DOCUMENT
C -- Design AC-19, AC-20 and Interstitial Mechanical - Attachment
- Notice Date
- 10/16/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
- ZIP Code
- 25405
- Solicitation Number
- VA24515R0006
- Response Due
- 11/4/2014
- Archive Date
- 1/3/2015
- Point of Contact
- Kathryn Leatherman kathryn.leatherman@va.gov
- E-Mail Address
-
kathryn.leatherman@va.gov
(kathryn.leatherman@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. NAICS Code: 541 -- Professional, Scientific, and Technical Services; 541330 - Engineering Services The Department of Veterans Affairs Medical Center (VAMC); VISN 5 Contracting, 510 Butler Avenue, B306A, Martinsburg, WV 25405 is advertising for Mechanical Engineering Services at the VA Medical Center, Martinsburg, WV. This acquisition is a 100% Total Small Business Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAM) (www.sam.gov) as a small business. Eligible Prime contractor firms must have a working office location within 0-200 miles of the VAMC, 510 Butler Avenue, Martinsburg, WV. This distance is determined according to www.randmcnally.com and will be included as an evaluation factor for technical evaluation. The selected Engineering firm shall be in accordance with FAR 2.101 definition of "architect-engineer services" as defined in 40 U.S.C. 1102 and FAR Part 36.6 to provide professional engineering services. The engineer(s) signing drawings must be licensed in the State of WV. The license(s) are not required unless an award is made to prospective A/E(s). The following disciplines are required: mechanical, plumbing, electrical, fire protection, industrial hygiene, surveyors, cost estimators, or other A/E services as defined by FAR Part 36.6 that may be necessary. Task orders may include, but are not limited to: 1) Schematic Phase: to include but not limited to making site investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the project. 2) Design Development: may include engineering calculations and analyses, complete design, and statements of probable cost. 3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors. 4) Bid Documents: to provide completed detailed, signed and stamped drawings, specifications and documents complete and ready for issuance to prospective contractors. 5) Construction Period Services: to include but not limited to answering Request for Information, inspections and site visits, as-built drawings, reviewing submittals and commissioning. (Note: The Government reserves the right to cancel this contract(s) at any time if it is in the best interest of the Government.) The VA scope of work is as follows: AC-19, AC-20, & Interstitial HVAC Upgrade This project will include the design of the following 3 HVAC system. They are being listed in the order of construction. Replace AC-20 - Phase I Professional services are required for the design for replacement of AC-20, in the Penthouse of building 500. The existing system is a single fan, dual duct with economizer system that includes supply fan SF-20, return fan RF-19, exhaust fan EF-42. Replacement system will be a dual fan, dual duct system with economizer. Design will include provision of temporary air handling support. AC-20 supports Patient Wing C, floors 3, 4, 5 and 6. As a multi-floor, multi-zone system, AC-20 uses a NFPA 92 smoke control system. Extent of work in the Penthouse includes all replacement from outside air louvers and dampers to duct risers at Penthouse shaft. All controls are to be replaced, going from pneumatic to direct digital control. A network controller is already installed for this unit. Replacement includes differential pressure sensors for each shaft riser and major branch, as well as air flow monitoring stations. Supporting utilities include: a. Extension of stainless steel piping from existing 15-psig steam-to-steam chemical free humidification steam to new humidifier for AC-20, replacement of direct steam humidifier in AC-18, and stub out to humidifier for AC-19; b.Installation of a new maintenance platform at the hot water heat exchangers C-3 and C-4 to allow for access to all valving and supporting components; c.Replacement of all supply mains to the Penthouse from main Building 500 supply of 100 psi steam, condensate return, and chill water in the Basement interstitial; distribution mains of perimeter hot water heating mains from Penthouse to 1st floor lobby terminal units; and utility mains for all medical gases throughout the entirety of Building 500. This main utility supply chase will be an enclosed room on each floor with main and branch isolation valves, and drain down valves. The utility room on each floor will have a curbed, sloped, and drain floor; moisture resistive wall coating, and comply with applicable fire codes; d.Replacement of electrical support equipment for operation of VFD; e.Replacement of make-up water connections and back-flow for chilled water and heating hot water. Scope will include Test and Balance (TAB) for existing conditions, estimation of new total supply, return and outside air requirements in support of C wing, floors 3, 4, 5 and 6, structural analysis for expansion onto 5C roof if needed for temporary utilities and optimal operation. Asbestos survey will be provided by VHA Martinsburg. Interstitial HVAC - Phase II General scope of work is to replace the heating, ventilation, and air conditioning (HVAC) support for the interstitial space on building 500 with stand-alone HVAC meeting all ASHRAE, IMC, NFPA, and VHA requirements. Interstitial space consists of Basement (93,356 SF), 1st floor (92,691 SF), & 2nd floor (92,076 SF). Currently, the interstitial space is supported by multiple air handling units, requiring complex, nested pneumatic controls to integrate NFPA 90A and NFPA 92 requirements. The 2nd floor interstitial space is supported by air conditioning (AC) systems AC-12, AC-13, AC-14, AC-15, AC-16, AC-17, AC-18, & AC 19. The 1st floor interstitial space is supported by AC-7, AC-6, AC-5, AC-18, AC-19, AC-11, AC-10, & AC-9. Basement floor interstitial is supported by AC-2C, AC-1, AC-19, & AC-4. Scope includes: a.Test and balance to verify existing condition. b.Installation of new equipment. c.Field verification of existing HVAC. d.Design of new dedicated interstitial HVAC. e.Removal of abandoned pneumatic controls, smoke control dampers, and duct mounted smoke detectors, and interstitial smoke purge fans. f.Update of all impacted air conditioning systems to maintain balance. g.Update of smoke control dampers. Design may use existing perimeter heating system, central chill water and steam systems, or other methods, such as VRF, to meet requirements. As a result, only Penthouse AC units, AC-18, AC-19, & AC-20, will remain as a NFPA 92 smoke control system. Replace AC-19 - Phase III Professional services are required for the design for replacement of AC-19, in the Penthouse of building 500. The existing system is a single fan, dual duct with economizer system that includes supply fan SF-19, return fan RF-18, exhaust fan EF-47. Replacement system will be a dual fan, dual duct system with economizer. Design will include provision of temporary air handling support. AC-19 supports Patient Wing A, floors 3, 4, 5 and 6; as well as, the main elevator lobby on floors G, 1, and 2. As a multi-floor, multi-zone system, AC-19 uses a NFPA 92 smoke control system. Extent of work in the Penthouse includes all replacement from outside air louvers and dampers to duct risers at Penthouse shaft. All controls are to be replaced, going from pneumatic to direct digital control. A network controller is already installed for this unit. Replacement includes differential pressure sensors for each shaft riser and major branch, as well as air flow monitoring stations. Supporting utilities include: a.Replacement of chill water distribution loop in penthouse. b.Replacement of all exhaust fans, louvers, and intake/exhaust air hoods on the penthouse roof. c.Replacement of all ductwork up to and including outside air and relief louvers and dampers on AC-18 cold deck. d.Installation of a moisture resistant ceiling on the electrical and cable TV router rooms in the penthouse. e.Construction of a cell phone repeater room in the penthouse. f.Construction of an enclosure around and HVAC for the elevator equipment mezzanine. g.Replacement of all electrical MCC's in the penthouse not replaced as part of the AC-18 or AC-20 projects. h.Replacement of all fire protection piping and heads in the penthouse. i.Properly size and replace all air compressor systems and associated piping in the penthouse. j.Replace all fiberglass insulation below 8' with calcium silicate on steam and condensate, and closed cell foam on all other water utilities in the penthouse. Scope will include Test and Balance (TAB) for existing conditions, estimation of new total supply, return and outside air requirements in support of A wing, floors 3, 4, 5 and 6, as well as, the main elevator lobby on floors G, 1, & 2. Asbestos survey will be provided by VHA Martinsburg. **Upon award, the engineering firm will be required to submit a construction cost estimate for each phase I, II and III listed above. Design and construction drawings will be submitted separately for each Phase for individual construction awards. The North American Industry Classification System (NAICS) Code applies to this solicitation is 541330 Engineering Services (Small Business size standard of $14.0 million dollars average annual gross revenues for the past three fiscal years). The Engineering selection criteria shall include the following elements (I) through (XI), listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF 330. The AE interview scoresheet (table) reflected below shows the evaluation factors that will be used to evaluate each firm to both shortlist SF330's and upon completion of all interviews. The table shows the posted Weights for each factor and the evaluators will assign a raw score, that raw score will be multiplied to the Weighted value to arrive at a weighted score. These scores will then be totaled for a total weighted score. A minimum of three (3) engineering firms will be interviewed after evaluations have been completed based on the SF330 submission. ? I - Past Performance (Overall Gov'mt & Privt Indus) - Req'd no. of change orders; Timeliness of Design20 1. More than 10 change orders per design and more than 4 time extensions per design 2. More than 10 change orders per design or more than 4 time extensions per design 3. Between 5-10 change orders per design and Between 2-4 time extensions per design 4. 5-10 change orders per design or Between 2-4 time extensions per design 5. Less than 5 change orders per design and Less than 2 time extensions per design II-Past Performance (Dep. Vet. Aff.) Knowledge of V.A. design standards, technical manuals and specifications15 1. No previous experience with VA projects 2. 1-2 recent VA projects or more VA projects, but occurred over 5 years ago 3. 3 or more recent VA projects, no letters of recommendation included 4. 3 or more recent VA projects, letters of recommendation included, no reference to VA standards 5. 3 or more recent VA projects, letters of recommendation included, have reference to VA standards III-Past Performance (Healthcare Rel.) Specialized exp. with healthcare related designs in a hospital setting15 1. No previous experience with healthcare related projects 2. 1-2 recent healthcare projects or more VA projects, but occurred over 5 years ago 3. 3 or more recent healthcare projects, no letters of recommendation included 4. 3 or more recent healthcare projects, letters of recommendation included IV- Professional Qualif., exper., & tech. competence of the firm (including a joint venture or association). 10 1. Less than 1 year experience, not a joint venture 2. Less than 1 years experience, joint venture with some combined experience 3. 1 years - less than 5 years experience, joint venture that has worked together in the past 4. 5 years - less than 10 years experience 5. 10 years or more experience V- Professional Qualifications, experience, and technical competence of the key personnel.10 1. Resume of each key person to be assigned to this project with their credentials and licenses. 2. Specific experience and qualifications of personnel, years with firm, and their record of working together as a team. VI - Professional capacity of the firm to perform work (incl. any specialized services) within the time limitations. 10 Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously 1. Major workload (over $750,000/annual), small firm(2 or less in each discipline 2. Medium workload($250,000 - 750,000 annual), small firm 3. Major workload, large firm (3 or more in each discipline) or Minor workload(less than $250,000 annual), small firm 4. Medium workload, large firm 5. Minor workload, large firm VII -Geographic location and facilities of the working office(s) which 10 would provide the professional services and familiarity with the area in which the project is located 1. 0 miles to 50 miles 2. 51 miles to 100 miles 3. 101 miles to 200 miles VIII -Estimating Effectiveness. A good comparison of estimate to final bid on at least 5 recent projects10 1. Combined total of deviation for 5 projects over $100,000 2. Combined total of deviation for 5 projects between$50,001 and $100,000 3. Combined total of deviation for 5 projects between$15,001 and $50,000 4. Combined total of deviation for 5 projects between$5,001 and $15,000 5. Combined total of deviation for 5 projects less than $5,000 IX - Record of signif. claims against the firm because of improper or incomplete arch. & eng. services10 1. Finding(s) against Firm 2. Filing(s) against firm, no finding(s) 3. No legal actions X- Reputation & standing of the firm & its prin. officials w/ resp. to prof. perf., gen. mangmnt, & cooperativeness5 1. Terminated for default 2. Cure notice and/or show cause notice filed XI-Preference for service disabled and veteran owned small business (SDVOSB)/(VOSB) 5 1. Such firms claiming SDVOSB or VOSB status shall be verified in VetBiz by the date and time specified for receipt of SF330s. Other non-SDVOSB/VOSB firms shall receive zero points. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. The socio-economic set-aside associated with this advertisement is 100% Total Small Business Set Aside. Therefore, this acquisition is open to all firms meeting the qualifications of small business under the associated NAICS code as registered in SAM. Prospective small business firms are reminded that in accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the small business concern. SF 330 packages shall address how each firm anticipates meeting this criterion. Qualified A/E firms are required to submit THREE (3) hard copies and ONE (1) electronic copy via CD of their entire completed SF Form 330 packages; SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Submissions are limited to 75 pages, no photographs. Information shall be submitted no later than 2:00 local time on November 4, 2014. Telephone inquiries will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed submissions sent to: Department of Veterans Affairs Medical Center, Attn: Kathryn Leatherman, VISN 5 Contracting, 613/90C, 510 Butler Avenue, B306A, Martinsburg, WV 25405 on the date and time specified above. This acquisition is for Engineering services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of at least three firms deemed most highly rated after initial source selection will be chosen for interviews. The engineering firm deemed most highly qualified after interviews will be selected for negotiations. 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. Contracting Office Address: Department of Veteran Affairs Kathryn Leatherman, CO 613/90C 510 Butler Avenue, Building 306A Martinsburg, WV 25405 Point of Contact(s): Kathryn Leatherman, Contracting Officer, email address: Kathryn.leatherman@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24515R0006/listing.html)
- Document(s)
- Attachment
- File Name: VA245-15-R-0006 VA245-15-R-0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1684114&FileName=VA245-15-R-0006-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1684114&FileName=VA245-15-R-0006-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-15-R-0006 VA245-15-R-0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1684114&FileName=VA245-15-R-0006-000.docx)
- Record
- SN03551618-W 20141018/141016234435-9d70b91537e63a3aceab0a7c53fd5d16 (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 |