Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2023 SAM #8024
SOURCES SOUGHT

C -- AE Design | Project# 557-23-104 Replace Boiler Plant Steam Boilers

Notice Date
11/14/2023 11:18:42 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24724Q0103
 
Response Due
11/21/2023 2:00:00 PM
 
Archive Date
02/28/2024
 
Point of Contact
David Parente, Contracting Officer, Phone: 843-252-6747
 
E-Mail Address
David.Parente@va.gov
(David.Parente@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 Sources Sought Notice: Replace Boiler Plant Steam Boilers DESCRIPTION: This is a Sources Sought to determine the availability of potential sources having the skills and capabilities necessary to provide professional Architect/Engineer (A/E) Design Services for the preparation of design documents and construction period services to Replace Boiler Plant Steam Boilers , Project # 557-23-104 at the Carl Vinson VA Medical Center in in Dublin, GA. GENERAL SCOPE A/E to provide services for preparation of design documents and construction period services for Replace Boiler Plant Steam Boilers , Project # 557-23-104. The design must, at a minimum, be in accordance with all applicable codes (NFPA, JCAHO, UBC, and EPA) and Department of Veterans Affairs (VA) publications (Master Construction Specifications, Construction Standards, etc.). If any asbestos or lead paint abatement should become necessary, the design shall be done by a Certified Industrial Hygienist (CIH). The design and as-built documents shall bear the CIH name. All asbestos and lead paint abatement design shall incorporate the latest requirements of VA, federal, state, and local authority having jurisdiction. The project shall be designed to attempt to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004 ( if life-cycle cost effective).  Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings achieved by the design. Should a 30% reduction in energy consumption savings prove to be unattainable per life-cycle cost analysis, A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. A Savings-to-Investment Ratio worksheet shall be provided with each design submittal to show energy savings. The following parameters shall be used for performing the analysis: 20 year life-cycle period for system comparison Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, EnergyPlus, etc. 3% Discount Factor All drawings and specifications shall be submitted by A/E to VA on computer disc at the completion of the project. Drawings shall be in AUTOCAD 2020 format, with an accompanying MS Word (ver. 2016) document that lists the drawing number and a description of the drawing s content in sufficient detail to identify it. Each individual Specification shall be submitted as a single MS Word version 2016 formatted document. In addition to the individual Specification submittals, an overall document that compiles all Specifications into one, single-spaced document is also required. One additional disk containing electronic copies of all drawings in portable document format (.pdf) shall be submitted for the Contracting Officer s use. Project shall be designed to meet the prescribed VA Construction Budget, with sufficient Deductions to achieve a 20% reduction from that Budget. Should bids received come in over budget even after taking the Bid Deducts into account, it will be the A/E s responsibility to redesign the project to achieve the VA Construction Budget. A/E will be required to provide access and maintain a Project Management/Construction (Commercially available) management software for both the VA during design, as well as the VA s selected construction firm during construction period services to be used for transmittal of all submittal, RFI, RFQ, drawings, etc. related to electronic transmission of files pertaining to the project. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to Contracting Officer, David Parente at david.parente@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS Code: 541330; Engineering Services; Size Standard: $25.5 Million. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a Pre-Solicitation announcement requesting SF330 s may be published. Responses to this sources sought synopsis are not considered adequate responses to the Pre-Solicitation announcement. All interested offerors will have to respond to the Pre-Solicitation announcement in addition to responding to this sources sought announcement. The Government is not obligated to, nor will it pay for, or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less that demonstrates how your company has the supervision, facilities, labor and experience to provide the services required. Include evidence of past experience in providing these items to the VA, other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Include the Contractor s Unique Entity ID (SAM) number of your firm. (g) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov and/or (VetCert) certified through the Small Business Administration at Veteran Small Business Certification (sba.gov). If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM, and to receive an award based on VOSB or SDVOSB status you must be registered in the SBA s (VetCert) registry. If the requirement is available on your GSA, FSS or GWAC schedule include the schedule number and associated SINs. Responses must be emailed to Contracting Officer, David W. Parente at david.parente@va.gov no later than 5PM EST 11/21/2023. Your response should include both the STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "" 36C24724Q0103 in the subject line of your email response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42b1f8abaf75416d9c48453eb95a0570/view)
 
Place of Performance
Address: Department of Veterans Affairs Carl Vinson VA Medical Center 1826 Veterans Blvd, Dublin 31021
Zip Code: 31021
 
Record
SN06885169-F 20231116/231114230058 (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.