Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
DOCUMENT

C -- Whole Building Commissioning Services for Brockton SCI, Brockton, MA; Project No. 523-119 - Attachment

Notice Date
12/8/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction & Facilities Mgmt;(003C4);810 Vermont Ave., NW;Washington, DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RP0184
 
Response Due
1/24/2012
 
Archive Date
4/23/2012
 
Point of Contact
Diane Campbell, Contracting Officer
 
E-Mail Address
diane.campbell@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted procurement (Full and Open Competition) for whole building commissioning services (Cx). The U.S. Department of Veterans Affairs, Office of Construction and Facilities Management is seeking proposals from contractors to provide third-party whole building commissioning services for the new long term 96 bed Spinal Cord Injury Care Facility (SCI), Project 523-119, at the Brockton campus of the VA Boston Healthcare System, Brockton, MA (Approximately 165,600 GSF). The design contract was awarded to Payette Associates, inc., Boston, MA and design development documents are complete. The successful Commissioning contractor will support through the Commissioning Process, the construction, and post-acceptance warranty phases of the new SCI with a construction cost of over $10,000,000.00. The commissioning Firm and proposed team, shall be familiar with VA construction practices, materials, standards, and design requirements. Offeror shall have an office within 50 miles of Brockton, MA. The construction documents are schedule to be completed in 2012. All work is to be in accordance with the scope of work, terms, conditions of the solicitation and the Whole Building Commissioning Process Manual, which is available on the VA Technical Information Library at: http://www.cfm.va.gov/til/. Construction Documents are scheduled to be complete by the end of 2012. Performance Period for CLIN 001 and CLIN 002 is fourteen (14) months; and CLIN 003 is thirty six (36) months; for a total period of performance of fifty (50) months from the date of Notice To Proceed (NTP). (Note: The NTP will be issued to the awardee of the contract at the completion of the Construction Documents and may not be issued within the normal 10-15 days after award of the contract. All contractors planning to submit offers need to be aware of the delay period anticipated between award date and the issuance of a NTP). It is the intent of the Department of Veterans Affairs, Office of Construction & Facilities Management (CFM) to obtain commissioning services for this project. The project requires a design strategy that will result a minimum of LEED ® Silver Certification. The project will be procured under NAICS Code 541330 - Engineering Services. The size standard is $4.5 million. Description of Line Items: CLIN 001: Design Development - the Commissioning Agent shall provide all labor, materials, instruments, supervision and professional services required to complete the scope of work in this solicitation for the design development phase. Commissioning activities shall include all appropriate work tasks in accordance with the Department of Veteran Affairs Whole Building Commissioning Process Manual located at the following website: http://www.cfm.va.gov/til/commissioning/CxManual.pdf CLIN 002: Construction Documents - The Commissioning Agent shall provide all labor, materials, instruments, supervision and professional services required to complete the scope of work in this solicitation for the construction document phase. Commissioning activities shall include all appropriate work tasks in accordance with the Department of Veterans Affairs Whole Building Commissioning Process Manual located at the following website: http://www.cfm.va.gov/til/commissioning/CxManual.pdf CLIN 003: Construction and Warranty Phase - The Commissioning Agent shall provide all labor, materials, instruments, supervision and professional services required to complete the scope of work in this solicitation for the construction warranty phase. Construction and Warranty Phase is estimated to be approximately 3 years (2 years for construction and 1 year for warranty). Commissioning activities shall include all appropriate work tasks in accordance with the Department of Veterans Affairs Whole Building Commissioning Process Manual located at the following website: http://www.cfm.va.gov/til/commissioning/CxManual.pdf The solicitation is for award of a contract that will consist of a base year plus two option years. Contractor is required to provide a detailed breakdown of labor category and rates in their cost proposals as shown in the "Sample Schedule of Costs (Proposal)" provided in the solicitation. Commissioning services will include (but may not be limited to): Design Phase Commissioning Services: 1.Participate in a design meeting with VA Project Manager, A/E Design Team, IDC Contractor and Peer Review Team 2.Review Owner's Project Requirements and VA Design Requirements 3.Review DD1 and DD2 Design Submission and Design Narrative 4.Participate in DD1 and DD2 Design Review Conference 5.Prepare Preliminary Commissioning Plan 6.Prepare Final Commissioning Specifications 7.Lead and participate in a Design Phase Controls Meeting to discuss control strategies and system sequences of operations with VA Project Manager, A/E Design Team, and Contractor 8.Prepare Draft System Readiness Checklists 9.Prepare Draft System Functional Performance Test Protocols 10.Review CD1 Design Submission 11.Participate in CD1 Design Review Conference 12.Update Design Narrative based on CD-1 Design 13.Review Final Construction Documents to Back check Commissioning Design Review Comments 14.Update Design Narrative based on Final Construction Documents 15.Participate in Pre-Bid Conference to discuss Commissioning Process, review and respond to Requests for Information during Bid Phase. Construction Phase Commissioning Services: 1.Participate in a design meeting with VA Project Manager, VA Resident Engineer, VA Medical Center Construction Team, A/E Design Team and Contractor Team 2.Review Owner's Project requirements and VA Design & Construction requirements 3.Review Final Construction Documents 4.Participate in Pre-Construction Conference 5.Prepare Construction Commissioning Plan 6.Prepare Commissioning task duration schedule and predecessors. 7.Conduct Commissioning Construction observations to verify equipment/system installation, attend construction progress meetings, conduct Commissioning Progress Meetings, witness contractor duct pressure testing, witness contractor piping testing, witness contractor duct and pipe cleaning/flushing process, assist in resolving commissioning issues, witness contractor equipment startup, witness TAB procedures, and/or witness contractor equipment/subsystem testing and seven day functioning capacity. 8.Review contractor submittals and/or shop drawings. 9.Participate in a Construction Phase Controls Meeting to discuss and optimize control strategies, controls programming, and optimizing sequences of operations. 10.Review Test and Balance (TAB) Plan 11.Prepare Final Systems Readiness Checklists 12.Prepare Final Systems Functional Performance Test Protocols. 13.Review Operations and Maintenance (O&M) data 14.Review TAB Report 15.Review Contractor Training 16.Prepare Systems Manuals 17.Conduct Systems Training 18.Spot Check contractor-prepared System Readiness Checklists 19.Direct Systems Functional Performance Testing 20.Direct Integrated Systems Testing 21.Prepare Final Commissioning Report 22.Meet with VA Project Manager and Facilities Staff to review the Final Report and develop corrective action plan for outstanding commissioning issues and construction punch list items Warranty Phase Commissioning Services: 1.Direct Deferred and Seasonal Systems Functional Performance Testing 2.Interview VA Project Manager, Users, and Facilities Operations & Maintenance Staff concerning facilities and systems operations. 3.Conduct systems inspections for potential warranty claims prior to expiration of contractor's warranties. 4.Review outstanding commissioning issues and verify corrective actions. 5.Prepare Amendment to Final Commissioning Plan. Meet with VA Project Manager and Facilities Staff to review Amendment to Final Commissioning Report. NAICS for this work is 541330. To be considered a small business under this code the SBA size standard must not exceed $4.5 Million. Small business subcontracting goals for this project are as follows: (a) 17.7% for Small Business (SB); (b) 5% Small Disadvantaged Business (SDB); (c) 3% Service-Disabled Veteran Owned Small Business (SDVOSB); (d) 5% Women-Owned Small Business (WOSB); (e) 3% HUBZone Small Business, and (f) 5% Veteran-Owned Small Business (VOSB). The solicitation package will be posted on FedBizOpps, which can be accessed at https://www.fbo.gov/. Documents will be available on or about December 23, 2011. The offerors shall submit questions to the Contracting Officer no later than January 6, 2012, at 4:30 pm Eastern time to Diane Campbell at Diane.Campbell@va.gov and James Forrest at James.Forrest2@va.gov. The Government will respond to all questions around January 13, 2012, via an amendment on FedBizOpps. In the subject line of any e-Mail sent, identify: Cx Services for Brockton, MA VA-101-11-RP-0184 Contracting Officer is Diane Campbell, 202-632-4763; email: diane.campbell@va.gov. Project Manager is James Forrest, 301-427-2065; email: James.Forrest2@va.gov. Proposals are due to the Contracting Officer by January 24, 2012, 2:00 PM Eastern Time (This date is subject to change based on issue date of actual solicitation). For changes to the issue date or any other changes to the information in this synopsis, potential offerors are responsible to check the information at https://www.fbo.gov/. The Government will not provide paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests, for the solicitation package will not be honored. Potential Offerors must be registered in CCR and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fedbizopps.gov, you will be notified by e-Mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps web site. Prospective offerors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. In addition, Offerors must complete the On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-866-606-8220 or register on-line at http://www.ccr.gov. To register with ORCA, you may go online at https://orca.bpn.gov. Contract will be awarded SUBJECT TO THE AVAILABILITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0184/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0184 VA-101-11-RP-0184_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279789&FileName=VA-101-11-RP-0184-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279789&FileName=VA-101-11-RP-0184-000.docx

 
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: VA Boston Healthcare System;Brockton Division;940 Belmont Street;Brocton, MA
Zip Code: 02301
 
Record
SN02636312-W 20111210/111208234744-5eaf6df5649dc712b1ba610dfa32fe14 (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.