Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
DOCUMENT

C -- Project 573A4-12-200: A-E Design -Upgrade Energy Management System - Attachment

Notice Date
3/2/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24812I0978
 
Response Due
3/30/2012
 
Archive Date
5/29/2012
 
Point of Contact
Melissa Keene, Contract Specialist
 
E-Mail Address
a.keene2@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contracting Office: Department of Veterans Affairs, North Florida/South Georgia Veterans Health System, VA Medical Center, Lake City, Florida THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENT(S) IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project is Subject to Availability of Funds. Point of contact: Melissa Keene, Contract Specialist PH: 813-631-2811 Email:Melissa.keene2@va.gov. DESCRIPTION: Architectural-Engineering services are required for a firm fixed-price contract for the development of complete construction documents (i.e. working drawings, specifications, and reports) and construction period services for Project 573A4-12-200. The A&E will be given written information; participate in project planning meetings, pre-bid meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. This project upgrades the Energy Management System at the Lake City VA integrating it as part of an open protocol Energy Management System. The Lake City VA is a working facility and phasing plans, minimizing downtime, and provisions for continuation of service during outages is critical to this project. The selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, existing site conditions, and performing investigative work that may include soil studies, vibration studies, electrical load testing, structural analysis. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. This project requires complete design documentation for upgrading the Energy Management System. The design of this project will address, but will not be limited to, the following items: 1.Design controls upgrade of the current Energy Management System to Air Handling Units as well as all other systems which are monitored or controlled by the EMS throughout the facility. The open protocol system needs to be sized to meet current needs and provide for future expansion. The design shall include, but not be limited to the upgrade of controllers, sensors, damper actuators, relays, CT s static pressure sensors and other related components. 2.Design will include all hardware/wiring required to upgrade the current Energy Management System 3.Design shall include system integration platform to allow expansion or replacement of Siemens systems in the future. Design shall include the installation of any required panels, hardware, and servers to establish platform. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A&E; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5M. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. The estimated start of design on this project is the third quarter (April-June) of FY 2012. The period of performance will be 90 days after the notice to proceed. The estimated cost of construction is between $500,000 and $1,000,000. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1)Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)) 2)Specialized Experience and Technical Competence in the type of work required (Include Government and private Experience) 3)Recent Team Experience 4)Past performance on contracts with Government agencies and private industry. 5)Quality Control of the design documents. Performance on cost control, quality of work, and compliance with performance schedules. 6) Capacity to accomplish the work in the required time. 7) Location in general geographical area of the project and knowledge of the locality of the project; *In addition to the selection criteria identified above, the area of consideration for offeror is a 400 mile driving radius between offeror location and the VA Medical Center, Lake City, FL (Determination of mileage eligibility will be based on www.mapquest.com) SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited to 75 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Cage Code 2. Dun & Bradstreet Number 3. Tax ID Number 4. The E-mail address and Phone number of the Primary Point of Contact 5. A copy of the firms VetBiz Registry Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 2:00 PM, EST on March 30, 2012. All SF330 submittals and questions must be sent electronically to the attention of Melissa Keene, Contract Specialist at Melissa.keene2@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter, attachments and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: All firms must be registered in Central Contractor Registration (CCR) prior to contract award. Registration information is available at www.ccr.gov. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24812I0978/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-I-0978 VA248-12-I-0978.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302871&FileName=VA248-12-I-0978-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302871&FileName=VA248-12-I-0978-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02688389-W 20120304/120302235338-2ed7ad0e89aade0d1753c9920d4bcaa9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.