SOLICITATION NOTICE
C -- 652-19-104 Expand Steam Distribution System (VA-19-00017584)
- Notice Date
- 1/28/2019
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24619R0069
- Response Due
- 2/11/2019
- Archive Date
- 5/21/2019
- Point of Contact
- craig.powell@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. The NAICS Code for this acquisition is 541330, Engineering Services, and the applicable Small Business Size Standard is $15 million annual revenue. During performance, the selected A/E firm will be required to attend meetings in person, on site, at the Richmond VA Medical Center, Richmond, VA. Therefore, the area of consideration is RESTRICTED to a maximum 500-mile radius of the Richmond VA Medical Center, 1201 Broad Rock BLVD, Richmond, Virginia 23224 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. NOTE: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Proximity of the firms assigned office, to the project site, including within the 500-mile radius, is one of the criteria on which selection of the most highly qualified firms will be based. Interested parties shall ensure current licensing to provide real property design services (Engineer Services) in accordance with the State regulations of which the firms assigned office is located, and shall have a current registration in: (1.) the System for Award Management (SAM) database at https://www.sam.gov, (2.) and the Vendor Information Pages database at http://www.va.gov/osdbu, if applicable, and (3.) have submitted the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more). Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration. PROJECT INFORMATION: Project No. 652-19-104 Expand Steam Distribution System Richmond VA Medical Center 1201 Broad Rock BLVD Richmond, Virginia 23224 **SEE ATTACHED STATEMENT OF WORK FOR DETAILS** PROJECT DESCRIPTION: The A/E shall provide professional Architect/Engineer (AE) and healthcare planning services necessary to expand existing steam boiler system located in the Boiler Plant Building 501 and the steam distribution system to the existing out buildings (507, 508, 509, 511, 512, &514) and future planned buildings (Women s Clinic, Additional 40,000 sf & etc) on Hunter Holmes McGuire VA Medication Center, Richmond VA. AE is responsible for providing all services necessary for design of this i.e. demolition, civil, surveying, geotechnical, structural, architectural, mechanical, plumbing, fire protection, electrical, telecommunications, and environmental. AE will review needs identified by the Integrated Project Team for the area under consideration for design and provide recommendations. A minimum of three options that address the identified needs will be presented to the VA for review. In addition, the project shall be phased to minimize the impact to the Medical Center and patient care. Prior to submission of Schematic design material, the AE shall meet with the VAMC s COR to discuss proposed phasing requirements for the project. These phasing requirements shall describe the general sequence of the project work, estimated project duration, and what Government constraints will exist that will influence the Contractor's approach to the construction project. The AE shall be responsible for documenting the phasing requirements. The AE shall provide an evaluation, cost estimate, and conceptual plans to determine the feasibility of completing the project within project budget for each of the three options submitted. Disadvantages and advantages will be provided including impacts to patient care/medical center operations and order of magnitude cost estimates (with cost of patient care factored into the economy/feasibility). Project design will require contractor to recycle disposed of material such as carpet and ceiling tile. Documented quantities, disposal method and final certified documents noting that demolition materials have properly been recycled. At the 95% design submission, the AE shall finalize a construction plan showing temporary conditions for construction, per phase, to ensure continuance of all hospital utility services, general conditions, and life safety are designed, identified and specified including: Identify all affected hospital utilities and provided phasing and or temporary utility plans to ensure 100% continuance of all affected utilities. Identify required utility outages, including estimated durations as part of the phasing plan. denote all existing rated barriers (vertical and horizontal) and identify requirements for demolition of existing systems and installation of new systems in or through these barriers (patch and fill requirements and timeframes after demo) denote temporary construction barrier wall and construction entry door/frame types and ratings for separation of construction areas to other areas (all barriers between construction areas and other areas shall be maintained with a minimum of a one hour fire barrier until final installation of ceiling and sprinkler system). All temporary construction barriers shall be finished immediately upon installation and the finishes shall mirror and be cohesive with surrounding areas. identify requirements for all fire protection systems during construction: will sprinklers, smoke detectors, pull stations, etc. remain active? fire watch required? will a heat detection system be installed due to a compromised fire protection system? will construction barriers re-route egress or necessitate egress signage change outside of construction space? identify contractor laydown area, trash, delivery and pedestrian/construction routes. identify any temporary utilities connections for contractors use as necessary identify utilities/systems passing through construction space or that require bypass during construction to be maintained/bypassed to ensure continuity of services in adjacent areas denote legionella water concerns through construction (temporary water temperature ranges maintained, no stagnant water, no dead legs, flushing/heating of the system prior to tie-ins and before turnover to VA, etc.) The following items shall be addressed with the design: Fully sprinklered and fire protection systems integrated into existing system New Steam System Equipment integrated with Johnson Control DDC system. Providing certified industrial hygiene services to perform asbestos survey investigations, bulk sampling and development of specifications and drawings. Minimize impacts to continuity of care at all times. Phase construction as required to minimize impacts to continuity of care as the work is being completed. AE shall retain the services of a registered Fire Protection Engineer to design and review the entire project for code compliance. Guidance on Fire Protection Engineer Consultant Services can be found at the following links: http://www.cfm.va.gov/til/ae/fp_engr.doc http://www.cfm.va.gov/til/aeDesSubReq.asp At the 95% design submission phase, the VA will retain the services of a 3rd party registered Fire Protection Engineer to review the design for fire and life safety code compliance in accordance with the latest edition of VHA Directive 7712 Fire Protection Code Reviews of Delegated Construction Projects. The AE shall incorporate all comments into the design prior to finalizing the design. https://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=5331 SPECIFICS: Provide professional engineering services for the site investigation report, construction document, specifications, drawings and cost estimates to replace existing three (3) water-tube boiler systems located in the Boiler Plant Building 501 and the expand steam distribution system to the existing out buildings (507, 508, 509, 511, 512, &514) and future planned buildings (Women s Clinic, Additional 40,000 sf & etc) on Hunter Holmes McGuire VA Medication Center, Richmond VA. The design of this project will address, but will not be limited to, the following items: The Design Architect/Engineering (A/E) shall have previous experience in the design of boiler plant facilities. A/E must provide documentation of at least two boiler plant facility designs with references names and phone numbers. A/E shall provide the feasibility study with LCCA report which includes the following: Complete Steam load study IAW PG18-10 Baseline Load- Existing Connected Load (Load connected to the existing boiler system) Alternative Load- Existing Connected Load + Existing Out buildings Load + Future Additional Load Complete Boiler System Capacity by IAW PG18-10 Evaluation of existing steam system, capacities, and ancillary equipment that impact system operation. System deficiencies shall be identified and prioritized. A/E shall present conceptual design alternatives to expand the steam system along with the Life Cycle Cost Analysis (LCCA) IAW PG 18-10. The boiler replacement project is to include, but is not limited to new dual fuel high pressure steam boilers, condensate tanks, condensate pumps, fuel pumps, de-aeration tanks, controls, safeties, and all associated mechanical, electrical and plumbing systems associated with the entire steam generation, fuel/power supply and condensate return systems Complete Boiler Plant Heat Recovery system evaluation and recommendation with LCCA Outside Steam Distribution System Evaluation The site investigation report is to include conceptual horizontal alignments of the steam distribution system overlaid on the existing site/utility survey. A/E shall perform site utility survey to verify existing underground utilities to determine optimal horizontal and vertical alignment of the proposed steam distribution system. Existing Utility Survey Drawing to include the following but not limited to: Water Distribution System Sanitary and Storm Water Collection Systems Electric Distribution System Communication Systems Gas System A/E shall provide construction document, specifications, drawings and cost estimates of selected alternative from the feasibility study to replace the boiler steam generation system located in Building 501. Design must provide all necessary Structural, Civil, Architectural, Mechanical, Electrical and Plumbing estimates, drawings and specifications for this project. The design will include any required renovation of the current building to assure the facility is laid out in the most efficient and safe way to accommodate the replacement boiler units and related components. Maintain n+1 redundancy at all times while equipment is being replaced. Temporary boiler systems may be required if permanent boiler systems cannot be installed prior to demolition of existing boiler system. Temporary boilers necessary to maintain n+1 redundancy shall be phased to be in place prior to replacement of equipment. AE shall evaluate available space and design temporary systems as needed to maintain N+1 redundancy. Design shall minimize shutdown times of the steam systems. The design shall consider the ease of future replacement of equipment and the capability to hook-up a portable boiler in the event of a boiler failure. All systems shall be ties into existing emergency electrical power systems. A phasing plan is critical and should be prepared early to assure no negative impacts to the boiler plant operation. Downtime of systems should be kept to a minimum. The plan shall address provisions for continuation of service during outages. A/E will hire a qualified third-party professional to provide the necessary design reviews of the project for compliance VA s standards IAW VHA Directive 1810. A Qualified Third-Party should identify all corrections necessary for the A/E to bring the design into compliance. A/E is required to incorporate and make necessary corrections to the design to bring the design into compliance prior to the final design documents being issued for a construction contract award. 95% design submittal package is to include the Qualified Third-Party Review Comments along with a letter on a completed and signed Independent Technical Review (ITR) Certification Form (Attachment G) for A/E to certify and verify the plans and specifications have been reviewed for compliance with applicable codes, standards and regulatory requirements. Below is a list of government furnished information to the A/E as reference only. The A/E contractor shall field verify all existing conditions such as equipment, piping, horizontal, vertical locations, etc as part of the site investigation. Attachment H-Existing Site Utility Drawing Attachment I-As- Built Drawings for 501 Boiler Plant Building Attachment J- Steam Generation Data Attachment K- Boiler Plant Safety Device Training Report dated March 05, 2015 The construction budget for this project is $2,500,000 DESIGN COSTS: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed six percent (6%) of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm(s) selected in accordance with the process outlined below. SDVOSB SET-ASIDE: This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). LIMITATIONS ON SUBCONTRACTING: In accordance with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and 13 CFR 125.6, a service disabled veteran-owned small business concern (SDVOSB) agrees that, in the performance of the contract, it will not pay more than 50% of the amount paid by the government to it, to firms that are not similarly situated. Firms that are similarly situated are those that are also CVE-registered SDVOSBs. SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. SELECTION CRITERIA: The submitted SF330s will be evaluated in accordance with the following eight criteria from the Federal Acquisition Regulation (FAR) 36.602-1 and Veteran Administration Acquisition Regulation (VAAR) 836.602. Therefore, information provided by interested parties, on the SF330, shall address the following criteria. Instructions are provided. (1) Professional qualifications necessary for satisfactory performance of required services; Key personnel shall, at a minimum, include the project managers and designers of record who would be assigned to perform the work. (See SF330 Part I Sections E, F and G, but not excluding other information provided on the SF330 and supporting documentation.) Weight: 15% (2) Specialized experience and technical competence in the type of work required; (See SF330 Part I Sections E, F and G, but not excluding other information provided on the SF330 and supporting documentation.) Weight: 15% (3) Capacity to accomplish the work in the required time; Weight: 15%; Respond as follows, as an addendum to the SF330: (i.) Provide a list of current projects with a design fee of greater than $20,000 currently being designed in the firm s office. Indicate the availability of the proposed project team (including sub-consultants) for the specified contract performance period in terms of: (1.) both the average and maximum number of projects being worked simultaneously for the previous twelve (12) month period, for each key personnel member, (2.) the number of projects currently being worked by each key personnel member identified in the SF330, and (3.) the number of projects that could be added to workload, given size and complexity; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (three (3) references required); Weight: 15%; Respond as follows, as an addendum to the SF330: (i.) Submit no less than three (3) and no more than five (5) past performance references for recent and relevant projects identified on SF330 Part I Section F. Any of the following evaluations are acceptable: (a.) A-E Contractor Appraisal Support System (ACASS), (b.) Contractor Performance Assessment Report System (CPARS), or (c.) Past Performance Questionnaire (PPQ) evaluation. The required PPQ template is provided as an attachment to this announcement (Attachment C). A-Es should follow-up with references to ensure timely submittal of PPQ s, if used. Completed PPQs shall be submitted ONLY by the company/agency providing the reference, directly to the Contracting Officer, prior to the due date. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package, in lieu of completing the Past Performance Questionnaire (PPQ). (ii.) Project Recency: A project will be considered recent only if performance was completed within five (5) years of the date of issuance of this public announcement. Ongoing projects will not be considered as no accurate performance record can exist for work not yet completed. (iii.) Project Relevance: The past performance references must be similar in scope to the design project described in the attached Statement of Work. (5) Location in the general geographical area of the project and knowledge of the locality of the project (maximum allowable distance of 500 miles from the project location, measured as previously stated); Weight: 10% (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (See SF330 Part I Sections E, F and G, but not excluding other information provided on the SF330 and supporting documentation, or otherwise identified in Federal and/or State Government databases.) Weight: 10% (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Weight: 10% (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (See SF330 Part I Section G, but not excluding other information provided on the SF330 and supporting documentation.) Weight: 10% DUE DATE FOR SF330 QUALIFICATIONS SUBMISSIONS: Firms that meet the requirements listed in this announcement are invited to electronically submit the completed Standard Form (SF) 330 (Parts I and II) packages to craig.powell@va.gov no later than 4:00pm EST, Thursday, 7 February 2019. Submissions should be encrypted and may require multiple emails. The single email limit for file attachments is 10MB per email. Late proposal rules found in FAR 15.208 will be followed for late submittals. Acknowledgement of receipt will be provided, which will include the number of emails and number of attachments received. Thirty (30) calendar days are being provided from date of issuance to respond to this notice. All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C24619R0060. The SF 330 form may be downloaded from https://www.gsa.gov/reference/forms, and is also provided as an attachment to this notice. Completed SF 330 shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330, Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. EVALUATION METHOD: Identification of the most highly qualified firms will occur by using the following rating methodology and the above selection criteria. The number of firms identified by the evaluation board as the most highly qualified will be determined based on the responses received. Where three (3) or more responses are received from qualified firms, a minimum of three (3) firms will be identified as the most highly qualified. If less than three (3) responses are received, then only those firms that are qualified will be considered, or the requirement may be re-advertised. SF330 packages rated as marginal or unacceptable (see below) for any one criteria, or more than one criteria, may be removed from consideration as that firm may not represent a qualified firm for the purposes of this procurement. The excluded firm(s) will not be counted towards the tally of three (3) responses, or three (3) qualified firms, described above. Each of the eight (8) criteria will be assigned one of the ratings shown below, based on a consensus rating of the board s evaluation of the response. The weights for each of the criteria are identified above. A total weighted score will be calculated by multiplying the individual criterion ratings by the criteria weights, and then summing the individual criteria scores. The highest possible total score is 300. Outstanding: Criterion response suggests the firm has a high level of demonstrated competence and/or qualifications relevant to the requirement, and/or the capacity to perform the work. Rating Value: 3 Good: Criterion response suggests the firm has a moderate level of demonstrated competence and/or qualifications relevant to the requirement, and/or the capacity to perform the work. Rating Value: 2 Marginal: Criterion response suggests the firm has limited demonstrated competence and/or qualifications relevant to the requirement, and/or limited capacity to perform the work. Rating Value: 1 Unacceptable: Criterion response suggests the firm is unqualified for this requirement, and/or lacks the capacity to perform the work. Rating Value: 0 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JAN-2019); 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/HaVAMC/VAMCCO80220/36C24619R0069/listing.html)
- Record
- SN05204219-F 20190130/190128230014 (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 |