Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2017 FBO #5748
DOCUMENT

C -- Boiler Plant Renovation AE Project #595-13-101 - Attachment

Notice Date
8/17/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R1328
 
Response Due
9/18/2017
 
Archive Date
12/17/2017
 
Point of Contact
Jeffrey.Zbezinski@va.gov
 
E-Mail Address
,
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for SF 330 for Project # 595-13-101 at VA Lebanon, PA This announcement is for the selection of an Architect /Engineer Firm to perform, engineering, design services, produce technical specifications, working drawings, and cost estimates, as-built drawings, and provide construction period services, and site visits for the Construction Project: 595-13-101 Renovate Boiler Plant. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541330 Engineering Services. The magnitude of construction for the above referenced project is between $5,000,000.00 and $10,000,000.00. The estimated duration of design is 240 Days from the issuance of the Notice to Proceed. The contract will remain active through Construction Period Services. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract Contract Award Procedure: Before a small business is proposed as a potential contractor, they shall be certified by VETbiz and registered in the System for Award Management (SAM) via internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination from further consideration for award. The government will evaluate the SF330s received and a minimum of the three most highly qualified firms shall be called back for interviews. After interviews, the most highly qualified firm will be requested to submit a proposal addressing identified capabilities that are summarized in 1) through 8). The Professional Qualification and Specialized Experience factors are slightly more important than the other six factors which are listed in descending order of importance. 1) Professional Qualifications necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architectural Design, Interior Design, Civil Engineers, Electrical Engineers, Structural Engineers, Mechanical Engineers, Fire Protection Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2) Specialized Experience in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This project involves renovating/upgrading the existing central utility plant, Building 10. Major elements of work include, but are not limited to: repair exterior walls, repair/replace exterior windows and lintels, install a fire department Siamese connection to an external standpipe and appropriate signage, wayfinding and signage upgrade throughout interior, replace/upgrade existing generator to provide emergency power for entire building, replace fan coil units and controls, repair/replace boiler stacks and install economizers, replace underground cooling tank for the boiler bottom blowdown, replace the boilers and boiler control systems, perform asbestos abatement, replace the feed water pumps and VFDs, replace condensate pumps and install VFDs, replace facility wiring (e.g. wires, conduit, panels, breakers, etc.) where necessary, replace piping and insulation where necessary, replace deaerator tank, repair/replace the building roof, perform structural modifications needed to install/remove boilers, replace all exterior windows and doors (some windows to be replaced by remotely operated louvers), repair/replace façade where necessary, replace deteriorated piping, valves and appurtenances throughout where necessary, remove remaining steam piping from old absorption chiller supply and install blank where supply line connects to steam header, construct new office and breakroom above locker room/existing offices, combine operator control station and existing office/breakroom, switch boiler water level control from pneumatic to electronic, seal/paint all floors with epoxy. Provide new finishes throughout interior. Perform life safety analysis and modify as necessary. Extra consideration may be given for experience in boiler selection and recommendation, boiler instrumentation and controls, boiler efficiency, Energy Star and DOE Requirements, boiler emission standards, boiler piping systems, boiler and chilled water treatment, and designing projects for Department of Veterans Affairs Facilities. 3) Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. 4) Capacity to accomplish the work: this factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. 5) Location: This factor evaluates the distance from the A-E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. 6) Reputation and standing of the firm. 7) Record of significant claims 8) Specific Experience and Qualifications of personnel as a team.. GENERAL SCOPE OF WORK: The Architect / Engineer (A/E) firm shall provide all architectural and engineering services to provide a full set of construction documents that will renovate/upgrade the existing central utility plant, Building 10 as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. Existing Building Overview/Specifics: This project involves renovating/upgrading the existing central utility plant, Building 10. Major elements of work include, but are not limited to the following: repair exterior walls, repair/replace exterior windows and lintels, install a fire department Siamese connection to an external standpipe and appropriate signage, wayfinding and signage upgrade throughout interior, replace/upgrade existing generator to provide emergency power for entire building, replace fan coil units and controls, repair/replace boiler stacks and install economizers, replace underground cooling tank for the boiler bottom blowdown, replace the boilers and boiler control systems, perform asbestos abatement, replace the feed water pumps and Variable Frequency Drives (VFD), replace condensate pumps and install VFDs, replace facility wiring (e.g. wires, conduit, panels, breakers, etc.) where necessary, replace piping and insulation where necessary, replace deaerator tank, repair/replace the building roof, perform structural modifications needed to install/remove boilers, replace all exterior windows and doors (some windows to be replaced by remotely operated louvers), repair/replace façade where necessary, replace deteriorated piping, valves and appurtenances throughout where necessary, remove remaining steam piping from old absorption chiller supply and install blank where supply line connects to steam header, construct new office and breakroom above locker room/existing offices, combine operator control station and existing office/breakroom, switch boiler water level control from pneumatic to electronic, seal/paint all floors with epoxy. Provide new finishes throughout interior. Perform life safety analysis and modify as necessary. Services: Provide professional Architect/Engineer services to include: Site investigation - Architectural, Structural, Mechanical, Electric, Plumbing, site surveys, etc. Construction drawings and specifications 3rd Party Cost estimates Estimate of expected construction cost at the end of each phase. Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings and VA correspondence during construction. Architect/Engineer (A/E) shall review all construction change orders and provide an independent cost estimate on each change order request. A/E shall respond on site within a two-hour period when requested and shall provide 40 site visits during construction. Infection Control Risk Assessment (ICRA - VA Memorandum EC-43) including a drawing and specification. A pre-construction risk assessment. (PCRA) Requirements: All designs shall be compliant with the following: VA space planning criteria. http://www.cfm.va.gov/til/space.asp. Volume 1 Steam, Heating Hot Water, and Outside Distribution Systems Design Manual https://www.cfm.va.gov/til/dmanual/dmsm01.pdf Volume 2 Steam, Heating Hot Water, and Outside Distribution Systems Design Manual https://www.cfm.va.gov/til/dmanual/dmsm02.pdf ASME International Boiler and Pressure Vessel Codes Ensure patient privacy criteria are met (i.e. computerized information, patient privacy, HIPPA). The design shall meet all VA Physical Security Standards. The area in this design is considered Mission Critical and the appropriate guide shall be followed. If a section of the manual cannot be met, the A/E shall notify the VA immediately, and assist the VA in the security waiver process. The Physical Security Guidelines can be found at the following link: https://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.pdf Design and construction work shall be coordinated with other construction projects on-going at the hospital. A list of current projects will be provided upon approval of the 25% submission. This project shall be done in phases, as required, in order to maintain the use of the Central Utility Plant, Building 10. A phasing plan shall be submitted at the 25% submission. Phasing must work within budget and allow the VA to continue operations at minimal interference. The A/E shall build activation time into the construction schedule and documents. A/E shall use most current healthcare delivery processes, and the VA design criteria as a guide. The direction that fits the situation the best will be used in the design. If shutdowns are required during construction, a full shutdown plan shall be included in the design. Shutdowns plan shall include what particular energy source to shut off (breaker, valve, etc.) and what area, outlets, utilities and/or equipment the shutdown affects. The specific name of the shut off of the energy source shall be identified, for example: panel H1L1, breaker 2 for electric or Valve 3-f for a water source, etc. Drawings and a written narrative shall be required. A LEED Silver Rating is desired with the construction. A rating will not be sought, but practices will reflect LEED Silver requirements. Proof of possible LEED credits shall be provided. Bid Alternates/Deducts shall be designed into the project to decrease the price of the project 20%. A/E shall provide certified industrial hygiene services to perform asbestos survey investigations, bulk sampling, development of specifications and drawings, and construction period services. All designs shall be accomplished in accordance with VA guidelines and specifications, and program guides PG-18-1 thru PG-18-17, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to OSHA, NFPA, BOCA, EPA and VA guidance, and VA space criteria - http://www.cfm.va.gov/til/space.asp SPECIAL NOTE: Be reminded that the VA guidelines are just a guide, and the project is not bound by them. If current healthcare trends dictate a different design approach is needed, we will follow that approach. A/E shall provide all services necessary for design of this project i.e. structural, industrial hygiene, mechanical, electrical, etc. TIME SCHEDULE DESIGN REVIEW AND SUBMITTAL REQUIREMENTS: This is a summary and specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review and the each submission. The A/E shall provide completed bid documents within 240 days of Initial Project Design team (PDT) meeting. EXPECTATION: Required to submit review package so they are received on the day indicated after Notice to Proceed (NTP) or concurrence from Project manager and Contracting Officer. Initial Project Design Team (PDT) meeting Schematic Submission Construction Documents/25% design Construction Documents/50% design Construction Documents/75% design Construction Documents/100% design Bid documents (4 Sets of Drawings and specifications shall be furnished by the A/E) Additional detailed information will be included for A/E firm chosen to submit a proposal. Note: The issue of the Notice To Proceed (NTP) will be the first PDT Meeting. A/E shall attend and take minutes of each PDT Meetings. Minutes shall be submitted electronically to the Project Manager and Contracting Officer within three calendar days of each meeting. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omission(s) of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate. Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within 5 working days, or as otherwise required by the Contract. Review of Change Order Requests and Requests for Information (RFI): The A/E shall demonstrate ability and track record in responding promptly to all Change Order Requests and Requests for Information as required by the Contract. Review contractor s change order request and provide an independent cost estimate for each change order request. Review contractor's cost estimates and provide recommendations to the VA Site Visits: The A/E shall provide up to Include forty (40) site visits; eight (8) hours each Construction Phase site visits including the final inspection when requested by the COR. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. Punch List: Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. "As-Built" Document Requirements: Drawings: The A/E shall prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction and with correspondence performed during construction. Transpose contractor s as-builts to AutoCAD 2007 2014 and provide a set of updated as-builts and specifications on CD within 30 days to the COR. Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (DVD-R) to the COR, each containing this complete set of the final specifications in Adobe PDF format. AVAILABLE REFERENCE MATERIALS: Prints of the station site, utility drawings and building floor plans may or may not be current and/or available. The accuracies of these drawings are not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E. A/E Submission Instructions for Minor and NRM Construction Program: Program Guide PG-18-15 Volume C, November 2008 available SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for FAR 852.219-10, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). The NAICS for this project is 541330 Engineering Services. Where to Submit: Interested firms shall submit one (1) hard copy of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to: Butler VA Medical Center, 325 New Castle Road Butler, PA 16001 ATTN: Contracting (Jeffrey Zbezinski) Jeffrey.Zbezinski@va.gov AND In addition the interested firms shall submit three (3) hard copies of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to Lebanon VA Medical Center 1400 Black Horse Hill Road Coatesville, PA 19320-2096 ATTN: Facilities Engineering Service (Brian Pedersen) Brian.Pedersen3@VA.gov All SF 330s shall be clearly marked with the subject line displaying the solicitation number. VA244-17-R-1328 Renovate Boiler Plant Project# 595-13-101 All A/E firms interested in submitting an SF 330 must comply with the information listed below: (i) Interested firms having the capabilities to perform this work shall submit to be considered for this contract shall submit hard copies of their Standard Form 330 (Parts I & II) and a CD copies of their Standard Form 330 (Parts I & II) to addresses listed above not later than 2:00 p.m. (Eastern Daylight Time) on the response date in announcement. (ii) Late proposal rules found in FAR 15.208 will be followed for late submittals. The A-E shall not include company literature with the SF 330. Personal visits to discuss this announcement will not be allowed. SOLICITATION: A solicitation will only be issued to the most highly qualified firm. The Point of Contact: Contracting Jeffrey Zbezinski, 724-285-2534 E-mail any questions to Jeffrey. Zbezinski@VA.gov End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R1328/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-1328 VA244-17-R-1328_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3739696&FileName=VA244-17-R-1328-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3739696&FileName=VA244-17-R-1328-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Lebanon VAMC;1700 S Lincoln Ave;Lebanon, PA 17042
Zip Code: 17042
 
Record
SN04634628-W 20170819/170817232406-14165f37c4c5d9c8502cc5d3fa8e791c (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.