Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
DOCUMENT

C -- Generator Power Survey - Attachment

Notice Date
1/30/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25612R0483
 
Archive Date
3/15/2012
 
Point of Contact
Kevin D Pollard
 
E-Mail Address
6-3615<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms. The requirement is for the Oklahoma City VA Medical Center, 921 NE 13th Street, Oklahoma City, OK 73111. This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $4.5 Million. This project will engage an Architect Engineering firm to utilize professional engineering services to provide a design analysis of the current facility infrastructure at the Oklahoma City VA Medical Center and the Lawton Outpatient Clinic for Project 635-12-304, Generator Power Survey. This study specifically will involve: 1.The requirements for the installation of additional natural gas generating capacity, along with the accompanying generator enclosures, electrical switchgear, transfer switches and breakers, feeders, and electrical components such that the end result is enough electrical generator capacity to handle the peak loads of the entire Oklahoma City VA Medical Center and the Lawton VA Outpatient Clinic such that the hospital and the clinic can continue all normal operations for a minimum of 96 hours without commercial power. The Scope of Work will also include: a.An analysis of the existing electrical systems of the medical center along with historic energy consumption information to determine the size of the additional generator capacity necessary to achieve the 100% backup power goal with additional capacity for reasonable future growth. b.Recommendations for new facility infrastructure and modifications to current facility systems in order to achieve the 100% backup power goal. c.Interviews with stakeholders to determine other critical factors for the design. d.Conceptual drawing equaling approximately 35% of a complete design effort. e.A preliminary cost estimate detailing the actual construction of the work contained in the project scope. The estimate must contain sufficient details to allow for accurate budgeting of the future construction project. Design completion timeframe is estimated to be 150 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction contract. Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836-602-1 as follows: 1) Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for relevant work experience and accredited education (Bachelors of Science in the specific field minimum) and their record of working together as a project team. The specific state licensed/registered professional disciplines which will be evaluated are a minimum one of each (Oklahoma licensed architect, electrical engineer,fire protection engineer, cost estimator, AutoCAD operator). Note that lead engineer must be Oklahoma P.E. (2) Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in designing for federal agencies, healthcare design, eldercare design, research abilities for EBD (evidence based design, knowledge of 2010 ADA Standards & NFPA 101 Life Safety codes, Knowledge of Joint Commission and HIPPA requirements, energy conservation, and the use of recycled materials. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for 51% of the design, and the ability to accomplish the work in the required time will be evaluated. This includes ability to produce scaled construction documents in minimum version AutoCAD 2010. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other federal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will not be accepted. (5) Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. (6) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. Firms within 250 miles of the medical center will receive a maximum score. Firms more distant than 250 miles will receive a zero score for this criterion. (7) Memberships in professional associations: Each professional discipline has voluntary associations such as (AIA, ASID, AAHID, NSPE). The Department of Veterans Affairs recognizes that professionals who maintain association memberships are more invested in their field and are therefore more knowledgeable about current industry trends. Submission Requirements: This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Qualified SDVOSB firms are required to submit: 2 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms) to include Part 1 and Part 2. In addition, Section H of Part 1 shall include information regarding the firms estimating effectiveness (estimated costs vs. actual bid costs) and compliance with performance schedule (original design schedule vs. actual design completion time) for each key design project listed in Section F. In addition, firms are requested to provide one electronic copy of their entire SF330 submittal via CD. Submission information incorporated by reference is not allowed. FAILURE TO CLEARLY ADRESS ALL SEVEN LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF SF330. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. SF330 package shall address how it is anticipated these criteria will be met. Upon submission of the SF330 qualification package the prospective firm must be listed and publicly viewable in the Vetbiz Registry or they shall be considered nonresponsive to award. Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The number one selected firm, unless currently listed as verified in the Vendor Information Pages at the www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Failure to become registered and verified in the VetBiz registry will result in denial of contract award. After receipt of verification application, the VA Office of Small Disadvantaged Business Utilization (OSDBU) will conduct an SDVOSB verification investigation of the firm and based upon their findings will either find the firm eligible or ineligible for SDVOSB verification. Any AE firm that represents itself as an SDVOSB eligible firm but subsequently found ineligible for verification by VA OSDBU will result in that firm being barred from contract award. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications (ORCA) in conjunction with required registration in the Central Contractor Registration (CCR) www.ccr.gov database, prior to award of a contract (FAR 4.11). Completed SF330s can be delivered to Oklahoma City VA Medical Center, Attn: Kevin Pollard or Dean Harrison, Contract Specialist, (90C), 750 NE 13th Street, Oklahoma City, OK 73111, no later than 11:00 a.m. CDT, February 21, 2012. Outermost envelope or packaging shall clearly indentify Solicitation number and project. Information can also be hand carried or submitted via commercial express service Telegraphic, email, and facsimile forms are prohibited. All submissions must be bound in some manner (spiral, wire, binder, etc). Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (roy.harrison@va.gov and kevin.pollard2@va.gov ), telephone inquires will not be honored. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in February/March 2012. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25612R0483/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-R-0483 VA256-12-R-0483 PRE-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=292409&FileName=VA256-12-R-0483-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=292409&FileName=VA256-12-R-0483-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street;Oklahoma City OK 73104-5007
Zip Code: 73104
 
Record
SN02663366-W 20120201/120130234039-2089ae4b731553c1e0f489d991fb3b16 (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 |
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.