Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
DOCUMENT

C -- Project 603-18-601 AE Design: Emergency Power to Telecommunication Rooms - Attachment

Notice Date
11/13/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 9;Robley Rex VA Medical Center;800 Zorn Avenue;Louisville KY 40206
 
ZIP Code
40206
 
Solicitation Number
36C24918R0096
 
Response Due
12/13/2017
 
Archive Date
2/11/2018
 
Point of Contact
Roxie Ann Keese
 
E-Mail Address
7-6108<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Scope of Work: AE Design-Remodel for USP 800 Compliance The Robley Rex VA Medical in Louisville, Kentucky is seeking professional Architectural/Engineering (AE) firms for Project #603-18-601, The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. This project will provide design services for the renovation of 26 communication closets/cabinets at the Robley Rex VAMC, Louisville, KY. The design shall include heat load calculations of new switch gear and switches. Most of the closets are interior rooms without an adjacent exterior building wall. In addition, design an upgrade to the electrical service to the closets from 120V normal power to 208V emergency power for the switch gear operating at maximum power configuration. This is a Telecommunications Infrastructure Project (TIP). This project shall include the following: Field work necessary for the following: To size and appropriately place A/C units in IT closets and cabinets as needed Locate electrical source and appropriate path for electrical conduit Locate maintenance switch locations The design for the installation of A/C units and power circuits in all IT closets and cabinets on campus shall include but not be limited to: Room numbers and locations Locations of power sources for A/C units and circuits Locations of A/C units and power outlets in IT closets/cabinets and supporting equipment outside IT closets/cabinets Equipment Schedule that details A/C units and supporting equipment used for each IT closet/cabinet Electrical panel locations Electrical circuit homeruns Specifications for A/C units, conduit, wire, switches, safety signs, etc. Cost estimates at each stage of design A/E shall use VA specifications and shall modify them to fit the project. A/E shall provide deliverables according to the set schedule to be provided in detail upon final AE selection. A Government Estimate for the construction phase of this project will be provided under this contract. Construction phase A/E services will be provided under this contract Background: The existing A/C units cooling the Information Technology (IT) communications closets need to be replaced. They have exceeded their design life and the IT service has purchased replacement CISCO System switches increasing heat loads. The power in the IT closets need upgrading to meet the requirements of the new CISCO Systems switches The project work shall be in accordance with and meet the requirements of the 2016 Department of Veterans Affairs, Office of Construction & Facilities Management design guidelines available for download in the Technical Information Library at http://www.cfm.va.gov/til/index.asp. The design of architectural, structural, mechanical, electrical, civil or other engineering features of the work shall be accomplished by registered or certified architects or engineers within the Continental United States. The AE shall, when requested, without additional expense to the Government be responsible for obtaining any necessary licenses and permits in connection with performance of this contract of any possible construction based on the results thereof (including but not limited to, reports, plans, specifications, location, time, estimated cost of construction or estimated Value Engineering savings) or except to authorized Government personnel or upon prior written approval of the Contracting Officer. The AE shall provide as many site visits as are necessary for design and at least six (6) site visits during construction. The AE shall also provide support during the construction bidding process. AE shall provide 3 full size drawing sets and three digital copies (AutoCAD 16 and PDF) on DVD. Selection Criteria AE firms submitting SF330 s for review under this project will be evaluated based on the following selection criteria: Professional qualifications necessary for satisfactory performance of required services Previous Experience of Proposed Team-provide the specific experience and qualifications of the personnel as Key Personnel for this project. Specialized experience and technical competence in the type of work required; Capacity to accomplish the work in the required time; Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Location in the general geographical area of the project and knowledge of the locality of the project. Firms must be within a 300 mile radius of the Robley Rex VA Medical Center. Google Maps will be used to determine this location factor. Restriction to 350 mile radius from the Robley Rex VA Medical Center. Acceptability under other appropriate evaluation criteria. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. NAICS code 541310 is applicable to this requirement. The small business size standard is $7.5M. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns under the authority of 38 U.S.C. section 8127 (d). All AE firms seeking consideration under this requirement will be checked with the Center for Verification & Eligibility (CVE) both at the time of submission and prior to award. To be eligible to submit an offer or receive an award all AE firms must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified SDVOSB are eligible to submit an offer or receive an award that is set-aside for a SDVOSB in accordance with 38 CFR Part 74. AE firms that are not verified and viewable in vetbiz at the time of submission of offer or at the time of award shall be determined as to no be an interested party and its proposal will not be considered further nor will be considered for award). Project 603-18-601, AE Design: Emergency Power-Telecommunications Room will be procured in accordance with the Selection of Architect-Engineers Act under the authority of 40 U.S.C §1101-1104, formerly the Brooks Act of 1972 as implemented by Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation (VAAR) 836.6. Interested AE firms must submit one (1) hard copy of the Standard Form (SF) 330, along with one (1) electronic copy on Compact Disc in Adobe Acrobat Pdf format. Submissions must be received No Later Than 11:00am ET on Wednesday December 13, 2017. Submission by Electronic Mail is NOT AUTHORIZED. For consideration, submissions should be sent to the following: Robley Rex VA Medical Center Network Contracting Office (NCO) 9 Attention: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue Louisville, Kentucky 40206-0001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0096/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918R0096 36C24918R0096_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3902598&FileName=36C24918R0096-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3902598&FileName=36C24918R0096-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04738940-W 20171115/171113231427-ad0de978f00cb3158e77ca1fa8ecec4b (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.