Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

C -- Sources Sought for SDVOSB or VOSB A/E Services Upgrade of the Generator Transfer Switches - Project No. 561A4-17-101 - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0203
 
Response Due
2/8/2017
 
Archive Date
3/10/2017
 
Point of Contact
Ms. Mitchelle Labady
 
Small Business Set-Aside
N/A
 
Description
Page 4 of 5 This announcement is not a Request for Proposal or Quote. The Government will not pay or reimburse any parties for the costs associated with responding to this request. The Government is under no obligation to award a contract from the responses received as a result of this announcement. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project #561A4-17-101 Upgrade Generator Transfer Switches Project at the VA New Jersey Healthcare System, Lyons Campus. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. The magnitude of Construction is less than $25,000. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before March 24, 2017. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. LOCATION This Project is for the Upgrade of Generator Transfer Switches at the VA New Jersey Healthcare System, Lyons Campus, 151 Knollcroft Road, Lyons, NJ 07939-5001. GENERAL SCOPE Provide professional A/E design services for the design of the Upgrade Generator Transfer Switches Project, Lyons - 561A4-17-101 Task items listed below. During the site investigation and preliminary design portion of the project, the A/E will meet with the Safety Manager of the facility and he will provide the A/E with information concerning safety requirements that will need to be incorporated into the construction specifications. Task 1 Replace Existing 100 KW Generator at Bldg. 141 Wastewater Treatment Plant Furnish professional A/E services for the preparation of specifications and drawings for the design of a replacement generator at Bldg. 141. A/E shall review the Wastewater Plant existing and future equipment profile to determine the required size of the replacement generator and associated distribution conduit, transfer switch, and electrical power distribution wiring. Task 2 Replacement of Generator Transfer Switches Furnish professional A/E services for the preparation of specifications and drawings for the design and replacement of 53 Transfer Switches that are located in various buildings throughout the Lyons Campus. These Transfer Switches are components of the Emergency generation System that transfer generator electrical power from the generator to the various buildings. The intent is to reuse as much of the existing wiring and enclosures so as to minimize cost and disruption to the facility. A/E shall develop a phasing plan for the installation of the newly designed transfer switches so as to minimize the loss of electricity to the affected buildings during construction. Task 3 -Alterations to Existing Emergency Electrical Generation System Furnish professional A/E services for the preparation of specifications and drawings for the design of a system that will safely allow for the manual transfer of electricity from a temporary generator that is placed in close proximity of an existing stationary generator that is temporarily out of service. Successful design concept shall be based on the ease of making the connection through the existing Generator electrical distribution board through the use of an electrical plug type set up. A/E shall review the seven existing stationary generators and design method of connection for Bldgs. 7, 14, 53, 57, 135, 141 and 143. The A/E services will include various phases of design starting with a site survey and design analysis and following through with working drawings and construction specifications. A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. Extra efforts are required towards project phasing in order to provide a minimum interruption to the Medical Centers normal activity. The A/E shall address the need for special protective construction (Pre-construction risk assessments) and methods of work to assure the continued operation of medical center. To include addressing asbestos, lead base paint and environmental controls as regulated by local, county, state, federal and Department of Veterans Affairs regulations. The A/E shall develop an appropriate phasing and coordination plan for the construction of the project so as to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction. As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on Auto CAD 2012.VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 20% less than the approved construction budget, based on the A/E's final cost estimate. SCOPE OF SERVICE REQUIRED Develop construction documents, construction period services, and site visits for the above project. A/E shall incorporate all necessary construction phasing and temp power as required to implement the construction, with minimal impact to the medical facility (preferably after hours and/or weekends). All design and construction must comply with the latest NFPA 101 Life Safety, NFPA 99 Health Care Facilities, and VA Design Standards. A/E shall have access to all available As-Built drawings It is the responsibility of the A/E to survey the entire site for accuracy. Provide detailed cost estimate at 30%, 60% and 100%. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1)      Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the  Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2)      Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3)      Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4)      Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.   Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy and Information Security Awareness and Rules of Behavior Training -  TMS Code 10176 Contractors must provide signed certifications of completion to the COTR during each year of the contract.   This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Completion Time for Design: 90 Calendar Days after the Notice to Proceed (NTP) The Magnitude of construction project: Less than $25,000. Location: Lyons Campus, VA New Jersey Healthcare System, Lyons, NJ SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required. In the case of this project architecture-engineering services of the upgrade generator transfer switches; (3) Capacity to accomplish the work in the required time; The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; VISN 2 will evaluation past performance on recent and relevant contracts with government agencies (Emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). (5) 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; and (6) Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) Compact Disc (CD) which contains digital copies of the SF 330. No hard copies are required. Two CDs shall be submitted no later than 3:00 PM EST on Wednesday, February 8, 2017. All submittals must be sent to the attention of Ms. Mitchelle Labady (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1. Tax ID Number; 2. The e-mail address and phone number of the Primary Point of Contact and; 3. A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Mitchelle.Labady@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0203/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0203 VA242-17-N-0203.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3202492&FileName=VA242-17-N-0203-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3202492&FileName=VA242-17-N-0203-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04367909-W 20170112/170110234345-572a33c3cd84086bca748057056e3546 (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  © 1994-2020, Loren Data Corp.