Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2018 FBO #6208
SOLICITATION NOTICE

C -- Project 603-19-301 Replace AHU Phase 6 Laundry & Vivarium

Notice Date
11/20/2018
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 9;Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, KY 40206
 
ZIP Code
40206
 
Solicitation Number
36C24919R0015
 
Response Due
12/21/2018
 
Archive Date
3/21/2019
 
Point of Contact
502-287-6108
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Scope of Work: AE Design-Remodel for USP 800 Compliance The Robley Rex VA Medical in Louisville, Kentucky is seeking professional Engineering services for Project #603-19-401, The main goal of this project is to replace the two air handlers feeding conditioned air to the building along with their respective cooling units. The project is also to upgrade the HVAC ductwork and controls such that each animal room shall have its own thermostatically controlled climate system. This project is to eliminate all pneumatic controls and replace all controls with Johnson Metasys controls which is the campus HVAC control system. Energy Conservation: Energy conservation is an emphasis for this project as the electrical service entrance will be near its maximum capacity as a result of this project. This shall include all motors greater than 1 HP and all lighting. Project Optional Alternatives: The AE is to provide for an optional upsizing of the electrical service entrance from its current size (120/208v, 3 ph, 400 amp). A/E shall use VA specifications and shall modify them to fit the project. A/E shall provide deliverables according to the set schedule to be provided in detail upon final AE selection. A Government Estimate for the construction phase of this project will be provided under this contract. Construction phase A/E services will be provided under this contract Background: Due to aging equipment, the current HVAC equipment is not maintaining a comfortable environment for this facility. Currently, the six animal rooms share 3 thermostats, and the individual rooms are not well controlled. The project work shall be in accordance with and meet the requirements of the Department of Veterans Affairs, Office of Construction & Facilities Management design guidelines available for download in the Technical Information Library at http://www.cfm.va.gov/til/index.asp. 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. Final written specifications and drawings shall bear the registered seal of the A/E firm. 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. Construction phase A/E services shall be provided under this contract. Performance Period: The design phase shall have a performance period of 120 days, and the AE shall provide AE construction services throughout the duration of the construction phase. As-Built Drawings The construction contractor s as-built drawings shall be reviewed on a regular basis and revisions made to the appropriate AutoCAD files. All variations or changes shall be shown in the same general detail as used in the contract drawings. The A/E shall deliver approved completed sets of as-built drawings to the COR within 15 calendar days after each completed phase and after final acceptance of the project by the COR (Final drawings will be submitted on E size vellum and in electronic format, Auto CAD 2016 and PDF on CD or DVD. Follow established drawing standards. All objects and associated text shall be drawn in model space with similar objects on appropriately named layers. Only the drawing border and associated text may be drawn in paper space. An AutoCAD file shall be delivered for each paper drawing developed for the project. This file shall be purged of all extraneous references and all external references and blocks shall be bound to the file. The A/E shall update the VA s architectural drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum and in electronic format, Auto CAD 2016 and PDF on CD or DVD. The A/E shall update the VA s electrical drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum, shop drawings will be replaced in kind, and in electronic format, Auto CAD 2016 and PDF on CD or DVD. The A/E shall update the VA s mechanical drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum, shop drawings will be replaced in kind and in electronic format, Auto CAD 2016 and PDF on CD or DVD Selection Criteria 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 Previous Experience of Proposed Team-provide the specific experience and qualifications of the personnel as Key Personnel for this project. Specialized experience and technical competence in the type of work required; 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. Firms must be within a 300-mile radius of the Robley Rex VA Medical Center. Google Maps will be used to determine this location factor. Restriction to 350-mile radius from the Robley Rex VA Medical Center. Acceptability under other appropriate evaluation criteria. 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. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. *** MEP engineering firms whose SF330 demonstrate an extensive history of energy conservation and/or sustainable designs related to building systems such as Chillers, Air Handling Units (AHU), etc shall be provided preference relative to their depth of experience.*** NAICS code 541330, Engineering Services is applicable to this requirement. The small business size standard is $15M. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns under the authority of 38 U.S.C. section 8127 (d). All AE firms seeking consideration under this requirement will be checked with the Center for Verification & Eligibility (CVE) both at the time of submission and prior to award. To be eligible to submit an offer or receive an award all AE firms must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified SDVOSB are eligible to submit an offer or receive an award that is set-aside for a SDVOSB in accordance with 38 CFR Part 74. AE firms that are not verified and viewable in vetbiz at the time of submission of offer or at the time of award shall be determined as to no be an interested party and its proposal will not be considered further nor will be considered for award). Project 603-19-401, AE Design: Laundry & Vivarium will be procured in accordance with the Selection of Architect-Engineers Act under the authority of 40 U.S.C §1101-1104, formerly the Brooks Act of 1972 as implemented by Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation (VAAR) 836.6. Interested AE firms must submit one (1) hard copy of the Standard Form (SF) 330, along with one (1) electronic copy on Compact Disc in Adobe Acrobat Pdf format. Submissions must be received No Later Than 11:00am ET on Friday December 21, 2018. Submission by Electronic Mail is NOT AUTHORIZED. For consideration, submissions should be sent to the following: Robley Rex VA Medical Center Network Contracting Office (NCO) 9 Attention: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue Louisville, Kentucky 40206-0001 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919R0015/listing.html)
 
Place of Performance
Address: Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, Kentucky
Zip Code: 40206
Country: United States
 
Record
SN05155837-F 20181122/181120230007 (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.