Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2022 SAM #7406
SOLICITATION NOTICE

C -- AE Design Construct New Boiler Plant Project #581-22-109

Notice Date
3/9/2022 12:28:24 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522R0049
 
Response Due
4/19/2022 9:00:00 AM
 
Archive Date
06/18/2022
 
Point of Contact
ALISON KLEIN, CONTRACTING OFFICER, Phone: (304) 623-3461 x4143
 
E-Mail Address
ALISON.KLEIN@VA.GOV
(ALISON.KLEIN@VA.GOV)
 
Awardee
null
 
Description
This announcement is for the selection of an Architect/Engineer Firm to perform design services, technical specifications, working drawings, cost estimates, as-builts, construction period services, and site visits for the Construction of Project #581-22-109 Construct New Boiler Plant at the Hershel Woody Williams VA Medical Center located in Huntington, WV. Only firms with 350 nautical miles (or branches within 350 nautical miles) of the Hershel Woody Williams VAMC will be considered for award of this contract. The magnitude of construction for the above referenced project between $10,000,000 and $20,000,000. Please note this is not a request for proposal. Eligible responses received will be evaluated based on the following criteria and the most highly qualified will be compiled on a shortlist of candidates. The evaluation factors for the SF330 Evaluations are listed below in descending order of importance and will be used to evaluate and select the short-listed firms. Factor 1. Specialized Experience with Boiler Plant Design in respect with related technical competencies to include Mechanical, Civil, Structural, Environmental, Physical Security, and Electrical: This factor evaluates the amount of experience the A-E firm has in designing boiler plants and evaluating their technical competence. Detailed narrative of up to five, but no less than two (2) relevant projects i.e. boiler plant facility design completed within the last seven (7) years to include references, names and phone numbers. Factor 2. Professional Qualifications Necessary to Perform the Services Required: This factor evaluates the experience of persons in the firm, or consultants, who will work on the architectural and engineering disciplines required to accomplish the various design projects. Resumes of personnel, either in-house or through consultants, in the following key disciplines: Mechanical Engineering; Architecture; Civil Engineering; Structural Engineering; Environmental Engineering, Electrical Engineering; Fire Protection Engineering; Cost Estimator and Physical Security. All professional personnel shall be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects i.e., constructed, that best illustrate team members experience relevant to this contract scope. Specific experience of team members working together as a team on previous relevant projects. Factor 3. Past Performance: Provided copy of performance evaluations issued for government contracts. Provided facility owner documentation for non-Federal past performance. Provided copies of awards and letters of appreciation/commendation. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (In accordance with VA Information Letter (IL) 049-03-9, past performance evaluations may also be conducted using information obtained from CPARS and any other sources deemed appropriate by the CO.) Factor 4. Organization Management and Quality Control: This factor evaluates ability of the A-E firm, ability to handle projects with complex requirements and success of Quality Control (QC) program used by the firm Provide examples of demonstrated compliance in cost control through consistent use of the most cost-effective designs to meet project requirements. Provide examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines. Methods of project management. Factor 5. Miscellaneous Experience: Address experiences from the projects listed in the SF 330 in regards to: (1) CADD and other computer applications; (2) value engineering; (3) life cycle cost analyses; (4) environmental; and (5) Critical Path Management (CPM). Also include any tangible evidence demonstrating superior performance, such as certificates, awards, peer recognitions, etc. This is a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code for this work is 541330. The small business size standard is $16.5 million. Service-Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company s registration. Additionally, any potential awardee must also be registered in the System for Award Management (SAM) visit www.sam.gov and VETS 4212 VETS-4212 Reports | U.S. Department of Labor (dol.gov). To be considered for this contract, firms shall submit SF330s electronically. SF330s to include Parts I & II are to be emailed to alison.klein@va.gov, adobe pdf format, single file, no larger than 10MB, and no zipped files. Receipt must be confirmed! The submission must include at the beginning a cover sheet with the following: Duns & Bradstreet Number, Tax ID Number, The E-mail address of the Primary Point of Contact. Special Note: An A/E Firm failing to provide any of the documentation detailed or is not registered in SAM, VetBiz Registry and VETS 4212 will be determined as Non-Responsive and will not be considered. Submissions are due no later than 12:00pm local time, April 19, 2022. Inquiries regarding this announcement can be sent to Alison Klein via e-Mail at alison.klein@va.gov. Inquiries should be sent by 3pm local time on March 31, 2022. The following excerpts from the Scope of Work for Project #581-22-109 Design Construct New Boiler Plant . This is not a Request for Proposal. The inclusion of the excerpts is to provide an overview of the project to assist firms preparing SF330s. The design of this project will address, but not be limited to, the following items: 1. Provide a professional survey and site assessment to identify feasible locations for a new boiler plant facility that will integrate into the existing steam piping infrastructure while providing adequate room around the building for tractor-trailer deliveries, employee parking, and occasional crane work. Engineering investigative work should include, but not limited to soil studies, vibration studies, electrical load testing, and any other test or study deemed applicable to create a complete and accurate design. The A/E shall present three possible boiler plant locations listing the pros and cons of each option that VA engineering personnel will use to make a final decision. 2. Design a new N+1 fire tube boiler plant facility that can support a peak steam demand of approximately 25,000 lb/hr 30,000 lb/hr (11,000 lb/hr minimum) during the coldest time period of the year. The new boilers must be capable of operating on #2 fuel oil and natural gas. This project will provide all services required for planning and design related to installation, electrical, mechanical work, and architectural modifications to meet the service requirements. 3. Design of a complete boiler blow-down heat recovery system, steam blanketing, and a simplified control system. All steam materials (valves, fittings, traps, etc) specified in all A/E plumbing designs shall be forged steel, not cast. 4. Design shall include a study of the current steam system, consider future steam capacity, and system pressure increase needs as well. The review shall include the recommendations for any replacement, repairs and/or upgrades required for the existing heat exchanger and steam piping layout in order to support the new fire tube boilers. This report shall be included in the contract documents. 5. The A/E shall have previous experience in the design of boiler plant facilities for a VA medical center. A/E must provide documentation of at least two boiler plant facility designs with references, names and phone numbers. 6. Design must provide all necessary Structural, Civil, Architectural, Mechanical, Electrical, and Plumbing trades with estimates and drawings that include demolition activities. Provide documentation, design, drafting and quantity calculations for the commissioning of the entire steam-generation system, not just the new boilers. Commissioning of all components of new or existing shall be accomplished by the A/E (refer to Part 8). 7. Design shall include asbestos/lead survey report and include a remediation plan in the contract documents. In the development of a remediation plan, the A/E shall retain the services of a Certified Industrial Hygienist (CIH) to provide expertise in all aspects of identifying, assessing, and making recommendations concerning the management of asbestos and/or lead. 8. A phasing plan is critical and should be prepared early to assure no negative impact to the boiler plant operation. Downtime of systems should be kept at a minimum. The plan shall address provisions for continuation of service during outages. 9. The A/E shall take into account design requirements to reduce operations and maintenance costs and limit operational downtime. 10. The A/E shall incorporate field-verified utility locations as part of their design submittal. 11. Design shall be governed by the applicable VA and national codes and standards. This includes, but not limited to, the VA Steam Generation Systems Design Manual and VA specification section 23 21 11 Boiler Plant Piping Systems , 23 52 39 Fire-Tube Boilers , including start-up and testing requirements, and current EHRM requirements as it pertains to the inclusion of IT equipment and space. 12. The design Architect/Engineering (A/E) will hire a Certified Independent Third-Party (CITP) Safety Professional or Professional Credential to provide the necessary design reviews for compliance with national and local codes, VA regulations and standards, and federal and state regulations (refer to Part 7). 13. Attend all necessary project meetings and field inspections. 14. Make recommendations on the construction phasing to minimize the impact in regular operations near the area including impact in utility shutdowns. 15. The A/E shall coordinate with the Veterans Administration Central Office (VACO) to obtain approval and certification of boiler design before each submittal. 16. Design shall include the demolition of all steam generation systems in the existing boiler plant. This includes the removal of all boilers, equipment, piping, electric (overhead lighting to remain), fuel tanks, and the original 1932 brick smokestack. All designs shall incorporate all architectural and engineering disciplines necessary to provide for a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. The VA will provide the A/E with copies of site and system drawings per their request; however, the accuracy of these drawings shall be field verified by the A/E and all consulting firms as part of investigative services. It is the A/E s responsibility to determine existing conditions and to base the design on this information. The accuracy of the drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E and all consulting firms. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2fdbe411d684f22ad66408bc2f2bf10/view)
 
Place of Performance
Address: HERSHEL ""WOODY"" WILLIAMS HUNTINGTON VAMC 1540 SPRING VALLEY DR, HUNTINGTON 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN06261599-F 20220311/220309230101 (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.