Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOLICITATION NOTICE

C -- Replace Roof & HVAC System -Bldg 3, Project #502-19-102

Notice Date
5/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
36C25619R0082
 
Response Due
6/18/2019
 
Archive Date
9/16/2019
 
Point of Contact
Melanie Hawley
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CONTRACT INFORMATION: Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $15.0 M. The area of consideration is RESTRICTED to a 1,000-mile radius of the VA s Alexandria VA Health Care System (Alexandria VAMC), 2495 Shreveport Hwy (71N), Pineville, LA 71360, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 1,000-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and shall have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/vets/vets4212.htm. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) and to have a current SAM Registration both at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $5,000,000 and $10,000,000. SELECTION CRITERIA: The selection criteria for this acquisition will in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Alexandria Health Care System Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall service as the final selection list, which will be provided directly to the Contracting Officer. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. Professional qualifications necessary for satisfactory performance of required services. 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. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Capacity to accomplish the work in the required time. Please include information concerning current workload, workload in-place but yet to be started, and workload anticipated for the next 12 months. Please specifically address how this requirement would be met when the above workload is taken into consideration. Quality Control Program with specific demonstrated results of reducing design errors and/or omissions. (f) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please address each of these areas individually. The Government reserves the right to also check any applicable data bases for information concerning Past Performance on contracts. (g) Location in the general geographical area of the project and knowledge of the locality of the project. (h) Complete record of all Design Estimates versus Actual Bid Results on all construction projects bid out within the past 5 years of the SF330 due date for this requirement. (i) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (j) Record of any claims against the firm. This includes, but is not limited to, improper or incomplete architectural and engineering services. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016-deviation). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted as Five (5) hard copies [as mentioned below(d)] to: Alexandria VA Health Care System Network Contracting Office (NCO 16) ATTN: Gina Roach, CO Reference No: 36C25619R0082 2495 Shreveport Highway (71N) Room 212A Pineville, LA 71360 Only one (1) CD of the SF330 full submittal package as a single pdf file [as mentioned below (d)] being provided to: Gulf Coast Veterans Health Care System Network Contracting Office (NCO) 16 Attn: Melanie Hawley, CO Reference No.: 36C25619R0082 400 Veterans Ave, Bldg. T-102 Room A108 Biloxi, MS 39531 All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0082. The SF 330 may be downloaded from www.gsa.gov/forms. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. Firms that meet the requirements listed in this announcement are invited to submit as stated above five (5) hard copies of the completed SF 330 including Parts I and II to the address in (a) and one (1) CD of the SF 330 submittal as a single pdf file to the address in (b) no later than 4:00 P.M. (local-Central) on Tuesday, June 18th, 2019. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above. Interested firms shall address each of the ten (10) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all ten (10) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the ten (10) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. PROJECT INFORMATION: Alexandria Veterans Health Care System 2495 Shreveport Highway (71N), Pineville, LA 71360 Replace Roof & HVAC System -Bldg 3 Project 502-19-102 GENERAL INFORMATION: Title of Project: A/E Replace Roof & HVAC System for Bldg 3 of Alexandria VAMC, 2495 Shreveport Highway (71N), Pineville, LA 71360. Scope of Work (summarized): The Contractor (A/E, Architect Engineer) shall provide all labor, supervision and resources required to achieve the following: Complete the design, construction documents and construction period services to accomplish the replacement of the roof and HVAC system for Building 3. The project includes general re-design and removal of existing roof and HVAC system and replacing with Variable Air Volume (VAV) HVAC system including all associated components including but not limited to resized air handling unit and duct work and all associated controls for a complete working system. Replacement of these systems will also result in substantial revisions to their supporting electrical systems, as well as ceiling removal and replacement or reinstallation. The existing air-handler is located in the attic. This unit will remain on-line until a new unit can be installed, then removed in some fashion through roof. Bldg 3 was built in 1929, and has approximately 27,500 gross Sq. Ft. The design will include replacing induction units, steam convectors and associated piping, controls and electrical equipment on the 1st, 2nd, & 3rd floor of Building #3. The scope of the project is to include removing all induction units on the 1st, 2nd & 3rd floors and associated controls and electrical work in building #3 and install new 4-pipe fan coil units with chilled water supply and return, hot water supply and return, and fresh air make-up and new pumps for chilled water and hot water. Existing baseboard stream heating convectors shall be removed including their supports, valves, and connecting piping. The existing air handling unit and some chilled water units and hot water piping scheduled for demolition are insulated with asbestos insulation. Asbestos abatement shall be part of the project. Floors in the facility are typically VCT with areas of carpet. Walls are either plaster or gypsum board assemblies for the newer areas. Ceilings are a combination of drywall, plaster, and ACT, varying by location and ducting needs. This is an occupied office and medical building; this project will require phasing the construction to minimize the disruptions to the VA Medical Center. The A/E will evaluate the entire project and make recommendations how to phase the AHU installation and roof replacement. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. The Contractor (A/E, Architect Engineer) shall deliver the requirements as specified in this statement of work. The Contractor (A/E, Architect Engineer) for this design shall provide all necessary investigation, verification of as-built conditions, development of specifications, development of cost estimates, development of construction documents, and contract administration for the execution of the project referenced above. The A/E shall review all product submittals for construction plan compliance, offer recommendations to the VA concerning all submittals, conduct site visits, review requests for information (RFI), maintain and produce accurate post construction documents for submission to the VA. The A/E shall schedule and conduct an initial pre-design meeting and field visit with the VA personnel consisting of: Engineering personnel, Safety Officer and other VA personnel as necessary. The purpose of this meeting/field visit is for all parties involved to fully define and understand the Scope of Work necessary for the A/E to design and prepare contract documents consisting of plans and VA specifications for the upgrading the HVAC system in building 3 and replace the building 3 roof. The design and resulting construction must, as a minimum, be in accordance with all applicable codes, (NFPA, JCAHO, NEC, UPC, UMC, ASME, ASHRAE, EPA), Controlled Environment Testing Association (CETA) and Department of Veterans Affairs (VA) publications, Master Construction Specifications, Construction Standards, Design Guides and Standards. All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, ASHRAE, OSHA, IBC 2009, IPC 2009, IMC 2009, NFPA, ABA, ABAAS, ADAAG and NEC building codes and standards. All design and work will conform to the current edition of the SPS Design Manual at the following site: https://www.cfm.va.gov/til/dGuide.asp. Work shall occur for the following location: Alexandria Veterans Health Care System, 2495 Shreveport Hwy (71N), Pineville, LA 71360 Performance Period: The Contractor (A/E, Architect Engineer) shall complete all designs and documents required under this SOW in 150 calendar days of issuance of the Notice-To-Proceed. Work on site shall begin no more than thirty (30) calendar days after notice of award. Work at the Government site is permissible on Federal holidays or weekends, but subject to approval by Contracting Officer s Representative (COR) and/or the Contracting Officer (CO). Recognized Federal Holidays: New Year s Day, January 1* Martin Luther King Jr. Day, Third Monday in January Washington s Birthday (President s Day), Third Monday in February Memorial Day, Fourth Monday in May Independence Day, July 4* Labor Day, First Monday in September Columbus Day, October 12* Veterans Day, November 11* Thanksgiving, Fourth Thursday in November Christmas, December 25* *Note: Federal Holidays that fall on a Saturday will be observed the Friday prior. Holidays that fall on a Sunday will be observed the Monday following. Construction period services, such as site visits for specific tasks that cannot be completed during regular work hours (7:30 am 4:00 pm), may be required as part of this contract. The Contractor (A/E, Architect Engineer) shall also complete preconstruction, construction and post construction period services upon the completion of the design. Type of Contract: This contract shall be firm-fixed price. Cost Range: The anticipated total cost range (estimated cost of construction) for this project is between $5,000,000.00 and $10,000,000.00. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-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/BiVAMC/VAMCCO80220/36C25619R0082/listing.html)
 
Place of Performance
Address: Alexandria VA Health Care System;2495 Shreveport Hwy (71N);Pineville, LA
Zip Code: 71360
Country: USA
 
Record
SN05311258-F 20190516/190514230054 (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.