Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2015 FBO #5151
DOCUMENT

C -- Correct Electrical Deficiencies Bldgs 13 & 15 - Attachment

Notice Date
12/29/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316N0245
 
Response Due
1/25/2016
 
Archive Date
5/3/2016
 
Point of Contact
Michael Giaquinto
 
Small Business Set-Aside
Service-Disabled 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 620-16-116 correct electrical deficiencies in buildings 13 and 15. This Project will correct electrical deficiencies in buildings 13 and 15 at the Montrose VA Medical Center, 2094 Albany Post Road, Montrose NY 10548. This procurement is restricted to (SDVOSB) 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 $1,000,000.00 and $2,000,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2016. 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 Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB 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 This Project will adhere to the following scope of work for buildings 13 and 15 at the Montrose VA Medical Center, 2094 Albany Post Road, Montrose NY 10548 SCOPE OF SERVICE REQUIRED The VA Hudson Valley Healthcare System - Montrose Campus is soliciting the services of a professional architectural/engineering (A/E) consulting firm to perform a field study of existing conditions of the electrical distribution system serving Building 13 and 15 and to design corrective actions to key electrical deficiencies. General Requirements Scope: The scope of work shall consist of professional A/E services to perform a field survey and evaluation of the existing electrical distribution system serving Buildings 13 & 15 and to provide design services for the correction of key electrical deficiencies. Field survey shall consist of tracing and identification of circuits, evaluation of the adequacy of the existing electrical systems, and load analysis study. Design services including design development, contract procurement documents, and construction period services for the correction of key electrical deficiencies. Design services shall be in accordance with the latest editions of NFPA standards (specifically NFPA 70 National Electric Code) and the latest edition of the VA Electrical Design Manual. A/E shall provide and don their own personal protective equipment (PPE) when performing investigations in the vicinity of energized electrical equipment. Specific Requirements Provide A/E services to perform the following tasks... 1.) Preliminary Field Surveys and Reports: a.) Updated One Line Diagrams: Inspect all components of the electrical distribution system serving Buildings 13 & 15 including main service laterals with corresponding disconnects, main distribution panels (MDP's), secondary switchboards, branch circuits, grounding, equipment, and fixtures. Provide a one-line diagram indicating size of conductors, conduits, disconnects, switchboards and distribution of circuits with rated breakers. b.) Tracing and Identification of Circuits: Provide services to trace and identify all existing circuits to their source panel breaker, fuse, or disconnect. Provide updated panel schedules and new typed circuit directory cards for each electrical panel showing all confirmed source and branch circuits. Provide and install labels indicating source distribution panel and circuit breaker #'s on the following... "All faceplates for receptacles in Buildings 13 & 15. "All electrical boxes for lighting fixtures in Buildings 13 & 15. "All disconnects for equipment in Buildings 13 & 15. c.) Deficiency Report: Perform thermal scanning services on all distribution panels and equipment in Bldgs. 13 and 15. Provide a written evaluation of the adequacy of the existing electrical systems especially the adequacy of existing panel boards, breakers, and conductors including the results of the thermal scanning. Identify all critical thermal deficiencies immediately to the VA COR and include findings and recommendations for correction within the final Deficiency Report. Provide a written evaluation of the adequacy of the existing electrical systems especially the adequacy of existing panel boards, breakers, and conductors based upon visual inspection. Provide a detailed report of safety deficiency findings in respect to compliance with NFPA Standards (specifically NFPA 70 National Electric Code) and VA Electrical design Manual. Final report shall include executive narratives, recommendations with supporting documentation (photographs, calculations, etc.), and a detailed cost estimate to correct each deficiency. d.) Load Analysis: Perform an electrical load analysis at three (3) Main Distribution Panels ("MDP" in Bldg. 13, "MDP208", and "MDP480" in Bldg. 15) to determine the current balance and distribution of loads. Record amperage loads on each circuit for a period of seven (7) consecutive calendar days. Final detailed report of findings shall include executive narratives, description of findings with supporting documentation, tables identifying locations and recorded data, recommendations to achieve balanced load distribution, and a detailed cost estimate to correct each item of repair. e.) Conduct a meeting with key VA staff to present and discuss the findings of each preliminary phase survey and report. At this meeting, the A/E shall provide and explain budgetary estimates for the correction of each critical deficiency. 2.) Design and Construction Period Services Provide professional A/E services for design development, contract procurement documents, and construction period services to correct the following ¦ a.) Replace Automatic Transfer Switch serving Building 13. b.) Replace one (1) 15kV main switch, one (1) 13.8 kV/208V transformer, and one (1) 1200A, 208V Main Distribution Panel (MDP) serving Building 13. c.) Replace fused panels with circuit breaker panels in Building 13. d.) Replace four (4) Automatic Transfer Switches (ATS's) serving Building 15. e.) Replace one 480V/277V Main Distribution Panel and one (1) 208V/120V Main Distribution Panel serving Building 15. f.) Replace fused panels with circuit breaker panels in Building 15 g.) Transfer critical loads currently not on emergency power to panel boards connected to emergency power. h.) Install Electric Power Monitoring Systems on all circuits connected to new MDP's in Buildings 13 & 15. i.) Eliminate recessed electrical panels in corridors by relocating existing loads to panels (new or existing) in existing electrical closets. Create new electrical closets if necessary. j.) Design corrective measures for deficiencies discovered during the Field Survey and which the VA approves. k.) Design all temporary power requirements to be provided by the contractor to safely perform contract work. l.) Update the VA's current arc flash drawings to reflect changes due to the designed contract work and provide new arc flash labels on panel boards if necessary. m.) Provide the services of a Commissioning Agent to perform and complete the Pre-Design Phase, Design Phase, Pre-Bid and Pre-Construction Phase, and Construction Phase Commissioning objectives outlined in the latest version of the VA Whole Building Commissioning Process Manual. Commissioning services include, but are not limited to, development and inclusion of commissioning requirements in the construction documents, a commissioning plan, verification of the installation and performance of systems to be commissioned, and a commissioning report. Systems to be commissioned include the following ¦ "Low Voltage Electrical Distribution Systems "Emergency Power Generation Systems "Electric Power Monitoring Systems "Electrical System Protective Device Study "Grounding & Bonding Systems The A/E shall follow all applicable requirements in the VA A/E Design Submission Requirements (PG-18-15), which can be found here: http://www.cfm.va.gov/contract/ae/aesubmin.doc Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The A/E firm will be furnished with paper copies of any available utility drawings for the areas included in the area of work. Security The AE firm shall obtain day passes for any site visits from the police station. If personnel from the AE firm are expected to be on site more than five (5) days (cumulative) during the design, they shall file paperwork to obtain a permanent ID for the station. Necessary paperwork can be obtained from the COTR. The AE personnel who intend to take photos must inform the COTR, at least 48 hours ahead to time, of such intentions. Safety Codes / Certification / Licensing The AE firm shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the AE firm shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the engineering reports. Travel No travel as a result of this project is anticipated. Special Material Requirements No special materials are anticipated for this contract. Any Other Requirements unique to the solicitation. None LOCATION The A/E must have an existing active design production office within a 150 mile radius of the Montrose VAMC. COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $2,000,000. 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 is as follows: Deliver 100% Preliminary Documents 60 Calendars days from NTP Review 100% Preliminary Documents75 Calendars days from NTP Deliver 35% Working Drawings120 Calendars days from NTP Review 35% Working Drawings135 Calendars days from NTP Deliver 65% Working Drawings180 Calendars days from NTP Review 65% Working Drawings195 Calendars days from NTP Deliver 95% Working Drawings240 Calendars days from NTP Review 95% Working Drawings255 Calendars days from NTP Deliver 100% Working Drawings300 Calendars days from NTP Review 100% Working Drawings315 Calendars days from NTP Deliver 100% Bid Documents325 Calendars days from NTP Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA Selection CriteriaWeighting 1.Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.15% 2.Examples of specialized experience and technical competence in various disciplines required for specific project.15% 3.Capacity to Accomplish the work in the required time20% 4.Past experience and performance on government contracts.15% 5.Proximity of firm or working office providing professional services to the facility.10% 6.Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.5% 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services.10% 8.Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.10% Total100.0% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. (1)PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials." (3)CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. i.List current projects with a design fee of greater than $20,000 being designed in the firms' office. ii.Indicate the firms' present workload and the availability iii.of the project team (including sub-consultants) for the specified contract performance period; iv.describe experience in successfully delivering projects per v.performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4)PAST PERFORMANCE: VISN3 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). i.Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. ii.Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. iii.Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: i.Submit a minimal of three (3) references; any of the following evaluations are acceptable: a.A-E Contractor Appraisal Support System (ACASS), b.Contractor Performance Assessment Report System (CPARS), or c.Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii.If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii.A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference's request, questionnaires may be submitted directly to the Governments point of contact, Michael Giaquinto via email at Michael.giaquinto2@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document (5)LOCATION vi.The A/E Firm must be within a 150-mile radius of the Montrose VAMC vii.This distance is determined according to http://maps.google.com/ viii.This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. (6)ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. LIMITATIONS VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled 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 service-disabled 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 service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (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) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteranowned 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 service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer 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 service-disabled 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 service-disabled 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 service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled 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 Service Disabled Veteran Owned Small Business firms are required to submit Three (3) 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 January 29, 2016, including Past Performance Questionnaires (attachment 1). January 15, 2016 shall be the deadline for all questions. All submittals must be sent to the attention of Michael Giaquinto (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 Service Disabled 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 (michael.giaquinto2@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. See attached document: Attachment 1 -AE Performance Questionnaire.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0245/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-N-0245 VA243-16-N-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2485189&FileName=VA243-16-N-0245-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2485189&FileName=VA243-16-N-0245-000.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: Montrose Campus;VA Hudson Valley Healthcare System;138 Albany Post Road Route 9A;Montrose, New York 10548-1454
Zip Code: 10548
 
Record
SN03979406-W 20151231/151229234106-ef2e1abcfe2659899242a023f6abc46a (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.