Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
DOCUMENT

C -- FCA Improvements Design - Attachment

Notice Date
1/19/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25912R0158
 
Response Due
2/20/2012
 
Archive Date
3/21/2012
 
Point of Contact
Andrew Stigen
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 442-12-353 - "Design of FCA Corrections" at the Cheyenne VA Medical Center, Cheyenne, Wyoming. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The Cheyenne VA Medical Center is seeking professional architect/engineering firms to provide all A/E services 1) for the installation of a three way actuating bypass valve on cooling tower #1. Install isolation valves on towers #2 & #3 and connect all three valves to the existing HVAC control. Test and balance the system to cooling tower to design specifications. 2) Survey steam lines, fittings, valves, pressure regulators, steam traps, steam lines, and heat exchangers for leaks, piping, and insulation. Prioritize repair/replacement of the above components, equipment, and fittings. Compile estimated costs for each repair or replacement. 3) Replace Elevator #4 cylinder for installation of buffer springs and provide required bottom run. On elevator S10 install additional cage wall section and lockable access door to allow access of authorized personnel only. On elevators P6, P7, S8, S9, and S10 install door restriction. Replace or repair voice annunciation system in elevators P6, P7, S8, and S9. The AE firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. The AE firm is responsible for ensuring that the specifications and drawings supplied by the Cheyenne VAMC fully represent all of the work described in the Request for Proposal (RFP). Microsoft Project scheduling and management software will be used by both the A&E and Contractors to allow for regular tracking of schedules and work by the VAMC. Schedules with MS Project will be regularly sent to the COTR upon project initiation and whenever significant changes occur in the schedule. All work must be designed within a construction cost range of $500,000 to $1,000,000. Buildings are considered historic and AE will be required to coordinate with the state historical society. The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the initial estimate and preliminary design submission, a 50% design submission, and a 95% design submission. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the construction. The AE will provide 4 sets of documents at each submission including a cost estimate and will provide a set of AutoCAD drawings and specs in Microsoft Word at the final submission. The AE will provide 10 sets of the final drawings and specifications for the procurement. The NAICS code for this project is 541310. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit (2) copies of their current SF 330 no later than 4:00 PM Mountain Standard Time (MST) February 20, 2012 to andrew.stigen@va.gov. Offerors will be evaluated on the following criteria: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIRIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0158/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-12-R-0158 VA259-12-R-0158.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289309&FileName=VA259-12-R-0158-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=289309&FileName=VA259-12-R-0158-000.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: 2360 E. Pershing BLVD;Cheyenne, WY
Zip Code: 82001
 
Record
SN02657469-W 20120121/120119234658-78b0a5529c3241ba1624ae26c0b94ad7 (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.