Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
DOCUMENT

C -- A/E for Water Treatment Plant Improvements Project#: 512A5-11-313 - Attachment

Notice Date
3/16/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting and Purchasing (90C);Bldg 101, Room 37;Perry Point, MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24511RP0085
 
Response Due
4/14/2011
 
Archive Date
6/13/2011
 
Point of Contact
Kevin Garrison
 
E-Mail Address
ment
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This requirement has been canceled due to the lack of availability of funds. ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project No. 512A5-11-313, Water Treatment Plant Improvements 14H. Provide all necessary design to prepare construction documents (CD's) including drawings and specifications for the Water Treatment Plant Improvements. THIS ACQUISITION IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS VISN 5 Network Contracting anticipates the award of a firm-fixed-price contract. The applicable North American Industry Classification System Code (NAICS) for this procurement is 541310. To be considered a small business under this code the SBA size standard must not exceed $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for the project is between $500,000 and $1,000,000. Provide all necessary design to prepare construction documents (CD's) including drawings and specifications for the following work: Water Treatment Plant Improvements including; but not limited to the following:1. HEADWORKS UPGRADES including dredging/cleaning of river intake channel; improvements to intake screen backwash; raw water storage basin cleaning; piping/valve replacement/repair; raw water pump controls; chemical feeders; flash mixer and flocculator upgrades; sedimentation tank coating. 2. FILTER UPGRADES including media replacement; filter valve replacement; finish water quality monitoring (turbidity/particle counters) and flow metering; filter automation; head loss meters; backwash system improvements. 3. DISINFECTION SYSTEM UPGRADES including chlorine piping improvements and alarm system upgrades. 4. FINISHED WATER STORAGE TANK IMPROVEMENTS including replacement of cathodic protection; tank level monitors; and finished water pump controls. 5. SITE IMPROVEMENTS including driveway upgrades to the raw water pumping station. 6. CONTROL SYSTEM IMPROVEMENTS including installation of a computer aided Supervisory Control and Data Acquisition system (SCADA) including tank levels, flow rates/totalizers, pump conditions, finished water quality monitors, filter controls, and other requirements for complete control systemand all other considerations as per the VA Design Guides, Design Manuals and Master Specifications found on web site http://www.cfm.va.gov/TIL/. Take into consideration that buildings will be occupied during construction and determine the least invasive method possible for construction. Perform investigation to include review of existing drawings and other documents, and a site investigation to confirm locations, sizes and capacities of utilities and to verify the exact location and appropriate architectural features for the building additions, if any. Investigation Services; Perform investigation to include review of existing drawings and other documents, and a site investigation to confirm locations, sizes and capacities of utilities and to verify the exact location and appropriate architectural features for the MRI room. Generate an Investigative Services report with a plan that nails down the building location and size of space required, the proposed building systems (HVAC, plumbing, electrical, telephone, data, alarms, shielding etc), and required electrical system connections to new equipment. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with the government agencies and private industry; (5) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. Interested SDVOSB firms that meet the requirements listed in this announcement are invited to submit two (2) copies of SF330 Part I and Part II to the Contracting Officer, Attn: Kevin Garrison, VA Medical Center, Building 101B, Room 37, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM Eastern Standard Time (EST), April 14, 2011. SF Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions WILL NOT be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is Kevin Garrison, 410-642-2411 X 6056, or kevin.garrison@va.gov. This procurement is subject to the availability of FY 11 funding. Contracting Office Address: Department of Veterans Affairs; VA Maryland Health Care System; Contracting Officer (90C); P.O. Box 1000, Bldg 101B, Room 37; Perry Point MD 21902 Place of Performance: VA MARYLAND HEALTH CARE SYSTEM; VA MEDICAL CENTER; BUILDINGS 3H, 4H, AND 5H; PERRY POINT, MD 21902 US Point of Contact(s): KEVIN L. GARRISON (410)642-2411 X 6056 Contract Specialist A/E Services to include site investigation and verification of as-built drawings, drawings and specifications, cost estimates, construction period services and site visits. A/E will provide 25% design submission, 50% design submission, 90% design submission, and 100% final submission. 100% final submission is due 210 calendar days after the notice to proceed is issued. The work shall meet all applicable VA design criteria and construction standards.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24511RP0085/listing.html)
 
Document(s)
Attachment
 
File Name: VA-245-11-RP-0085 VA-245-11-RP-0085_3.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=183714&FileName=VA-245-11-RP-0085-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=183714&FileName=VA-245-11-RP-0085-002.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Bldg 101, Room 37;Perry Point, MD
Zip Code: 21902
 
Record
SN02402103-W 20110318/110316234453-11c423d5a2721cd34b63fd14c569cf76 (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.