Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2018 FBO #6232
SOLICITATION NOTICE

C -- A/E Design Services Correct Air Handling Unit and Heating System Deficiencies in building 16 at Carl Vinson VAMC, Dublin GA

Notice Date
12/14/2018
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719R0037
 
Response Due
1/14/2019
 
Archive Date
4/23/2019
 
Point of Contact
joyce.powers1@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Pre-solicitation Notice is NOT A REQUEST FOR PROPOSAL. All information needed to submit SF330 Documents are contained herein. The Carl Vinson VA Medical Center located in Dublin, Georgia is seeking a qualified Architectural Engineering firm to perform A/E Services. This is a 100% Service-Disabled, Veteran Owned, Small Business (SDVOSB) set-aside. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. Proposals will only be considered from SDVOSB concerns that are verified in Vetbiz at the time of submission of proposal and prior to date of award in accordance with VAAR 804.1103-70. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a Government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.vetbiz.gov, and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. The Contractor shall provide all design services necessary to Correct Air Handling Unit (AHU) and Heating System Deficiencies, Bldg 16, at the Carl Vinson Veterans Affairs (VA) Medical Center in accordance with the statement of task. PROJECT NO./TITLE: 557-19-102 / Design to Correct Air Handling Unit (AHU) and Heating System Deficiencies, Bldg 16 Work Location: Carl Vinson (VA) Medical Center, Dublin, GA Estimated/Target Completion Period: 240 calendar days after Notice to Proceed (NTP). In order to assure compliance with FAR Clauses 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14(b) (1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, all firms submitting a SF 330 for this pre-solicitation notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. The estimated Magnitude of construction for this project is between $2,000,000 and $5,000,000. NAICS: 541330 Engineering Services. Size Standard is $15 Million. Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the professions of architecture or engineering and meet all required qualifications for the state of Georgia. STATEMENT OF TASKS: Provide all labor, materials, tools, equipment, and design services necessary to achieve the Carl Vinson VA Medical Center project, Correct Air Handling Unit and Heating System Deficiencies in Building 16. This project will engage an Architectural/Engineering firm to provide Schematic Design, Design Development, Contract Drawings, Specifications, Construction Cost Estimates, and Construction Period Services. replace air handling units\ AH-16-119 which serves the first floor, AH-16-219 and AH-16-234 which serve the second floor, and several smaller DX and mini-split units serving the basement.  Units are outdated, beyond repair, and are not energy efficient.  This project  will include replacement of 1960s two-pipe systems and steam radiators with four-pipe central air handling units, VAV systems, new ductwork, and new controls.  The Building 16 air handling units getting replaced in this project serve the 1st and 2nd floor domiciliary and the basement level which houses Voluntary Services and a weight room; approximately 26,000 square feet of occupied space and 56 inpatient mental health domiciliary beds. The intention is for the AHUs serving the 1st and 2nd floor to be housed in the attic with ductwork feeding down from the attic to the 1st and 2nd floors. The AHU for the basement can either be located interior to the basement or outside on an enclosed equipment pad. The design shall include architectural modifications to the 1st and 2nd floor domiciliary to replace the existing partitions with walls to accommodate the new VAV system and provide privacy and security for the residents. All spaces shall receive new acoustical ceilings. Two Facility Condition Assessment (FCA) Deficiencies shall be mitigated by this project: FCA Record Number: 343422, Building Number: 16, System: Mechanical, Subsystem: Air Handling Equip, Condition: D, Description: Two (2) AHUs with chilled water and steam coils serving the center of the first and second floors are in poor condition. One (1) AHU with chilled water only serving the second floor is in poor condition. FCA Record Number: 32644, Building Number: 16, System: Mechanical, Subsystem: Heating System, Condition: D, Description: All floors have 1945 steam convectors for heating. Piping and convectors are in poor condition. Replace with VAV reheat with new air handling. Condensate return pump is in poor condition. Attend 35%, 65%, 95%, and 100% Design Review Meetings. Provide Construction Period of Services. SELECTION CRITERIA: Selection will be based on the following criteria: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)).   Note:   The firm and A/E on staff representing the project or signing drawings in each discipline must be licensed to practice in accordance with the Georgia State law requirements. Additionally, if you offer architectural services in a branch office then you must have a Georgia licensed architect in the branch office with supervisory control.    Provide your information on the SF 330 clearly marked and provide Professional License numbers and/or proof of Licensure.   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.  (Include Government and private Experience on similar projects) Capacity to accomplish 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 general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.)   The area of consideration for offers is a 400 mile driving radius between offeror principal business location and the Dublin VA Medical Center located at 1826 Veterans Blvd, Dublin GA, 31021.   Offers outside the 400 mile radius will not be considered.   (Determination of mileage eligibility will be based on www.mapquest.com).   Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) 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. The selected A/E must have previous experience in the design of air handling unit replacement and minor renovations within Medical Facilities. The A/E must provide documentation of at least three designs of repair/replacements within Medical Facilities of equal scope and magnitude.   The design experience submitted under this criterion must have been completed within the past three (3) years and must contain references with names, and phone numbers, and submitted along with the SF330. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received, three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. Submission Requirements: The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. The following format shall be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Copy of Current A/E Georgia License (5) Copy of current vetBiz.gov SDVOSB certification (6) DUNS Number (7) Cage Code (8) Tax ID number (9) The E mail address and Phone number of the Primary Point of Contact. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) 1:00 PM (EST) January 14, 2019. Email capacity is limited to five (5) to seven (7) megabyte (Megs). All SF330 submittals and questions must be sent electronically to the attention of Joyce Powers, Contracting Officer at joyce.powers1@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n. Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Site Visits will not be arranged during this phase. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS ARE CONTAINED HEREIN. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719R0037/listing.html)
 
Place of Performance
Zip Code: 31021
 
Record
SN05174826-F 20181216/181214230006 (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.