Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
DOCUMENT

C -- Upgrade SPS Workflow and HVAC System - Attachment

Notice Date
5/3/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
 
ZIP Code
00921-3201
 
Solicitation Number
36C24818R0741
 
Response Due
5/23/2018
 
Archive Date
7/22/2018
 
Point of Contact
Ana G. Alvarado
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
5 THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (AE) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This request is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. All information needed to submit SF330 Documents is contained herein. No solicitation package, technical information, or bidder/plan holder list will be issued. Federal Acquisition Regulations (FAR) 36.6 (Brooks Act) Selection Procedures Apply. The AE Services listed herein is being procured in accordance with Brooks Act (Public Law 92-582) as implemented in FAR 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in paragraph 2, Selection Criteria. Firms deemed to be the 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. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. For a SDVOSB to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) VETBIZ (www.vip.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their SF330s. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF330 is submitted shall result in elimination from consideration. All Joint Ventures (JV) must be CVE verified at time of submission and must submit agreements that comply with 13CFR 125.15 prior to contract award. In order to assure compliance with FAR Clauses 52.219-27 Notice of Service Disabled Veteran Owned Small Business Set-Aside, 52.219-14(b)(1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, all firms submitting a SF330 for this Source Sought Notice are required to indicate what percentage of the cost of contract performance are to be expended on the concerns employees and in which discipline(s) and percentage of cost of contract percentage to be expended (and in what disciplines) by any other consultant/subcontracted or otherwise used small or large business entity(s). Any consultant, subcontractor, or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation process. The North American Industrial Classification System (NAICS) for this procurement is 541330 Architectural Services and the annual small business size standard is $15M. The future project s construction estimate is between $500,000 and $1,000,000. The anticipated award date of the proposed A/E contract for design is on or before August 17, 2018. POINT OF CONTACT: Ana G. Alvarado, Contracting Officer, ana.alvarado@va.gov PROJECT OVERVIEW The A/E team (Contractor) shall provide all engineering design services to develop detailed schematic, design and construction bidding documents, construction cost estimates, construction phasing schedule, as-built drawings and all necessary construction period services for the project titled UPGRADE STERILE PROCESSING SERVICES (SPS) WORKFLOW AND HVAC SYSTEM TO COMPLY WITH NEW DIRECTIVE at VACHS, San Juan, PR. Design services shall include: associated environmental documentation and permits, pre-design services such as facility assessments, development of design programs, schematic designs, required technical studies, construction documents, standards and required specifications. This project contemplates providing design services to upgrade the existing Sterile Processing Services (SPS) at the VA Caribbean Healthcare System facility in San Juan. The upgrade will comply with the new VHA Directive 1116(2). A complete assessment of the existing heating and ventilation air conditioning system and workflow to include but not limited to structural conditions and survey of all mechanical, electrical, plumbing, controls components, piping, ductwork, and equipment that may be impacted by the upgrade modifications that are necessary to comply with the new directive and that will cause no interruptions to the facility. The Architect/Engineer (A/E) shall design a code-compliant solution and develop an adequate design and shoring sequence required for SPS to be fully complaint with the directives, including these major components Workflow HVAC Evaluation of the conditions of the existing HVAC system and structure shall meet with the latest building codes and VA Design Criteria. The building and any structural modification must be designed to resist all gravity and lateral (seismic and wind) forces that the building may be subjected to. Designer must perform a thorough condition assessment and analysis to verify if the existing supporting facility and equipment may be reused or any component of the existing HVAC system may be retrofitted to comply with the latest adopted standards. Contractor will evaluate the current SPS workflow and HVAC to properly recommend and design the replacement of the equipment (heating and ventilation air conditioning systems). Equipment will be replaced as part of a future project (not this one). The AE is to conduct all necessary inspection, survey and evaluation of the existing project site and related utilities and systems in order to produce a well-organized and complete set of construction documents. All work will be performed in coordination with the VACHS Project Manager. A/E shall conduct coordination meetings between A/E technical disciplines before submitting material for each VA review and provide minutes of the meetings to VAMC. The preparation of construction documents shall include detail demolition drawings and detail as-built drawings, as well as all necessary civil, structural, architectural, mechanical, plumbing, and electrical design work and submittal evaluation required. The design of this project is to be developed in compliance with the latest and most current VA Design Criteria with particular attention to VA Design Manuals (PG-18-8) and VA Seismic Design Handbook (H-18-8); National Fire Code (NFC); National Fire Protection Association (NFPA) Standards and Life Safety Code; International Building Code (IBC); Occupational Safety and Health Administration Standards (OSHA); American Society of Heating Refrigerating and Air-Conditioning Engineers (ASHRAE); Environmental Protection Agency (EPA) requirements; and any other applicable Local and Federal Standards and Regulations. All submittals shall be in accordance with VA s Program Guide PG-18-15, Volume C- A/E Design Submission Instructions for Minor and NRM Construction Program Medical Center Projects. A/E FIRM SELECTION Firms responding to this announcement by submitting a qualifying SF 330, before closing date and time will be considered for initial selection evaluation. Following initial evaluation of SF 330s received firms that are considered the mostly highly qualified to provide the type of services required; will be selected for interviews/discussions/negotiations. 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 selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. 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 Contracting Officer (CO) knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects identified on the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Selection will be based on the following criteria which are provided in descending order of importance. Professional qualifications necessary for satisfactory performance of required performance of required service and working together as a team (in house and/or consultant(s)). The firm, and A/E on staff, representing the project and signing/stamping drawings in each discipline must be licensed to practice in the Commonwealth of Puerto Rico under local law requirements. Provide Professional License numbers and or proof of License. Provide a balanced licensed workforce to include, but not limited to, the following disciplines. 1)Project Management. 2) Safety and Fire Protection Engineer (SFPE) as Certified Independent Third Party (CITP). 3) Architectural/Structural 4) Mechanical 5) Electrical 6) Civil 7) Environmental 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, production of Life Safety/Fire Protection plans, production of quality designs as evidenced by a Quality Control Program, large scale renovation projects in a Healthcare, Business, Warehouse, Logistics and/or VA Hospital environment, phasing, cost estimating effectiveness, i.e., on-time/within budget, and compliance with established VA Construction Program Requirements located at http://www.cfm.va.gov/til/spec.asp. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E should have previous experience in the design of renovations within healthcare facilities and provide documentation of a least two (2) design projects of this nature with references, names and phone numbers. Capacity to accomplish work in the required time. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to completing the project, within mandated schedules. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past Performance will be based on CPARS/ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on past performance from the previous five (5) years. 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 project and that your proximity to the general geographical area enables you to physically show up to the work site within 5 hours, when required. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (Awards, Outstanding Merits, Recommendations). Record of significant claims against the firm because of improper or incomplete architectural and engineering services. SUBMISSION CRITERIA/REQUIREMENTS Interested firms having the capability to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to ana.alvarado@va.gov no later than 3:00 PM, Atlantic Standard Time (AST) on May 23, 2018. All SF 330 submissions shall be clearly indicated in subject line, displaying the RFP number and project title (abbreviated and shortened is okay), Size limits of emails are limited to 5MB. If more than one email is sent, please number emails in Subject line as 1 of 2, 2 of 2 etc. Example: SF330 Submission, 36C24818R0741 - UPGRADE SPS WORKFLOW AND HVAC SYSTEM (1 of 1) SF 330 submissions received after 3:00pm (AST), May 23, 2018 will not be considered and will be handled IAW FAR 15.208(b). All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code Dun & Bradstreet Number Tax ID Number The Email address and Phone number of the Primary Point of Contact. 5. REQUESTS FOR INFORMATION (RFI) ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to ana.alvarado@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than May 10, 2018. The firm and/or principals representing the project must be licensed in the Commonwealth of Puerto Rico, IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: Puerto Rico Professional Engineering Certificate of Authorization: https://www.ncarb.org/get-licensed/state-licensing-boards/architect-lookup https://estado.pr.gov/en/engineers-and-surveyors/ https://www.ncarb.org/get-licensed/licensing-requirements-tool https://estado.pr.gov/en/architects-and-landscape-architects/ NCARB rules for all States and PR/VI on architectural licensing: http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca By responding to the Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/36C24818R0741/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818R0741 36C24818R0741 AE (Upgrade SPS) Sources Sought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4277738&FileName=36C24818R0741-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4277738&FileName=36C24818R0741-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04909973-W 20180505/180503230837-3fefcef263271fb0d7ae4a0654c81e3c (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.