other appropriate evaluation criteria. Firms will be evaluated by an evaluation board whose evaluations will include, but are not limited to a subject assessment of the criteria above. A minimum of three of the most qualified firms will be invited to interview with the selection board and will again be evaluated by the VA board. The firm with the highest evaluation will be selected and asked to negotiate a fair and reasonable price. Point of contact for this acquisition is Danny Weger, Contracting Officer, e-mail: danny.weger@va.gov. Any questions must be submitted via e-mail. Phone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24816R1430/listing.html)
- Document(s)
- Attachment
- File Name: VA248-16-R-1430 VA248-16-R-1430.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2900851&FileName=VA248-16-R-1430-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2900851&FileName=VA248-16-R-1430-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-R-1430 VA248-16-R-1430.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2900851&FileName=VA248-16-R-1430-000.docx)
- Place of Performance
- Address: James A. Haley VA Medical Center;13000 Bruce B. Downs Blvd;Tampa, FL
- Zip Code: 33612
- Zip Code: 33612
- Record
- SN04199136-W 20160729/160727235904-308e9524b41b7a5a8f09a637ea64bcf4 (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 |