Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

C -- USP800 Compliance, 537-18-156

Notice Date
1/24/2020 5:32:17 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0270
 
Response Due
2/10/2020 8:59:59 PM
 
Archive Date
04/10/2020
 
Point of Contact
Peter (John) Roskowskipeter.roskowski@va.gov
 
E-Mail Address
peter.roskowski@va.gov
(peter.roskowski@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
REQUEST FOR SF330 INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for an Architect/Engineer (A/E) to provide professional commissioning services for the demolition/design/remodeling/construction of a fully functional existing in-patient pharmacy compounding area. Work includes the upgrade of the HVAC systems and controls, including ductwork, hoods & exhaust systems to meet USP800 requirements for Project Number 537-18-156, USP800 Compliance, at the Jesse Brown VA Medical Center, Chicago, Illinois. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A Request for Proposal (RFP) will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR part 36. The anticipated A/E Services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation (VAAR) 836.6 and VAAM M836.6. MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 500-mile radius, within the U.S., of the Jesse Brown VA Medical Center. The 500-mile restriction will be verified by using the website https://www.freemaptools.com/radius-around-point.htm and verifying the distance from the firm s primary or satellite office location, from which most of the commissioning services will be performed, to the Jesse Brown VA Medical Center campus. DESCRIPTION: The Jesse Brown VA Medical Center consists of a 200-bed acute care facility and four community-based outpatient clinics (CBOCs). The Jesse Brown VA Medical Center provides care to approximately 62,000 enrolled veterans who reside in the City of Chicago and Cook County, Illinois, and in four counties in northwestern Indiana. The medical center admits more than 8,000 inpatients and more than 500,000 outpatient visits annually. For Project Number 537-18-156, USP800 Compliance, the AE will provide professional services for the demolition/design/remodeling/construction of a fully functional existing in-patient pharmacy compounding area. Work includes the upgrade of the HVAC systems and controls, including ductwork, hoods & exhaust systems to meet USP800 requirements. The AE shall design improvements to the existing fully functional, in-patient pharmacy located on the third floor of the Damen Building to comply with USP 800; PHARMACY DESIGN TECHNICAL CONSIDERATIONS in the VA PHARMACY SERVICE DESIGN GUIDE, April 1, 2018, USP 797 Pharmaceutical Compounding Sterile Preparations and latest edition, and VA HVAC Design Manual, May 1, 2019, or latest edition. The AE shall include in its design the following corrections: FCA 279237: The Pharmacy Clean Room is served by a Trane indoor air handling unit. This unit does not have final filters, but there are final filters located in the clean room. The space makes use of chilled water and glycol heating to meet the space thermal demands. The air handler also uses a Trane chiller located on the roof. The air handler DX coil is not connected. Also, the air handler appears to be leaking from the drain pan. It is estimated that it is due to poor trapping of the condensate. There is poor temperature and humidity control in the space. The OA duct is blanked off thus compromising the space indoor quality. The controls for the heating control valve serving the clean rooms are not accessible. A/E is asked to replace the reheat coil control valve and relocate it into mechanical room (assume 30 feet of 1"" steam piping and 1"" condensate piping, insulated with 2"" of fiberglass). The A/E is also asked to relocate condensate drain trap to the floor below and re-pipe condensate to new open site waste. Piping new trap primer into new open site waste. A/E shall, based on load calculations, plan for the installation of a new ACCU (capacity estimated at 15 Tons) and have it piped to the DX coil. Design work shall also address the upgrade of the HVAC DDC controls and the replacement of UV light in the ductwork with UVC lights at each cooling coil. FCA 22965: Lab and pharmacy have inadequate cooling. A/E shall quantitively determine the required additional supplemental cooling and associated additional air flows. FCA279263: A/E shall evaluate capacity of existing hot water converter serving Pharmacy AHU and provide remediation if converter is determined to be undersized. The AE shall include that a US EPA certified inspector will collect samples, identify homogeneous areas, and conduct a physical assessment, and that the abatement design will be the responsibility of a US EPA certified Asbestos Project Designer. Period of Performance: Two hundred twenty-nine (229) Calendar Days Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: Between $2,000,000.00 and $5,000,000.00 NAICS Code: 541330 Engineering Services Size Standard: $16.5 Million VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of submissions of offers/quotes, and prior to award of any contracts, the offeror must represent to the contracting officer that it is a SDVOSB eligible firm; Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and SDVOSB listed as verified in VIP database at: https://www.vip.vetbiz.gov. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. EVALUATION FACTORS: selection criteria will be based on the following factors in accordance with FAR 36.602-1 and VAAR 836.602-1: 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; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Capacity to accomplish the work in the required time; Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; Whenever post-award construction services will be required of the AE firm, potential contractors will be evaluated on 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for AE services; The extent to which potential contractors identify and commit to the use of Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses and other types of small businesses as subcontractors. NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: a. One (1) electronic pdf copy via email: i. Send to peter.roskowski@va.gov b. Three (3) hard copies mailed to: Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) 3001 Green Bay Rd., Bldg 1, Rm 329, North Chicago, IL 60064-3048 ATTN: Peter John Roskowski, Contract Specialist c. The SF330s are due on Monday, February 10, 2020 at 5:00 PM (Central Time). Acceptable electronic formats (software) for submission of SF330 packages: Files readable using the current Adobe Portable Document Format (PDF); Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. No Fax or Email Responses will be accepted: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to peter.roskowski@va.gov. VA Primary Point of Contact: Peter John Roskowski Contracting Officer, Email: peter.roskowski@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c11a182382be4c16a6f24246ffc13991/view)
 
Place of Performance
Address: Jesse Brown VA Medical Center;820 S. Damen Ave.;Chicago, IL 60612, USA
Zip Code: 60612
Country: USA
 
Record
SN05543437-F 20200126/200124230150 (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.