Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2016 FBO #5153
DOCUMENT

C -- SDVOSB SET ASIDE - Architect/Engineer Services 546-16-103 - Replace Pneumatics with Direct Digital Control Location: Miami Florida VA Medical Center - Attachment

Notice Date
12/31/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Dept of Veterans Affairs;Network Contracting Activity 8;VA Medical Center;619 S. Marion Avenue;Lake City, FL 32025
 
ZIP Code
32025
 
Solicitation Number
VA24816R0361
 
Response Due
2/1/2016
 
Archive Date
5/1/2016
 
Point of Contact
Tami Drake
 
E-Mail Address
Tami.Drake@va.gov
(Tami.Drake@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB)" THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. GENERAL INFORMATION: The Department of Veterans Affairs, Miami VA Medical Center, Miami, Florida is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services for Project # 546-16-103, "REPLACE PNEUMTICS WITH DIGITAL DIRECT CONTROL" located at the VA Medical Center in Miami, Florida. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) and implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly qualified after initial source selection will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. The Miami VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Tami Drake, Contracting Officer Email: Tami.Drake@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The future bid build (Construction) project's projected NAICS code will be 236220 and the future project's construction estimated magnitude is between $2,000,000 and $5,000,000. The anticipated award date of the construction phase of the project is unknown and projected for September 2016. The Anticipated award date of the proposed A/E contract for design is on or before May 30, 2015. Anticipated period of performance Estimated Design Completion Time - 275 calendar days after Notice to Proceed An Architect & Engineer (A&E) contract will be negotiated for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services. The A&E will be given written information; participate in project planning meetings, pre-bid meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The selected A/E firm will be responsible for being responsive to the VA Medical Center and provide Basic A/E services during the Construction Period Services Phase of this project and shall service the government in an advisory and consultant capacity. PROJECT OVERVIEW: This project will address the facility existing pneumatic system by a Direct Digital Control (DDC) system on all the MVAHS Buildings (Building 1, Community Living Center Bld. 10, Bld. 7-Research & Education, Bld. 44 utility Plant and will evaluate NEC and NFPA compliance. The A/E afterwards will provide a design that will correct all found pneumatic controls Variable Air Volume (VAV) boxes and replace them with VAVs boxes with DDC. All pneumatics dampers will be replaced by DDC dampers. The design of this project will address, but will not be limited to, the following items: 1)Design complete new DDC systems around all the Mechanical HVAC system in all MVAHS facilities. Provide conduit, wiring and schedules associated with the DDC design including VAV boxes. Drawings layout for equipment and controls will be in Auto Cad files on CD and ANSI B (11 x 17) size drawings. 2)Provide design of demolition of all existing pneumatic control lines. 3)All deficiencies discovered will be reported along with a proposed solution to correct the deficiencies. Perform design calculations for new DDC system. 4)The DDC system design analysis shall be performed per NFPA standards. 5)The MVAHS will provide all available existing pneumatic control information with location of VAV boxes to A/E firm. 6)This project will replace pneumatic control points with Electronic digital Control points. These points control the HVAC equipment here at the Medical Center in Miami, Florida. 7)The new DDC system will replace the existing pneumatic actuated chill water and heating control valves with electrically actuated control valves. These valves will have the dual capability to be driven by both pneumatic control air and electronic actuators. 8)This project will replace approximately 125+ pneumatically controlled VAV/CAV terminal units and room thermostats with Electronic Direct Digital Controlled devices. 9)The A/E shall take into consideration all necessary life safety measures and infection control as well as hospital flow when designing the construction phases. A justification shall be provided. 10)Provide a construction estimate of all design work. 11)The A/E shall be responsible for physically identifying existing pneumatic VAV boxes and equipment location. 12)A/E shall comply with all NFPA, NEC and VA electrical/mechanical/data installation Codes that apply for new DDC systems. 13)All walls or slab penetrations for new work shall comply with latest NFPA Codes. 14)A/E design team shall include temporary solutions to support continuity to HVAC system in Building 1, 7 and 10 as part of the design construction estimate. 15)The following is a list of some areas and equipment that may need to be evaluated by and included in Scope of Work: Building 1- First floor to Penthouse (14th floor) Building 7- First floor to Third Floor. Building 7- Interstitial Building 10-First floor to Fourth Floor Some of this activities will require shut downs. Shut down will be coordinated with the MVAHS Engineering Department. The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A&E; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. The A&E will be required to perform all necessary site survey work such as verifying record drawings. The following investigative work shall be included within the scope of this project: 1. Provide all Engineer investigative work for application to this project including but not limited to DDC system design, electrical testing, structural analysis and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. 2. Field verify VA furnished drawings to insure A&E design is accurate. It is the A&E's responsibility to determine existing conditions and to base the design on this information. Furnished to the A&E upon request: a. VA Engineering Service will provide the A&E with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A&E and all consulting firms. The A&E will then make copies of these drawings at the VA using VA equipment. b. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/ A/E FIRM SELECTION: Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of submitted SF330s, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be selected for discussions/interview/negotiation. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the following selection criteria. Failure to address all selection criteria will result in a decreased rating. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). (The firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in the State of Florida under Florida State law requirements. Provide Professional License numbers and or proof of Licensure.) 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. (Include Government and private Experience on similar projects) 3.Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines). 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Government Past Performance Information Systems may be accessed) 5.Location in general geographical area of the project and knowledge of the locality of the project; (It is expected that your SF 330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person with 24 hours if awarded the contract.) The area of consideration for offers is a 500 mile driving radius between offeror principal business location and the VA Medical Center, Miami, FL. Offers outside the 500 mile radius will not be considered. (Determination of mileage eligibility will be based on www.mapquest.com). 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 9.The selected A/E should have previous experience in the design of renovation within Medical Facilities. The A/E must provide documentation of at least two designs of renovations within Medical Facilities with references, names, and phone numbers with their SF330. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Tami.Drake@va.gov no later than 4:00 PM, Eastern on February 1, 2016. AND MAIL THREE (3) HARDCOPIES SF 330, including Parts I and II, and attachments to: Department of Veterans Affairs Miami VA Healthcare System Network Contracting Office 8, #2D123 ATTN: Elissa Goodman 1201 NW 16th Street Miami, FL 33125 All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the cost of personnel for contract performance that will be spent for the prime firm's employees and the percentage that will be spent for employees of other eligible service-disabled veteran-owned small business concerns that are subcontracted (if any). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB,VOSB, 8(a), large, etc). This is in order to assure compliance with FAR Clause 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside and VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Failure to provide this information will deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. REQUESTS FOR INFORMATON ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to Tami.Drake@va.gov. The firm and or AE on staff representing the project must be licensed to practice in the State of Florida under State law and must meet all Licensing requirements to sign and seal drawings. Examples of information resources are: Florida Architectural License: http://www.myfloridalicense.com/dbpr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization: http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca Florida Professional Engineering Endorsement Process: http://www.fbpe.org/licensure/application-process/endorsement-comity-reciprocity NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be Verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. All SF330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project title (abbreviated or shortened is okay). Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as "1 of n". Example: SF330 Submission, # VA248-16-R-0361 - Replace Pneumatics with Digital Direct Control (1 of n, 2 of n, etc.) Submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF330 submission package. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24816R0361/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-16-R-0361 VA248-16-R-0361_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2489427&FileName=VA248-16-R-0361-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2489427&FileName=VA248-16-R-0361-000.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: Dept of Veterans Affairs;Miami VA Healthcare System;1201 NW 16th Street;Miami, FL 33125
Zip Code: 33125
 
Record
SN03980958-W 20160102/151231233535-8f7eca52ad77f94593ff921690429cb5 (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.