Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2019 FBO #6279
SOLICITATION NOTICE

C -- Consolidate HVAC Controls Project No. 542-19-102 Architect & Engineering Services

Notice Date
1/30/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA 19320
 
ZIP Code
19320
 
Solicitation Number
36C24419R0041
 
Response Due
3/5/2019
 
Archive Date
5/4/2019
 
Point of Contact
610-383-0202
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ACQUISITION INFORMATION: The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A/E) services for Project No. 542-19-102, Consolidate HVAC Controls. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (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 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. I. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. This project will integrate all HVAC Direct Digital Control (DDC) systems on this campus for full functionality of the systems controls and the user interfacing. The integration must apply not only to existing DDC systems, but to planned implementations of new systems either in design, or construction. The infrastructure must be expandable to allow for future incorporation of all remaining pneumatic/local systems upon replacement with DDC systems. The new DDC network must be secure, yet readily accessible by all authorized users with varying access levels. Human Interface must be available through both web-based access and local access at the equipment rooms. The new DDC network must have ease of maintenance, without any requirement for proprietary licensure. The new DDC network must be in accordance with VA requirements as much as applicable. Where technology has developed beyond the current VA Masterspec, the application must be thoroughly vetted through VA Central Office. Within the Schematic Design submission, the A/E shall provide options and recommendations for the system architecture and interoperability platforms. Address the advantages and disadvantages of each option. Additionally, provide phasing recommendations in order to streamline the construction and maintain HVAC system functions during the construction. Identify any required temporary apparatus. The scope of work includes but is not limited to the following: Coordinate with CVAMC Chief Information Officer (CIO) or designee through the COR throughout the project in order to ensure that all IT and information security requirements are followed and maintained. Coordinate with CVAMC CIO regarding the application of government furnished equipment (GFE) for the new system or its setup. Coordinate the locations of all new panels and equipment with the CVAMC. Ensure that the appropriate ambient conditions will be maintained for all agreed upon locations. Include building system modifications in the design if necessary to accomplish this. Subcontract a commissioning organization to ensure that all HVAC functionality is accomplished and demonstrated prior to construction project completion acceptance. Coordinate with the various vendors of the existing direct digital control (DDC) building automation systems (BAS) for HVAC systems through the COR for successful integration with such systems. Coordinate with A/E firms of other projects for any new HVAC control systems being designed. Provide clear descriptions of all requirements for future new HVAC systems to ensure seamless integration. Provide uninterruptible power supply (UPS) as required for new computers, panels and devices. The system shall have all required lightening/surge protection. Re-landscape any existing landscaping damaged or removed during construction activities such that the final conditions match or improve upon the pre-construction landscape conditions. (The construction contractor shall photograph all areas of the CVAMC campus to be affected by construction activities, equipment, vehicles or materials staging prior to commencement of such activities.) Provide new materials as required. Patch all surfaces and finishes where existing control system components are removed and where surfaces and finishes are damaged by the construction and removal activities. Replace ceilings and provide access panels as required to accomplish the work. Instruct designated VAMC staff in the proper operation of the new system. All construction activities shall comply with OSHA requirements. The Following Investigative Work shall also be included Within the Scope of this Project: Perform a Code analysis to insure that the applicable Codes are being applied. Provide any civil, structural, architectural, electrical and mechanical and underground utility investigative work of existing systems necessary to insure the accuracy of your design. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Take digital photos of site major features and connection points. Digital format must be compatible with VA software. VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits. Other: Complete review and analysis of contractor's project cost proposals. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Technical Representative, request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A/E shall notify the Contracting Officer's Technical Representative in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay. Site visits as required. Include ten (10) full-day visits; eight (8) hours each for budget purposes. (Additional site visits must be included should they be desired.) Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover. Infection Control: The A/E shall incorporate into their documents engineering asepsis controls. The A/E shall coordinate with the VA s Infection Control Practitioner to determine the infection control measures required during the projects construction period. Additionally, the "Pre-Construction Risk Assessment (PCRA)", located at the end of this Attachment, shall be completed and incorporated into the final construction documents. The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide to the COR a complete set of mylar as-built drawings and compact disks (CD) of electronic contract documents. Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Energy, Water Efficiency and Renewable Energy: The A/E shall specify in the construction specifications the use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness.   The A/E shall also consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications. Energy-consuming products must comply with the requirements of 42 U.S.C. § 8259b. II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: This article 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 due dates for each submission. The A/E shall complete the design within 170 days. Schematic Documents Review The objective of this submission is to provide the VA with an overview of the A/E design approach, to present any fundamental design options for consideration and selection by the VA, and to insure that the design development of the project is properly focused, aligned with VA requirements and within the scope of the Contract. 50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents. 95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. 100% Construction Documents Review The objective of this submission is for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents. III. 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. 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 Technical Representative (COR) within 10 working days, or as otherwise required by the Contract. Review of Change Order Requests and Requests for Information (RFI): The A/E shall respond promptly to all Change Order Requests and Requests for Information as required by the Contract. Site Visits: The A/E shall provide up to ten (10) full-days; eight (8) hours each Construction Phase site visits including the final inspection when requested by the COR. "As-Built" Document Requirements: Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. V. 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 Personnel Project manager Other key personnel Consultants Previous Experience of Proposed Team Project experience Controls networking of multi-building campus, Hospital, VAMC At least three similar projects in size and scope and specialization Specialized Controls Networking Experience Breadth of experience Successful projects Proposed Design Approach Technology options System architecture Primary factors of consideration Proposed Management Plan Design phase Construction phase Client communication Project Control Techniques planned to control quality of design and documentation Techniques planned to control the schedule and estimated construction costs Personnel responsible for schedule and cost control Estimating Effectiveness Five example projects Five most recently bid projects Construction Period Services Experience Change Orders Cost Percentages (of total construction budget) Organization and Turn-around time for RFI's and Submittals VI. QUALIFICATION PROCEDURES: 1. A/E firms shall be registered in the System for Award Management (SAM) Database at www.sam.gov and www.vetbiz.gov. 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 SF330 is submitted shall result in elimination from further consideration for award. 2. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. 3. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. 4. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. 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. 5. A/E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 19 funding. Magnitude of construction project estimate is between $500,000 and $1,000,000. VII. SUBMISSION INSTRUCTIONS: The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. 2. Interested A/E firms shall submit two (2) copies of SF330 (8/2016 Edition) and one (1) CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Contracting/Building 16, 1400 Black Horse Hill Road, Coatesville, PA 19320 by close of business (4:30 PM, EST), March 5, 2019. The SF330 form may be obtained through the General Services Administration at (https://www.gsa.gov/forms-library/architect-engineer-qualifications). Late proposal rules found in FAR 15.208 will be followed for late submissions. 3. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. 4. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. 5. The A-E shall not include company literature with the SF-330. 6. In block No.4, Part II, provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. 7. In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee and each resume shall not exceed one page. 8. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. 9. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. 10. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Evaluation Criteria, of this announcement. 11. In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific evaluation criteria listed. 12. In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. 13. Personal visits to discuss this announcement will not be allowed. (End of Document) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2019); 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/PiVAMC646/PiVAMC646/36C24419R0041/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
Zip Code: 19320
Country: U.S.A.
 
Record
SN05206725-F 20190201/190130230011 (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.