DOCUMENT
C -- 589A7-18-302 INSTALL NEW BOILERS B13 - Attachment
- Notice Date
- 4/26/2018
- 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
- 36C25518R0323
- Response Due
- 4/27/2018
- Archive Date
- 7/26/2018
- Point of Contact
- Sean.Jackson@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 6 Synopsis: SF330 INFORMATION REQUEST THE REQUEST FOR SF330 FOR SOLICITATION NUMBER 36C25518R0323, PROJECT 589A7-18-302 IS MODIFIED AS FOLLOWS: PARAGRAPHS F AND M ARE CHANGED TO INCLUDE JENNIFER SOTOMAYOR AS AN ADDITIONAL POINT OF CONTACT. SF330 MAY BE SENT TO THE FOLLOWING EMAIL ADDRESS: JENNIFER.SOTOMAYOR@VA.GOV NO OTHER CHANGE HAS BEEN MADE TO THIS REQUEST FOR SF330. This Architect/Engineering Services (A/E) requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence, experience, and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) architect/engineering firms with the NAICS code of 541330 Engineering Services LOCATED WITHIN THE CONTINENTAL UNITED STATES OF AMERICA. 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 SF 330 s from qualified contractors that meet the professional requirements. Failure to provide complete information as requested herein shall be sufficient reason to remove the Architect/Engineering firm from further consideration. 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 SF 330 will be evaluated by the Wichita VA Medical Center 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, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to Sean Jackson at Sean.Jackson@va.gov. Personal visits to discuss this announcement shall not be allowed for any reason. The NAICS Code for this procurement is 541330 Engineering Services with a small business size standard of $15.0 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 280 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF THE APPARENTLY SUCCESSFUL OFFEROR SHALL BE COMPLETED PRIOR TO ISSUING THE SOLICITATION. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) ARCHITECT/ENGINEERING FIRMS IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL 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. The contractor shall be verified as an SDVOSB firm for NAICS code 541330 prior to award. 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 that 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. FAILURE TO PROVIDE CERTIFICATION SHALL BE SUFFICIENT REASON TO REMOVE THE A/E FIRM FROM FURTHER CONSIDERATION. 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: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working 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) A/E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. Completed package shall be delivered electronically on or before April 27, 2018 at 2:00PM Central Daylight Time to the NCO 15 Contracting Office, Attn: Sean Jackson, Contracting Officer at Sean.Jackson@va.gov PROJECT INFORMATION Description of work to be performed includes: Architect and Engineering ( A/E ) services needed for design completion and construction period services for the construction project 589A7-18-302 to Install New Boilers, Building 13. Construction will consist of but is not limited to, the following: 2500 square foot addition to the building, necessary demolition and removal of boilers, utilities, equipment and finishes; new and reconfigured drywall partitions; mechanical, plumbing, lighting, fire protection, and electrical systems upgrades (as necessary); new interior and exterior finishes all as necessary to complete the scope of work. Removal of underground storage tanks and installation of new above ground storage tanks. The construction of this project will take place at a very busy occupied medical center which is in operation at all times and is to be completed allowing boiler functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The A/E shall perform investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. SCOPE OF WORK The Prime contractor shall have the capability to provide Basic Professional Services as delineated in the Scope of Work. As part of the Professional Services, the Government expects the following primary A/E disciplines to be included: Architects, Civil Engineers, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer. It is the responsibility of the Prime Architect to determine the complete list of disciplines necessary to complete the project. The A/E shall conduct a survey/investigation to evaluate the whole boiler plant in Building 13 to ensure correct boiler size and condition of steam system components. Survey/investigation shall evaluate the size of the boilers to meet the current demand as well as future Medical Center Loads. Survey/investigation shall evaluate the condition of steam system components in the whole boiler plant. This will include but is not limited to feed water pumps and piping, feed water deaerator, chemical pumps, condensate pumps and piping, vacuum pumps, PRV, steam traps, stop valves, gate valves, boiler stacks, boiler blowdown, and main system piping. Investigation/survey will also include evaluation of asbestos and lead paint contained in the facility. The Project will renovate and expand an existing Boiler Plant Building to accommodate code compliant installation of three (3) new boilers and new supporting ancillary equipment and controls. The project will provide energy efficient windows on the existing building, new offices, storage area, electrical room and a 2500 square foot addition to the building. Project will also raise the plant floor in the existing building approximately 5 feet to match grade. Mechanical work will include relocation of utilities as necessary; some lead paint and asbestos remediation; installation of a new emergency generator set; worker cooling stations and associated chiller equipment, makeup air fan units and air economizer units. New above ground double walled fuel storage tanks with integrated leak detection system are required and the removal of current underground fuel storage tanks. It is anticipated that temporary utility tie-ins, as necessary, will be constructed to maintain operation of the existing boilers during construction, during operations switchover, and during operation of the new boilers. A&E shall produce during Concept (Schematic) three (3) alternatives that will meet the Medical Center demand loads as well as the necessary work from paragraph one. Each concept shall list the pros, cons and energy efficiency gains. The A/E must cross reference the date on the existing specifications with the date on the current master specifications on the VA website http://www.cfm.va.gov/TIL/. Any specifications in the TIL website that are newer than those already edited by the previous A/E must be re-edited completely. Other specifications may be edited as required from the already edited versions. The A/E must also understand that the master specifications are upgraded on a continual basis and the Contracting Officer will require the newest specs to be edited up until the time the documents are advertised for bids. The A/E must assume that some specs will need to be edited after the final documents are delivered to the COR. All new equipment shall follow the most current VA master specifications and must be energy efficient per the latest VA guidelines. The A/E shall submit design plans, specifications, submittals schedule, estimates and other documentation in accordance with this document including all references and attachments, and all other solicitation documents. The design work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. The Construction Documents (Specifications and Drawings) must conform to the Probable Construction Cost Estimate and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. Under no circumstances shall the construction cost budget be exceeded without the written modification to the design contract signed by an NCO 15 Construction Contracting Officer. The A/E will also participate in the pre-construction risk assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A-E pursuant to, and inclusive of, the Construction Documents. The A/E must include the final ILSM/ICRA assessment document on the life-safety/infection prevention drawings. Structural support of equipment for gravity and seismic loads is included in the A/E scope of services. Design completion timeframe of 280 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $10,000,000.00, and $20,000,000.00. 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 Prime A/E firms are required to address all selection criteria within a single SF 330 proposal package. SF 330 submissions including any additional pages are not to exceed fifty (50) numbered pages. Either 50 single sided pages or 25 double sided pages is acceptable. SF 330 packages which exceed this standard will not be considered. Each page cannot exceed 8.5 x 11 inches in size. Qualifications (SF330) submitted by each firm for Project #589A7-18-302 for the Wichita VA Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. TEAM PROPOSED FOR THIS PROJECT. 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. A&E firms shall have licensed professional architects and 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, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer. The Prime A/E firm shall be responsible for determining the specific disciplines necessary to complete the project. 2. PREVIOUS EXPERIENCE OF PROPOSED TEAM. Provide detailed project information on any projects involving the replacement of commercial boilers in the last five (5) years. The projects provided shall be 100% complete in both design and construction and are projects the proposed team has worked together on. Only projects designed and constructed in the U.S.A. shall be considered. Special emphasis will be given to any medical facility related projects which involved the replacement of commercial boilers. If the entire team has not worked together previously, provide detailed project information that each of the team members have worked on in the last three (3) years with special emphasis on medical facility projects which involved the replacement of commercial boilers. The project information should include project titles, project location, a short scope of work, date of design completion, date of construction completion, firms involved, design cost, final construction cost, etc. Provide current (up to date) customer Point of Contact information for each project (name, telephone, and email address). References will be checked. If references cannot be checked, the A/E may be removed from further consideration. The A/E shall also describe if they have any experience completing a design that was started by another A/E firm. Provide the project title, scope of work, location of project, date of design start for this team, percentage of design when accepted by team and completion of design. 3. PROJECT CONTROL. Provide the plan on how the A/E Prime Contractor will control the design schedule and costs. How will the quality control reviews for each design discipline be conducted? How will coordination reviews between all design disciplines be conducted? Who conducts these quality control and coordination reviews? 4. CAPACITY TO ACCOMPLISH THE WORK. The general work load and staffing capacity of the design offices which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. 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. Failure to clearly demonstrate how the Prime Architect is a registered SDVOSB firm and will meet the requirements of VAAR 852.219-10(c)(1) shall be reason to remove the A/E firm from further consideration. 5. ESTIMATING EFFECTIVENESS. Provide information on the three (3) recently awarded construction projects that were designed by this A/E team which involved the replacement of commercial boilers. Provide the project title, project location, brief scope of work, A/E team s construction estimate total and actual construction award price. Provide current (up to date) customer Point of Contact information for each project (name, telephone, and email address). References will be checked. If the references cannot be checked, the A/E firm may be removed from further consideration. If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%. Provide the names, titles, training, and experience of the persons that will perform the design for each discipline; and the name of the person or company who has responsibility for the entire construction cost estimate. No more than two pages of the 50-page limit may be dedicated to the estimating effectiveness of the person or company who is responsible for producing the construction cost estimate. 6. LOCATION AND FACIILITIES OF WORKING OFFICES: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The medical center is located at 5500 E. Kellogg, Wichita, Kansas 67218-1607. The mileage restriction is in compliance with VAAR 805.207(b). Firms which are located closer to the Medical Center will receive a higher score due to their ability to be on site in a relatively short amount of time. It may be necessary for the A/E to be on site in a relatively short period of time to provide guidance and solutions for unforeseen site conditions (below ground or in the existing facility), weather related damage to the construction site, and other emergency situations. 7. MISCELLANEOUS EXPERIENCE AND CAPABILITIES. For projects within the last five (5) years: Provide information on projects that include the removal of underground storage tanks. Include any environmental remediation required/performed. Provide the A/E team members experience with doing designs using Revit drawing software. Provide the A/E prime team member s experience with designing projects at an active medical center. Discuss pertinent details such as: hospital infection prevention measures (ICRA) and interim life safety measures (ILSM). Provide the A/E team members experience with asbestos, mold, and lead paint abatement projects. 8. CLAIMS, TERMINATIONS AND LITIGATION. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Provide information on any litigation involvement of the past five (5) years and the outcome.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518R0323/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518R0323 36C25518R0323_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259510&FileName=36C25518R0323-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259510&FileName=36C25518R0323-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518R0323 36C25518R0323_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259510&FileName=36C25518R0323-003.docx)
- Record
- SN04902132-W 20180428/180426230911-e9c2fbc2fc6c28fb328237b6966dba91 (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 |