DOCUMENT
C -- Proj #: 512A5-10-307 Steam Distribution Repairs (PP) - Attachment
- Notice Date
- 6/6/2011
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Contracting and Purchasing (90C);Paul Kurzer;BLDG 101, Room 37;Perry Point, MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24511RP0088
- Response Due
- 6/14/2011
- Archive Date
- 9/12/2011
- Point of Contact
- Paul J. Kurzer
- Small Business Set-Aside
- N/A
- Description
- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project No. 512A5-10-307, Provide all necessary design to prepare construction documents (CD's) including drawings and specifications for the Replacement and Repairs to the Steam Distribution System at the Perry Point VA Medical Center (Phase 4). THIS ACQUISITION IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS VISN 5 Network Contracting anticipates the award of a firm-fixed-price contract. The applicable North American Industry Classification System Code (NAICS) for this procurement is 541310. To be considered a small business under this code the SBA size standard must not exceed $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for the project is between $1,000,000 and $2,000,000. SCOPE: Provide all necessary design to prepare construction documents (CD's) for Replacement and Repairs to the Steam Distribution System at the Perry Point VA Medical Center (The First Five Year Cycle Phase). All work shall closely adhere to the Specifications set forth in THE STEAM SYSTEMS ANALYSIS conducted for the VA in 2006 by HENRY ADAMS LLC, (Copy Provided by The VA and enclosed) as well as VA Master Specifications. It will also include design and instructions to remove and properly dispose of any old Demolished Pipe, insulation and other associated material. The Design shall address the following condensate return and steam supply from following buildings to the mains: a. 11H to MH 25 b. 314A,B&C to MH 19 c. 80H to MH 8 d. 19H to MH 6 e. 17H to MH 19a f. 15H to MH 21 g. 82 to MH 24 h. 22H to MH 22&23 i. 14H to MH21 These instructions will also address any Hazardous material disposal and include any required testing of said material. Likewise any soil testing and remediation required should also be addressed. Plans shall include methods to accomplish the work while leaving the Existing Distribution System in operation except for brief periods necessary to tie into working systems. Investigative Services: A/E may use existing blueprint files from our Engineering Service files as references in addition to "THE STEAM SYSTEMS ANALYSIS" and field verification of existing conditions. Construction Documents: A/E shall provide ten (10) sets of full sized drawings and ten (10) sets of specifications after all final corrections have been made to the 100% submission. These are to be used as bid documents. Electrical - May be obtained from existing electrical drawings and/or field verification of sources. Controls/ Monitoring - Comply with all current regulations of MDE and EPA. Construction Period Services: Shall include submittal reviews, response to contractor RFI's, site visits and as-built drawings. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with the government agencies and private industry; (5) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. Interested SDVOSB firms that meet the requirements listed in this announcement are invited to submit two (2) copies of SF330 Part I and Part II to the Contracting Officer, Attn: Kevin Garrison, VA Medical Center, Building 101B, Room 37, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM Eastern Standard Time (EST), April 18, 2011. SF Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions WILL NOT be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is Kevin Garrison, 410-642-2411 X 6056, or kevin.garrison@va.gov. Contracting Office Address: Department of Veterans Affairs; VA Maryland Health Care System; Contracting Officer (90C); P.O. Box 1000, Bldg 101B, Room 3; Perry Point MD 21902 Place of Performance: VA MARYLAND HEALTH CARE SYSTEM; VA MEDICAL CENTER; PERRY POINT, MD 21902 US Point of Contact(s): PAUL J. KURZER (410) 642-2411 EXT 5934 Contracting Officer DCS Infrastructure, LLC, Mount Holly, NJ was selected in the final selection process. In accordance with FAR 36.607 this information is being provided. Negotiations are ongoing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RP0088/listing.html)
- Document(s)
- Attachment
- File Name: VA-245-11-RP-0088 VA-245-11-RP-0088_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=207257&FileName=VA-245-11-RP-0088-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=207257&FileName=VA-245-11-RP-0088-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-245-11-RP-0088 VA-245-11-RP-0088_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=207257&FileName=VA-245-11-RP-0088-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Bldg 101, Room 3;Perry Point, MD
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN02465246-W 20110608/110606234907-aa227cee5a5f8a54c1c00fb84cf2f20b (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 |