Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

C -- 642-16-100 A&E Replace HVAC Bldg 2 Phase 2

Notice Date
12/17/2019 10:26:35 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24419R0079
 
Response Due
6/20/2019 10:00:00 PM
 
Archive Date
01/17/2020
 
Point of Contact
Maureen JacksonE-Mail: Maureen.Jackson@va.govPhone: (215) 823-5800 ext. 9165Maureen.Jackson@va.gov
 
E-Mail Address
Maureen.Jackson@va.gov
(Maureen.Jackson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
ACQUISITION INFORMATION: The Department of Veterans Affairs Medical Center, Corporal Michael Crescenz, VAMC Philadelphia, located at 3900 Woodland Avenue, is seeking professional Architect and Engineering (A&E) services for Project No. 642-16-100, Replace HVAC Building 2 Phase 2. CONTRACT INFORMATION: This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work are requested to send two copies of an SF 330 (8/2016 Edition) and CD and e-mail to: maureen.jackson@va.gov. All packages shall be from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS under NAICS code 541330, Architectural / Engineering services. The contract is anticipated to be awarded about August 2019. It is anticipated that one contract will be awarded from this announcement. 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. Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM 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 as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide Architectural / Engineering services required are for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. This work will involve the replacement of AC-15 and Laboratory Renovation in Building 1 and 2. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. The services of an independent fire safety engineering firm will be required to review the drawings and specifications. PROJECT INFORMATION: REPLACEMENT OF AC-15 AND LABORATORY RENOVATION PROJECT NUMBER: 642-16-100 Provide professional Architect/Engineer services to include: Site investigation architectural, structural, mechanical, electrical, and environmental (asbestos) and Hazmat sweep to equipment and duct work. Preliminary plan for area shown on Attachment A-1 . Construction drawings and specifications. 3rd Party Cost estimates. Cost 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 respond on site within a two-hour period when requested. Infection Control Risk Assessment (VA Memorandum EC-43). PROJECT SCOPE: General The project will be constructed in multiple phases to allow day to day operations to continue. The subsequent phases will include minor renovation of the Nuclear Medicine space such as ceiling tile and diffusers replacement. Develop working drawings and specifications. Provide all engineering design in accordance with the latest VA Design Manuals and Guidelines Provide structural engineering in support of mechanical, plumbing, and electrical systems specifically for new equipment in mechanical equipment rooms and rooftop equipment as needed. Specifics The project involves new HVAC components, new controls and chilled water distribution systems, ceiling systems, lighting upgrade. A maximum of approximately 24,000 square footage will be addressed. The following specific items will be addressed: Layout of the space. Provide HVAC units and provide additional units and controls where necessary to meet modern standards throughout the area. VAV systems w/DD controls are required. Individual Room controls are preferred. Ensure patient privacy criteria are met (i.e. computerized information, patient privacy, HIPPA). Design and construction work will be coordinated with other construction projects on-going at the hospital Other areas/options as determined by design meetings to enable efficient delivery of service. A/E will use most current healthcare delivery process and the VA design criteria as a guide. The direction that fits the situation the best will be used in the design. Bid deducts will be designed into the project to reduce the price of the project as directed by the VA. Replace AC-15 in its entirety, including all controls, power service and supplemental equipment. Provide a temporary AHU located on the roof above the 4th floor between Building 1 and Building 2 for use while AC-15 is being replaced. Replace all exhaust fans and provided a new fan system located on the 9th floor roof for contaminated lab exhausts. Strobic fans preferred. Replace the entire HVAC distribution system including VAV boxes, HW system piping, ductwork, diffusers and grilles. New controls and hoods shall be DDC. Provide specialized ventilation for the lab spaces. Existing lab hoods shall be replaced as needed. Any new hoods shall be furnished under the contract and the engineer shall design and provide utility service connections. Provide a phasing plan to keep areas in service that are not under constructions. Replace/upgrade plumbing as needed. Replace/upgrade electrical and telecommunication systems to accommodate new equipment and layouts as needed. Provide new design for the AC unit 15 with 20% additional CFM capacity for future expansion. Provide new design for return air fan replacement to coincide with new AC-15 supply fan. Provide design details for replacing all CVB s VAVB s, VFD s and thermostats in area served by AC-15. DX units replace the pneumatic control in mechanical equipment room 4A102 including exhaust fans, recovery pumps, valves, dampers, etc. including new electronic interface with existing CM3 control systems. All pneumatic devices and controllers in MER 4A102 will be converted to the new Nigra control system and interface with BMS. All LCM s, GCM s, and devices in MER 4A102 shall be converted to new CM3 Control System. All pneumatic controls for Nuclear Medicine Suite on the 3rd Floor serviced by AC-15 will be converted to the new CM3 Electronic System, includes, but not limited to VAV Boxes, CV Boxes, Dampers, Valves, Radiant Ceiling Panel, etc. AC Unit -15 shall be provided with interior stainless-steel walls, stainless drain pans under the coils and humidifier, UV lighting system for coils. HVAC, electrical, plumbing, security, telephone and data, life systems, as needed to accommodate the project and to meet the VA design guidelines as they pertain to the areas. Provide ICRA details and phases for areas under construction per VA requirements. Provide temporary AHU s during the replacement of AC-15. Provide locations options. The A/E team shall collaborate with Medical Center Infection Control Staff to conduct Infection Control Risk Assessment (ICRA) to incorporated the necessary protection as part of construction documents. The A/E team shall collaborate with the VAMC staff to determine structural, architectural, mechanical, and electrical design requirements. The A/E team shall provide a cost estimate for the construction costs associate with the final drawings and specifications. Provide alternate items. Submission schedule will be 35%, 70%, 100%, and final drawings deemed ready for Bid Documents after approval and acceptance by the CMC VAMC Engineering Department. Review of contractor s submittals with regards to architectural, mechanical, electrical, roofing, and asbestos lead removal, with recommendation to the VAMC. Site visits when requested by the VA followed with a mandatory written field report. The A/E shall investigative the possibilities of installing new air cooled chiller on the fourth floor roof between Building 1, 21, and 2. The chiller shall provided primary chilled water to all DX units located on the fourth floor. There are some units in fourth floor mechanical equipment room and some units in AC-15 MER and some units located on utility floor. Construction of this item shall be submitted as alternate. Design is not alternative it is part of this construction. The A/E also shall investigate the possibility of extending chilled water lines from 6th floor to the 4th floor to provide primary chilled water for all DX units locate in the 4th floor as stated in the item above. The design of this option shall be included in the A/E contract. The construction of this item can be considered as an alternative item. The A/E shall provide study for the chilled water piping and the installation of new air cooled chiller to the VA indicating the possibilities benefits and estimated cost. Provide adequate air flow for all rooms there several rooms functions were changed such as viewing x-ray rooms. Construction will be addressed in multiple phases to allow operations to continue during construction to the extent possible. Phasing will be determined during the 35% design review. Phasing must work within budget and allow the VA to continue operations a minimal interference. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents. End Statement of Work SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. Evaluation Criteria: The A&E selection criteria for this acquisition are listed below: Factor 1: SPECIALIZED EXPERIENCE & PAST PERFORMANCE Offerors will be evaluated on the team's demonstrated experience, performance, technical abilities, and relevant project work of a similar scope, budget, and complexity as the Statement of Work for new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. Submissions will be evaluated on demonstrated ability to execute constructible, biddable, and well-coordinated construction documents, while meeting schedules and tracking/controlling costs to bring projects in on budget +/- 5%. Offerors shall provide estimates, bid price and final construction cost (to include change orders) of the 10 most recent projects completed. Contractors shall provide up to five projects demonstrating experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. These maybe the same projects identified above however contractor shall clearly delineate the construction period services performed and identify them for consideration. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with past client/customer reviews. Offerors are encouraged to list awards, letters of recommendation, outstanding merits, evaluations, or letters from past clients that demonstrate quality in design, superior project management, customer service, or professional performance. The Government may also use corporate knowledge when evaluating this factor. Factor 2: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONEL Offerors must provide background of firms (prime and sub-consultants) and list of key personnel with professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner. List all State registrations for individuals licensed in multiple jurisdictions. Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services will be evaluated on education, project experience, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion this contract. Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330. Factor 3: FIRM CAPACITY & MANAGEMENT OVERSIGHT Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm s ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. The evaluation will also consider the firm s present workload and the availability of the project team for the specified contract performance period. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected response times proposed may be incorporated into the statement of work as the standard. Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming. Offerors must provide a list of all active VA projects to dollar value and location. Factor 4: PROPOSED PROJECT DESIGN APPROACH Design approach statements will be evaluated based on demonstration of a clear understanding of the instant project. Statements should identify potential problems and proposed solutions. Statements shall also outline designers plans to execute project and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy and standard level of care. Factor 5: GEOGRAPHIC LOCATION & PLAN The plan will outline the team's knowledge of CMCVAMC and unique requirements, along with the team s ability to accomplish the required AE services. Offeror s must indicate firm s/team s location, including main offices, branch offices and any subconsultants offices and demonstrate how the team will service the geographic area. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel. Factor 6: Use Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses and other types of small business The contractor shall provide a summary identifying the extent to which it commits to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Proposed subcontractors shall be identified by business type, DUNS number and percentage of work to be performed. 4.SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330. Where to Submit: Offerors shall submit all original proposals to: Department of Veterans Affairs Network Contracting Office 4 Corporal Michael J. Crescenz, VAMC ATTN: (Maureen Jackson, Contract Specialist) 3900 Woodland Avenue Building 5, Contracting Office Philadelphia, PA  19104 Maureen.jackson@va.gov. All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested firms having the capabilities to perform this work must submit three copies of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) 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. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) 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. The A-E shall not include company literature with the SF 330. 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. 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 required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. 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. 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. In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), 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 selection criteria listed in Section 3. 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. Personal visits to discuss this announcement will not be allowed. Package must include an A&E Firm Point of Contact e-mail address and phone number. 5. SOLICITATION: THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Firm Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting Maureen Jackson, Contract Specialist, 215-823-5800 ext. 9165. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0ea9b76b2ce34a99b3eeda31849a5faa/view)
 
Place of Performance
Address: Department of Veterans Affairs;Network Contracting Office 4;Corporal Michael J. Crescenz;VA Medical Center, 3900 Woodland Avenue;Philadelphia, PA19104USA
 
Record
SN05518519-F 20191219/191217230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.