Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2017 FBO #5623
DOCUMENT

C -- Construct Electrical Infrastructure Distribution Point Project: 589A7-17-2017 - Attachment

Notice Date
4/14/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517R0486
 
Response Due
5/2/2017
 
Archive Date
7/31/2017
 
Point of Contact
David Holden
 
E-Mail Address
6-1127<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: CONTRACT INFORMATION: This AE Services requirement is being procured in accordance with the Brooks Act (Public Law 92-582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 350 MILE RADIUS OF THE Robert J. Dole Veterans Affairs Medical Center (VAMC) in Wichita, Kansas. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF330 s from qualified contractors who meet the professional requirements. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF330 will be evaluated by an Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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. 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 is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to David.Holden@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541330 Engineering Services with a small business size standard of $15 M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 45 calendar days including time for VA reviews. The AE firm shall also be required to perform construction period services if award of a construction project contract is made. THE APPARENT SUCCESSFUL OFFEROR OF THIS ACQUISITION WILL BE VERIFIED FOR ELIGIBILITY TO RECEIVE AN AWARD FOR THIS SERVICE DISABLED VETERAN OWNED SMALL BUSINESS TOTAL SET-ASIDE, IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED IN THE VENDOR INFORMATION PAGES DATABASE (http://www.Vetbiz.gov) WILL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. An Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further, the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Any contractor awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. The contractor shall begin using the E-Verify system to confirm all new hires and current employees working directly on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify (FAR 52.222-54). Qualified AE firms are required to respond if interested by submitting one (1) completed Standard Form 330 (SF330) qualification package Parts I and II to include all consultants. An SF330 is available at https://www.gsa.gov/portal/forms/download/116486. In Part I Section H, an organizational chart of the AE firm (excluding consultants) and a design quality management plan must be included. Submission information incorporated by reference is not allowed. All SF330 submissions must be made electronically to David P. Holden, NCO15 Contracting Officer, on or before 2:00pm Central Standard Time May 2, 2017. PROJECT INFORMATION: PROJECT NUMBER/TITLE: 589A7-17-201: Construct Electrical Infrastructure Distribution Point DESIGN TIMEFRAME: A/E shall deliver final construction documents NLT 45 calendar days after the Notice to Proceed (NTP) Letter (to be given at the kick-off meeting.) CONSTRUCTION BUDGET/DESIGN LIMITATION: In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $250,000 and $500,000. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. The Construction Documents must conform to the Probable Construction Cost Estimate and convey the entire construction work completely and clearly. Description of work to be performed includes: The project shall provide a design to construct an electrical power distribution service points for 480 V supply, 120/208 V supply with the ability to integrate future access to the 12470 power source. Also included in this design shall be a tie-in connection to the service panel at building 60 and demolition of the older switch gear and transformer currently servicing building 60. The project will further provide distribution panels, a 120/208V and a 480V, located in the penthouse of building 60 with a power feed terminating midway on the roof of the connecting corridor. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: The Prime contractor shall have the capability to provide Basic Professional Services as delineated in the Scope of Work. The design shall include any energy efficiency improvements available for the application. All design shall be in accordance with "A/E Submission Instructions for Minor and NRM Construction Program, PG-18-15 Volume C. The final product shall be in compliance with all appropriate codes, regulations and VA guidelines. Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted as a result of this project. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. Construction Document: After the VAMC approves the A/E's design development and optional award for construction documents, the A/E shall prepare construction documents necessary to accomplish the approved design development. Construction Period Service: The A/E shall perform design services as detailed within the Supplement B Statement of Work. Functional Product: It is important to emphasize that the A/E shall perform design development, detailed design work, prepare detailed construction documents, keeping in mind that the end result is a completely functional fully operational product. (2) The final design documents from a resultant task order will be subject to review and signature approval of all members of an Integrated Project Team (IPT) consisting of medical center personnel.   These individuals will be identified by the COR at the first design review meeting. AE shall provide and maintain web data services. Web service will have the ability to process, record, manage and exchange submittals, design reviews, meeting minutes, etc. from all parties involved in the submittal processes. Data exchange web site will be submittalexchange.com or equal system. Web service shall be accessible by VA computer systems and considered a secure site by the VA. AE shall provide password accessibility to assigned staff and contractors. Construction Contractors shall have read and submission access only. The submittal data exchange system shall remain active and will be used during design and construction period and will have the ability for the construction contractor to upload RFI s, meeting minutes, submittals, certified payrolls, drawings, specifications, etc. Once construction period is complete, the AE shall provide one (1) CD copy of all submittal files to the VA. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1.   Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.   SF330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for the subject project will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: (1) Professional Qualifications: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. AE firms shall have licensed professional architects/engineers currently registered in the state of Kansas or in a state of which Kansas has recognized the engineering license. The specific disciplines which will be evaluated are Architects (ACHA American College of Healthcare Architects), Civil Engineer, Mechanical Engineers, Electrical Engineers (licensed), Structural Engineers, Estimators, CAD operators, Project Managers, and Professional Industrial Hygienists (PIH). (2) Specialized Experience and Technical Competence: Specific experience and technical skill in the type and scope of work similar to the work described above for this project, renovations to existing medical facilities with emphasis on electrical infrastructure, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, will be examined. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (3) Capacity to Accomplish the Work: The general work load and staffing capacity of the design office, which will be responsible for the majority of the design, and the ability to accomplish the work in the required time. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. (4) Past performance: The VA will consider the past performance of projects that are complete (design and construction) in which the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Projects, where past performances are older than 3 years from date of submission of the SF330, will receive a lesser score than those referenced for projects accomplished within the past 3 years. (5) Location of Design Firm: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms located farther than 350 miles from the medical center, will receive a zero score for this criterion. (6) Claims and Terminations: Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services, as these will be examined. (7) Reputation in AE Community: Provide documentation regarding reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. -----------END OF DOCUMENT----------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517R0486/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-R-0486 VA255-17-R-0486_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3418728&FileName=VA255-17-R-0486-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3418728&FileName=VA255-17-R-0486-000.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: Robert J. Dole VA Medical Center;5500 East Kellogg Avenue;Wichita, Kansas
Zip Code: 67218
 
Record
SN04473417-W 20170416/170414234643-e9cd0137daffa8440fcce4166c7208be (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.