Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOURCES SOUGHT

C -- FCA Energy Study #503-08-111

Notice Date
12/3/2007
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Chief, Facilities Acquisition Management;James E. VanZandt VA Med Ctr;2907 Pleasant Valley BLVD;Altoona PA 16602-4377
 
ZIP Code
16602-4377
 
Solicitation Number
VA-244-08-RP-0069
 
Response Due
12/26/2007
 
Archive Date
3/25/2008
 
Point of Contact
Caroline Robinette Contract Specialist 814.943.8164 ext 7232
 
E-Mail Address
Email your questions to Contract Specialist
(Caroline.Robinette@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
503-08-2-5070-0005 A&E Energy Study Provide professional A/E design services, energy survey, a multi-year plan, description of work, justification, energy analysis with an SIR number, cost estimates, and site visits to complete an energy study that will develop a plan to meet all executive presidential directives still in force related to energy and federal facilities for NRM Project # 503-08-111, "Energy Study", at the VA Medical Center in Altoona, PA. The A/E shall conduct an energy study of the entire medical center and produce a multi-year plan that meets all presidential executive orders still in force related to energy and federal facilities. The resulting plan will identify project and priority numbers that fit within existing facility plans; project title; narrative; detailed energy analysis including a determination of an SIR # with all back-up calculations; identification of any new square footage or any square footage renovated; cost for the design; detailed energy related project costs; estimated annual energy BTU savings with all back-up calculations; estimated annual energy savings ($) with all back-up calculations, detailed cost estimates for the construction including breakouts for Minor Improvement, Maintenance & Repair, Building Service Equipment Additional, Building Service Equipment Replacement, Contingency, Escalation for the planned year, and sales tax; Budget Category; Project Category; a determination of whether or not the project corrects a Facility Condition Assessment (FCA) deficiency after a study of the Facility's Current FCA is performed; what the condition grade is, what the FCA Primary System is, and what the % is of the total project cost related to correcting the FCA deficiency is if it does correct a deficiency; what any recurring and/or non-recurring activation costs are with a detailed breakdown, what the activation requirements are, if project is in support of an equipment item that costs more than $250,000 and if so what the equipment name and cost are; the planned design obligation month and year; and the planned construction obligation month and year for each project. This plan will need to be coordinated with other existing facility plans and the facility's master space plan which will be underdevelopment at the same time as this study. Total yearly budget model for all medical center projects (for which energy projects are only a part of) is estimated at $3,104,913. If the A/E determines that any drawings are needed to be developed to develop the study, and then all work is to be done in Autodesk's Architectural 2008 and MEP 2008 until the 2009 products are available, then all work is to be done with the 2009 products. If any drawings are developed, then "All" drawing work is to be done in 3D. The A/E will be required to certify that the A/E regularly uses the two programs mentioned and certify that that the A/E has completed 3D designs if the A/E determines that drawings are required (this determination should be made and stated by the A/E in the SF 330). The A/E offices must be within a 250 mile radius of the Altoona VA Medical Center in Altoona, PA, with the exception of any cost estimating consultants used. SF 330's not certifying the requirements of this paragraph won't be considered. Design will be required to have 4 design reviews. The A/E is required to have in their possession and use the above mentioned software. All non drawing info is required to be in Microsoft word, excel, and project formats. Each project must be developed as stated above within a construction price limit to work with the above stated yearly estimated budget and still allow for other projects as determined to be necessary by the medical center. No project shall have a Minor Improvement cost of over $500,000 (this includes all costs related to the Minor Improvement Construction Cost, i.e. design costs related to the Minor Improvement Construction Cost). The A/E will provide a cost estimate at each review and a final cost estimate to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are 25%, 50%, 75%, 95% and 100% submissions, each with refined cost estimates as required. The A/E must possess strong demonstrated energy, HVAC, electrical, architectural and safety competencies and adhere to JCAHO requirements/specifications. This requirement is to provide all labor, transportation and supervision necessary to conduct any required field investigations and to complete the energy study. The Medical Center must be able to remain operational throughout the construction period for each project and a detailed sequence of work will be provided by the A/E to minimize impact of the construction for each project. The A/E will provide four sets of documents at each submission including cost estimates and all information on CD. Estimated duration of design is to be 4 months. Responses must be received no later than the close of business, two weeks after posting date (4:30 p.m. EST). A-E firms which meet the requirements in this announcement are invited to submit completed SF 330 Architect-Engineer qualifications, Parts I and II to (10F), at the address shown above. This IS NOT a request for proposal. Shortlisting for interviews will be based on (1) Proximity to Altoona; (2) In-house capabilities; (3) Previous Hospital Experience; (4) Previous VA Experience; (5) Other Federal Work; and (6) References. Selection after interviews will be based upon the following factors respective of the scope identified above and upon the A-E having qualifications in energy, HVAC, electrical, architectural, communications, HVAC, environmental, civil, construction, and general building remodeling and replacement of hospital systems and associated design experience: (1) Team proposed for this project; (2) Proposed Management Plan (3) Previous experience of Team proposed for this project; (4) Location & Facilities of working offices; (5) Proposed design approach for this project; (6) Project Control; (7) Estimating Effectiveness; (8) Miscellaneous Experience & Capabilities (9) Awards & recommendations; and (10) Insurance & Litigation. This acquisition is restricted to Service Disabled Veteran Owned Small Business's capable of doing work under the North American Industrial Classification System (NAICS) code 541330. Construction cost for this project is estimated between $100,000.00 to $250,000.00. A Firm Fixed Price Contract will be awarded. Contract is subject to the availability of FY 08 Funds. POINT OF CONTACT: CAROLINE ROBINETTE (814) 943-8164 Ext. 7232 E-mail: CAROLINE.ROBINETTE@VA.GOV
 
Place of Performance
Address: James E. Van Zandt VAMC;2907 Pleasant Valley Blvd;Altoona, PA
Zip Code: 16602
Country: United States
 
Record
SN01462085-W 20071205/071203223415 (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  © 1994-2020, Loren Data Corp.