Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2013 FBO #4139
DOCUMENT

C -- Project 630A4-12-421 - Replace Air and Vacuum Compressor at New York Harbor Healthcare System Brooklyn Campus 800 Poly Place Brooklyn, NY 11235 - Attachment

Notice Date
3/23/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24313I0537
 
Response Due
4/8/2013
 
Archive Date
7/16/2013
 
Point of Contact
Carlos.Molina2@va.gov
 
E-Mail Address
Contract Specialist
(carlos.molina2@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 630A4-12-421 Replace Air and Vacuum Compressor at the Brooklyn Campus, VA New York Harbor Healthcare System, 800 Poly Place Brooklyn, NY 11209-7104. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $500,000 and $1,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns". In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). LOCATION Brooklyn Campus, VA New York Harbor Healthcare System, 800 Poly Place Brooklyn, NY 11209-7104 SCOPE OF SERVICE REQUIRED I. Scope of Work: Provide all necessary Architect-Engineer (A/E) services to prepare construction documents for the project entitled Replace Air & Vacuum Compressor at the New York Harbor Healthcare System-Brooklyn Campus. II. Specific Requirements A)The design shall include replacing backup air and vacuum compressor located on the 5th floor Mechanical Room. B)The system shall be duplex system and shall serve as backup to the primary medical air and vacuum system. C)Replace existing dental air compressors and vacuum system located in the Basement of Building #1 with new duplex air compressor and vacuum system. D)The project shall include replacing the main air compressors located in the Building #4 Chiller Plant. The design shall include installing new air piping/tubing out to all existing field devices that require pneumatic air. E)The design shall include replacing the air compressor located in the Boiler Plant in Building #4. The new Boiler Plant compressor shall be a duplex type system. F)The design shall include necessary alarms, dryer, gauges, controls, starters, pressure switches and associated piping. G)Install new remote alarm systems in the Boiler Plant in Building 4 and telephone operator room on the 18th floor of Building 1. H)Run new conduit and feeder to the Boiler Plant and telephone operator room to accommodate the remote alarm as required. III. Review Requirements The following are minimum requirements for review purposes only. This does not relieve the A/E of responsibility to produce a complete set of construction documents and estimates in accordance with industry standard practice and VA criteria. a.For each submission, the A/E shall incorporate the corrections, adjustments, and changes made by the VA at the previous review. The A/E shall date all reports, studies, and other submission material. All submission documents shall have a header indicating the project name, project number and revision date, and shall have pages numbered. b.A/E shall provide computations and sizing calculations for work in the Mechanical, Electrical, Plumbing, Structural, Fire Protection, Utility and other specialty areas. For computerized calculations, submit complete and clear documentation of computer programs, interpretations of input/output and description of program procedures. c.A/E shall submit Basis of Design Report, master plans, photos and drawings, as requested by the COR at each phase of the Design Development submission. d.If subsurface investigation is necessary, submit the criteria for the subsurface investigation and the qualifications of consultants being considered for the investigation. Start subsurface investigation upon approval of the proposal by the COR. e.A/E shall submit a construction cost estimate with photos and drawings at each project submission. All construction cost estimates submitted by the A/E shall be prepared by an independent cost estimator provided by the A/E. f.Each construction cost estimate shall show the cost of construction which would be expected to be reflected by the construction contractors' bids, if the bids were submitted on the same day as the estimate. The level of detail for each estimate shall be consistent with the degree of completeness of the Basis of Design Report and drawings being submitted. For detailed elements, "lump sum" or "allowance" figures will not be accepted. IV. Design Development & Contract Documents g.Preliminary and design development drawings for construction projects are a means of identifying alternative approaches to correcting physical and functional deficiencies. The development of these drawings is an interactive process between the A/E and VA staff in order to produce a narrative and graphical description of possible program alternatives. As appropriate, the VA will make available prior to contract negotiations a tentative priority list of functional areas which may be included in the project and a statement task. h.Preliminary Meeting: Prior to beginning any design work, a preliminary meeting will be conducted between the A/E and VA staff. At this stage, the scope of work will be finalized and agreed to by all VA services involved in this project. At this point the A/E will have surveyed the existing facility to verify all existing conditions and become familiar with all deficiencies that need to be corrected. The A/E will write a summary of the meeting and submit it to the Contracting Officer/COR for distribution and approval by the appropriate staff. i.A/E in collaboration with VA staff will illustrate in sketch form various possible program alternatives and refine them based on continuing interaction with the VA project team. The A/E will then complete and present alternative architectural and engineering solutions which are functionally and architecturally viable for consideration. j.The VA considers originality and imaginative design an essential part of the A/E's responsibility. The total environmental approach is a necessity to all planning. Site, structures, vehicular and pedestrian circulation, open and screened areas and their relationships to each other should be combined to produce a plan that is functional and aesthetically pleasing. k.Complete conceptual alternatives must be displayed on the preliminary drawings. The work may include the division of an alternative into distinct parts, each of which has an identified priority. The preliminary drawings must, therefore, be developed so that irrespective of which parts (in priority order) are selected for further development in the Design Development phase, the solution shall provide a well designed facility with respect to functional operation, construction phasing, minimized disruption of existing hospital operation, and compatibility with structure and utilities between (1) existing facilities; (2) those for imminent construction; and, (3) those with low priority for future construction. l.A narrative to accompany the drawings shall identify construction phasing which will be necessary to permit continuous operation of critical hospital operations. In addition, areas of new construction and renovation shall be shown. A detailed listing of submission requirements for phasing is included in a later paragraph. m.Subsequent to each VA review of the A/E's work, The A/E shall incorporate VA recommendations into the Design Development Drawings. n.Review Meetings: Review meetings will be conducted at the end of each design phase. Two (2) weeks prior to each scheduled review meeting (set forth in SP-13 of the contract); submit three (3) copies of all narratives, drawings, calculations and cost estimates to be reviewed by VA staff. The cost estimates will reflect the level of completeness at each review stage. In addition, the A/E shall take minutes of the review meeting and submit two copies to the Contracting Officer/COR for distribution to VA staff. V. Asbestos Abatement A/E shall follow Asbestos Abatement Design Manual located in the Technical Information Library: http://www.cfm.va.gov/til/dManual/dmASBhosp.pdf Asbestos Tasks 1 9 Task 1: Inspect project areas suspected of containing asbestos. CIH shall submit a preliminary description of asbestos assessment and abatement problems and solutions. The preliminary report shall include the following: a.Summary results of review of building records. b.Summary results of interview of station personnel. c.Determination of whether any materials used in the building construction are known to contain asbestos. Some trade name materials are known to contain asbestos and should be identified. d.Results of visual inspection of the building to determine location and condition of asbestos materials. e.Presentation of sampling strategy that will yield statistically viable conclusion on the extent of asbestos present. Task 2: Sample suspect materials and select a qualified laboratory to perform analysis. Provide the name and location of a qualified laboratory for sample analysis which the CIH intends to utilize. Task 3: Review sample analysis and determine the most appropriate approach to take during construction. At this time the CIH should have collected appropriate samples, selected a qualified laboratory for sample analysis, evaluated sample analysis results to determine adequacy for an assessment report, and ensured that the sample analysis results and number of samples taken are adequate to provide the CIH with confidence that the maximum detection of asbestos has been achieved. Task 4: Submit laboratory analysis and recommended actions. Submit an exposure assessment report on the impacted areas of the project. Include the following information: a.Describe the impacted areas by sketches, room numbers or other means. Show or describe the location of each sample taken, its composition, and identification number. b.Classify each impacted space as "Major Abatement", "Minor Abatement", or "No Abatement" areas. A "Major Abatement" area requires full protective measures sealing off, change room, shower room, etc; and removal of all asbestos within the limits of the area. A "Minor Abatement" area can be decontaminated with one or more applications of the "Glove and Bag" approach. A "No Abatement" area requires no abatement work. c.For each "Major Abatement" area, identify area location within building and provide quantity and cost estimates of all asbestos within the limits of the area. Quantities are to be in linear feet of pipe and square feet of ceilings and walls. The cost is to be derived from the quantities multiplied by a unit price. d.For each "Minor Abatement" area, provide the description, size, location of each pipe element to be decontaminated, and a cost estimate. e.Provide a summary of the square feet of floor space for all major and minor abatement areas, the total linear and square feet of asbestos to be abated, the total cost of abatement and a preliminary schedule of completion. Include in the cost estimate any cost for decontamination of equipment and fixtures. Provide a copy of the above summary to the construction cost estimator for inclusion as a bid item in the project estimate. Work will be done in phases. Consult with the VA on this so that phasing is reflected in cost. f.Provide an assessment on the impact of abatement on building sub systems such as ceilings, lights, walls, carpets, pipes and equipment. Provide room by room description and estimated quantities of impact items to be replaced (number of lighting fixtures, square feet of ceiling, etc.), and a summary of these quantities. Provide a cost estimate for all impacted items. g.Provide a signed cover statement. This statement shall be in accordance with the "Sample Cover Statement" provided by the VA as a part of the A/E package. h.Evaluate the removal cost versus the deferral of some asbestos removal. The VA will furnish a CIH with a list of areas asbestos would be abandoned in place. This CIH will then review and make recommendations, and incorporate a final decision into the design. Task 5: Design and specify the appropriate techniques and approaches for the execution of the recommended actions in Task 4, and submit specifications and drawings. Verify if the State Specification will have to be adhered to. Prepare drawings and specifications for the asbestos abatement work reflecting the assessment report and paragraph 4(h). The drawings shall be separately identified from the rest of the drawings, could be 1/16" scale plans (if convenient), and shall provide as a minimum the following information: a.For each "Major Decontamination" area show the limits of sealing off, the location and quantities of asbestos material, the arrangements for auxiliary rooms (such as change room, shower room, etc.), the engineering of the negative air systems, the path of asbestos transportation to the loading platform, the location and connection to required utilities. b.For each "Minor Decontamination" area, show on plans the exact location type and length of pipe element to be abated by the "Glove and Bag" approach, and any other abatement features. c.Provide a major and minor summary of the square feet of floor space for all abatement areas, the total linear and square feet of asbestos to be abated and the total cost of abatement. Include in the cost estimate any cost for decontamination of equipment and fixtures. Provide a copy of the above summary to the construction cost estimator for inclusion as a separate bid item in the project estimate. d.Provide details, sections, notes, and other information that is necessary for complete bid documents. e.Prepare project specifications by editing and modifying VA master specifications on asbestos abatements. f.Provide information and data for the restoration of the impacted building sub systems as an integral part of the overall project design. Provide information and data for replacing the removed asbestos insulation with acceptable non asbestos insulation. Replacing old contaminated light fixtures and replace partially torn down plaster ceilings. g.Incorporate comment from the Department of Veterans Affairs, Industrial Hygienist. This review is to ensure that VA regulations and policies are adhered to. h.Provide VA Engineering with an itemized estimate for Tasks 6 9 received as part of Task. Task 6: Assist VA in evaluating qualifications of contractor and personnel by establishing minimum qualification requirements for specialization experience, key personnel, standard operating procedures, etc. Task 7: Continuously monitor performance of contractor during abatement work to ensure adherence to abatement design. Monitor air quality in and around work space, worker exposure, operating procedures, respiratory protection systems, the abatement process, and the packing, transportation, and disposal of asbestos. Secure the services of a qualified analytical laboratory, to turn over sample results within 24 hours. Task 8: At the end of abatement and after final cleaning, inspect the work space and perform the required testing to establish the decontamination level specified. Task 9: Provide a certificate to the COR certifying that the abatement process was performed in accordance with the best practice, the maximum feasible protection of people and the environment has been achieved during the abatement process, and the impacted space has achieved the VA required decontamination levels. VI. Submissions A/E shall follow the submission instructions for Replace Air & Vacuum Compressor: a.VA Design and Construction Procedures and VA Master Construction Specifications, http://www.cfm.va.gov/TIL b.Structural and non-structural components shall be constructed in compliance with seismic requirements specified in VA Handbook H-18-8, http://www.cfm.va.gov/TIL/seismic.asp c.VA Program Guide, PG-18-15, Volume C, http://www.cfm.va.gov/contract/aeDesSubReq.asp d.NFPA 101 Life Safety Code, NFPA 99 Health Care Facilities. e.ASHRAE Standard 90.1 Energy Standard for Buildings Except Low Rise Residential. f.A/E shall provide additional Design Development, Construction documents including master plans, photos, and detail drawings as requested by the Contracting Officer Representative (COR). g.A/E shall furnish and provide three (3) sets of Drawings and Specifications and detailed cost estimate at 30%, 60%, 90% and 100% stage review for Contract Documents. Provide six (6) sets of completed Contract Drawing and Specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. VII. Mylar and As-Built Drawings A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of construction and turn over the changes in the As-Built drawings to the VA. A/E shall provide one (1) electronic copy of the drawings and specifications (CD), one (1) set of Mylar drawings to the VA for record plans at the completion of design. COST RANGE Estimated Construction Cost Range: $500,000.00 to $1,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: Design: Upon Award: Start preliminary study upon award Start preliminary schematics 15 calendar days Deliver 1st review material (30% complete) 45 calendar days Review 1st review material (30% complete) 60 calendar days Deliver 2nd review material (60% complete) 90 calendar days Review 2nd review material (60% complete) 120 calendar days Deliver 3rd review material (100% complete) 150 calendar days Review 3rd review material (100% complete) 160 calendar days Deliver final 100% design documents for bidding purposes 180 calendar days Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (2) 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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) 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; and (6) Acceptability under other appropriate evaluation criteria. LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on April 8, 2013. All submittals must be sent to the attention of Carlos A. Molina (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1.Dun & Bradstreet Number; 2.Tax ID Number; 3.The e-mail address and phone number of the Primary Point of Contact and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Carlos.Molina2@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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/BroVANAP/VAMD/VA24313I0537/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-13-I-0537 VA243-13-I-0537.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670904&FileName=VA243-13-I-0537-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670904&FileName=VA243-13-I-0537-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03019423-W 20130325/130323233017-cb069710c528eedca9ea26144473bf10 (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.