DOCUMENT
C -- A/E Remove Fuel Storage Tanks - Attachment
- Notice Date
- 11/20/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- VA24417N0172
- Response Due
- 12/2/2016
- Archive Date
- 1/31/2017
- Point of Contact
- Elizabeth Morin
- E-Mail Address
-
Elizabeth Morin, Contracting Officer
(elizabeth.morin3@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Remove Fuel Storage Tanks, Project 542-15-205 This is not a request for proposals. This announcement is being issued in accordance with the Selection of Architects and Engineering (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (3/2013 Edition) and CD from qualified and eligible 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional A&E services for Project No. 542-15-205, Remove Fuel Storage Tanks. General Intent: The Architect & Engineer firm shall determine the specifications and design to conduct a project for the removal of the Underground Storage Tanks (UST) to include certificates, services, materials, labor, supervision, management, management support, transportation, supplies, and equipment required to design a project to excavate and remove existing tanks that are currently registered as temporary out of service, provide for environmental testing of soils to determine if contamination exists, remediate if contamination is determined and restore area to its original physical state. Scope: The Coatesville VAMC will provide the Architect & Engineer and subsequent contractor with information on the current status of all eight temporary out of service underground storage tanks and all associated fuel sensing, measuring, powering and transporting fuel accessories located at the Coatesville VA Medical Center Campus. The tanks and accessories to be removed are located adjacent to and previously serviced former generators in buildings 1, 71, 75, 79, 81, 100, 138, 139. Removal will occur in accordance with Pennsylvania Department of Environmental Protection Technical Guidance Document 263-4500-601 entitled, Closure Requirements for Underground Storage Tanks. BLDG DATE TYPE FUEL GAL ID# GROUND 1 1994 DWF DIESEL 2,000 621528 U 71 2002 CDWS DIESEL 1,500 797465 U 75 2002 CDWS DIESEL 1,500 797463 U 79 2002 CDWS DIESEL 1,500 797462 U 81 2002 CDWS DIESEL 1,500 797464 U 100 1985 F DIESEL 2,000 621527 U 138 1981 F DIESEL 1,000 621530 U 139 1986 F DIESEL 1,000 621529 U CDWS COATED DOUBLE WALLED STEEL DWF DOUBLE WALLED FIBERGLASS F FIBERGLASS Additionally, the Building One Generator (Onan Model # 250DFAC Serial # J920489442) and Automatic Transfer Switch (ATS) were deemed cost prohibitive to add to the original project. This entire system and its accompanying devices are to be removed leaving the building in a completely functional state. These items include, but are not limited to the Generator, the ATS, Veeder Root fuel safety and sensors, underground piping, exhaust systems with the penetrations and anchor holes to be properly sealed to building code standards. The wiring from the former ATS shall be placed in a functional state, all wiring for the generator shall be removed from the equipment to the breaker panel, abandoned below the concrete pad and sealed flush. The electrical disconnect, battery charging station, day tank, and any and all items associated with the generator and fuel shall be removed and the area properly cleaned and free from fluid residuals. All three louvers shall be removed and sealed from the weather with appropriate siding as chosen by the Contracting Officer Representative (COR). All grounds shall be properly back-filled and tamped at three foot increments. The top layer of the soil shall be the appropriate top soil, graded smoothly and with the proper pitch and/or swale, and covered with a Hydroseed type of product, and covered with straw and retention netting. Requirements The Architect and Engineering firm shall provide all professional services necessary to develop complete drawings, specifications, cost estimates, project phasing, site visits and construction period services associated with the removal of eight (8) UST s and all associated piping and electrical systems to the source within the constraints of the construction budget consistent with the Coatesville Veterans Affairs (VA s) project team goals as prioritized during project meetings and field surveys. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. In order to minimize patient safety and inconvenience, and maximize a minimal down-time there are several critical points to be adhered to: No power will be disconnected unless approved by the COR in order to ensure that life safety and functionality to the patient ward which is considered the highest priority. Frequent after-hours work must be conducted and must be highly coordinated with the COR, the Electricians, and the CVAMC medical staff. Throughout the entire project, an applicable sized portable generator will power the load (the facility or individual circuits) in order to minimize time without power, specifically in Building One. The CVAMC is an open campus with 450 live-in patients and extensive out-patients. The contractor will be thoroughly briefed and responsible on the need for patient safety with respect to the use of tools. Contractors shall remain highly flexible to rearrange scheduling around high-traffic scenarios, inspections, etc. An extensive partnership and coordination must be designed between the contractor, the Contracting Officer, the CVAMC engineering staff, and the CVAMC medical staff. Contractors shall provide emergency escape lighting when applicable. Contractors shall pay very specific attention to removing power to life support systems and critical safety devices. Contractors shall warranty that all circuits are properly marked and tested. ALL work will comply with National Electrical Code (NEC) National Fire Protection Agency (NFPA) 70E Standards for Electrical Safety in the Workplace, and NFPA 99, PADEP 263-4500-601, and Health Care Facility Codes. All circuits affected will be annotated on blueprints to include as-builts. Three (3) hard copies and three (3) CD s will be provided prior to completion of project. All abandoned wire, starters, and related equipment will be recycled by the contractor and shall submit a receipt as proof. Empty or abandoned conduit will have the covers removed at junction boxes and applicable elbows and conduit marked as empty. Floor penetrations deemed as tripping hazards shall be cut below the floor grade and sealed. The contractor must provide their own storage. The CVAMC has a small field where a construction trailer can be placed only for the duration of the project. All works shall be enclosed with a 6 foot or higher chain-link fence. Work to be performed between the hours of 7am thru 5pm Monday through Friday. Any disruption of power to the facility must be coordinated through the aforementioned management. It is understood that there will be the need for after-hours work which must be extensively coordinated. The A&E shall obtain all environmental and other necessary permits that would be required prior to construction commencing. The A&E shall base their design to meet the following sustainable energy requirements: All works are to be in accordance with National Electrical Code (NEC), Joint Commission on the Accreditation of Hospital Organizations (JCHAO) and the National Fire Prevention Administration (NFPA) codes. Drawings containing sensitive areas and/or critical infrastructure such as security systems, IT server room, telecomm/data closets, etc., must be encrypted (FIPS 140-2 standard) during transmissions and at rest when outside of VA owned or managed facilities. Paper copies should not be left unattended and secured at all times when not in use (e.g., locked drawers and offices). Contractor shall be required to comply with physical security requirements to include checking in with the VA Police or VA sponsor/COR each time they come on site to perform services and obtaining a VA compliant ID badge which must be worn at all times while on VA property. Contractor must be escorted by authorized VA personnel at all times while performing work in sensitive IT areas (i.e., telecommunications/data closets and server room). The A&E shall provide the services indicated in this Overview, Supplement A, Supplement B and Supplement C. These services shall be provided in distinct phases: Conceptual Preliminary User Group Meetings & Field Surveys 30% Submittal Schematics 60% Submittal DD Design Development 90% Submittal CD Construction Documents 100% Submittal Bid [Final] Documents Construction Period Services Project Close Out Submittal As-Built Construction Documents A&E Evaluation Criteria: The A&E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance. Team proposed for this project Background of the personnel Project manager Other Key Personnel Consultants Previous experience of proposed team Project Experience At least two similar projects in size and scope Proposed Management Plan Design Phase Construction Phase Project control Techniques planned to control schedule and cost. Personnel responsible for schedule and cost control Estimating effectiveness (Ten most recently projects) Response Time (RFI, Submittals, Change Orders - Percentage of Construction Cost (Design and Construction), etc.) Prime Firm Consultants Proposed design approach for this project Miscellaneous experience and capabilities Experience in NFPA 70E and 101 Life Safety Code Industrial Hygienist The estimated construction budget is between $250,000 and $500,000. Interested A&E firms shall submit two (2) copies of SF330 (3/2013 Edition) and CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Building 19S, 1400 Black Horse Hill Rd., Coatesville, PA 19320 by close of business (4:30 PM, EST), December 2, 2016. A/E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF 330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most qualified to provide the type of services required will be chosen for interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541310 and size standard $7.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 17 funding. (End of Document)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417N0172/listing.html)
- Document(s)
- Attachment
- File Name: VA244-17-N-0172 VA244-17-N-0172.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3119264&FileName=VA244-17-N-0172-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3119264&FileName=VA244-17-N-0172-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-17-N-0172 VA244-17-N-0172.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3119264&FileName=VA244-17-N-0172-000.docx)
- Place of Performance
- Address: Department Of Veterans Affairs;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
- Zip Code: 19320
- Zip Code: 19320
- Record
- SN04332746-W 20161122/161120233144-51414918ea625a46bb6a55111403bac0 (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 |