DOCUMENT
C -- PROJECT 626-18-201 - AE REPLACE AHU-2 FOR RADIOLOGY - Attachment
- Notice Date
- 12/5/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24918R0144
- Archive Date
- 3/14/2018
- Point of Contact
- Jason Kinchen
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The A/E shall provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including (optional) construction period services for "Replace Air Handling Unit 2 in fan room #8 on the 2nd floor serving Radiology and Nuclear Medicine in the basement of the VA Tennessee Valley Healthcare System, Nashville Campus,1310 24th Avenue South, Nashville, TN 37212. Work will include (but is not limited to) mechanical, electrical, architectural, fire protection, controls and limited structural. This project will replace air handling unit system (AHU-2), including the return fan (RF) and associated equipment in serving Radiology and Nuclear Medicine. Variable speed drives (VSD s) will be replaced for the AHU and RF. Control devices and alarms will be replaced with the AHU and RF connected to the energy management system for monitoring and control. Economizer modes, static pressure, and temperature resets will be utilized. Project will ensure compliance with HVAC Design Guidelines. This project will improve the condition of the facility by correcting the deficiency on the Facility Condition Assessment report, (FCA #289384 Mechanical controls, D rating, FCA #289308 AHU equipment, F rating) with the replacement and modernization of the air handling unit system. Improve reliability, monitoring, control and energy efficiency. Use non-priority native BACnet DDC controls and variable speed drives. Implement energy optimization control, such as reset of discharge air temperature, optimal start/stop, occupied/unoccupied and economizer modes. Use variable speed drives. Each drive assembly for each piece of equipment shall redundant or have a bypass and shall fully communicate with the ECC. Integrate new Direct Digital Controls (DDC) controls with existing Alerton or Honeywell DDC frontend systems. VA staff shall be able to quickly shut down AHU and air intakes during an emergency response to an airborne contaminant threat. Also, use occupancy sensing in select areas for flow and temperature setback. Provide temporary provisions/phasing plan in the design to allow for Radiology and Nuclear Medicine to be running during normal operations. Radiology will not be shut down during any portion of the construction of the new AHU. The design of architectural, structural, mechanical, electrical, civil or other engineering features of the work shall be accomplished by registered or certified architects or engineers within the Continental United States. The AE shall, when requested, without additional expense to the Government be responsible for obtaining any necessary licenses and permits in connection with performance of this contract of any possible construction based on the results thereof (including but not limited to reports, plans, specifications, location, time, estimated cost of construction or estimated Value Engineering savings) or except to authorized Government personnel or upon prior written approval of the Contracting Officer. AE firms submitting SF330 s for review under this project will be evaluated based on the following selection criteria: Professional qualifications necessary for satisfactory performance of required services; 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; Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 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; Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 4 hour on-site response time Acceptability under other appropriate evaluation criteria. NAICS code 541330 is applicable to this requirement. The small business size standard is $15M. 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 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 service-disabled 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 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. Project 626-15-201, Replace Handling Unit 2, will be procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation 836.6. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. Acceptable Electronic Formats (Software) for Submission of Offers Files readable using the current Microsoft* Office version Products: Word, Excel, and PowerPoint. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files); Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer; and Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. Subject Line: Include the solicitation number, name of company, and closing date of solicitation; Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer; and The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. E-mail questions to: jason.kinchen@va.gov Submissions must be received No Later Than 2:00 PM ET on January 5, 2018. Submission by Electronic Mail is AUTHORIZED. Submitted SF330 s are not to exceed a total of fifty (50) pages INCLUDING cover page and any other submitted documents Send 330s to: Jason Kinchen 615-225-6506 Jason.kinchen@va.gov This is not a Request for Proposal. This Notice is seeking information only from qualified Architectural and Engineering firms with the capability to perform the work. The government will not provide any reimbursements to contractors submitting their qualification for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0144/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918R0144 36C24918R0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3944794&FileName=36C24918R0144-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3944794&FileName=36C24918R0144-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918R0144 36C24918R0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3944794&FileName=36C24918R0144-000.docx)
- Place of Performance
- Address: VA Tennessee Valley Healthcare System;Nashville Campus,1310 24th Avenue South, Nashville;TN
- Zip Code: 37212
- Zip Code: 37212
- Record
- SN04758021-W 20171207/171205231835-907e00cc58c3f8a4e2057db2d01f74a8 (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 |