Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
DOCUMENT

C -- Design to Install Emergency Generators - Attachment

Notice Date
4/24/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24512R0186
 
Response Due
5/24/2012
 
Archive Date
7/23/2012
 
Point of Contact
Kathryn Leatherman kathryn.leatherman@va.gov
 
E-Mail Address
Contract Specialist
(kathryn.leatherman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, Bldg. 308B, Martinsburg, WV 25405 requires Architect Engineering Services to design Project number 613-12-111 Install New Emergency Generators (Design). This project will encompass the installation of new emergency generators to supply the entire electrical load for the Martinsburg VA Medical Center campus. The maximum campus demand is approximately 5,000 kW. The design will also include a new building to house the generators, the paralleling switchgear, and any other equipment required to make a complete working emergency generator system. The project shall also include above ground fuel tanks for the generators that are sized to accommodate 96 hours of continuous operation. The A/E shall select the kW size and the number of generator set units required to provide N+1 redundancy. The units shall be sized to optimize the operating efficiency while also preventing wet-stacking during low load conditions. The switchgear shall use vacuum circuit breakers. A/E shall perform a complete design with plans, specifications and cost estimates through the project deliverables regarding all disciplines: mechanical, electrical, plumbing, structural and civil. The A/E shall provide itemized cost deducts. A/E shall perform a design for the installation of new emergency generators utilizing all design criteria, VA master construction specifications, VA standard details, VA design and construction procedures and A/E submission instruction for minor and NRM construction program guide, PG-18-15, Volume C. The estimated construction cost range is between $5 million and $10 million. Contract will include Design Phase (includes: Kick off meeting, three (3) design review meetings at 10%, 60%, and 95%) and Construction Phase (includes: Submittal Reviews, Inspections, and As Built Drawings). This requirement is 100% Total Service Disabled Veteran Owned Small Business Set-Aside. Any subsequent award will require firms to be registered in ORCA and CCR as a small business. Eligible prime contractor firms must have a working office located within 250 miles of the VAMC Martinsburg, WV 25405. This distance is determined according to www.randmcnally.com. Only SDVOSB Firms currently verified in the Veterans Information Pages (VIP) at www.vetbiz.gov are eligible to submit bids/offers. SDVOSB Firms that submit bids/offers on SDVOSB set-asides that are not listed on VIP will be deemed nonresponsive (IFB) or technically unacceptable (RFP/RFQ). The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services and 541330 Engineering Services. NAICS Codes 541310 and 541330 both have a Small Business size standard of $4.5 million. The A/E selection criteria shall include the following elements (1) through (6), listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. (1) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2) SPECIALIZED EXPERIENCE WITH HEALTHCARE FACILITY RELATED DESIGNS, COMPLEX ELECTRICAL AND MECHANICAL EXPERIENCE, AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Provide a detailed narrative of up to 10 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; (3) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. Discuss firms' ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If know documentation exists, so state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired; (4) ORGANIZATION, MANAGEMENT AND QUALITY CONTROL. Discussion of the firms' organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms' approach to design and project management. Document the firms' ability to handle projects with multiple end-users and complex requirements. Describe the teams' organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team; (5) CAPACITY to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $200,000 being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (6) LOCATION in the general geographical area of the project and knowledge of the locality of the projects. Describe and illustrate the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. The socio-economic set-aside associated with this advertisement is 100% Total Small Business Set Aside. Therefore, this acquisition is open to all firms meeting the qualifications of small business under the associated NAICS code as registered in ORCA and CCR. Prospective small business firms are reminded that in accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the small business concern. SF330 package shall address how it is anticipates the criteria will be met. Qualified A/E firms are required to submit FOUR (4) hard copies of their entire completed SF Form 330 packages; SF330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 package. All hard copy submissions must be bound in some manner. Submissions are limited to 75 pages, no photographs shall be submitted. Information shall be submitted no later than 3:00PM local time on May 24, 2012. Telephone inquires will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed submissions shall be sent to: Department of Veterans Affairs Medical Center, Attn: Kathryn Leatherman, SAO East VISN 5 Contracting, 510 Butler Ave, Bldg. 308B, Martinsburg WV, 25405. Information can also be hand carried or submitted via commercial express service (NON US Postal mail) to: Department of Veterans Affairs Medical Center, Attn: Kathryn Leatherman, SAO East VISN 5 Contracting, 510 Butler Ave, Bldg. 308B, Martinsburg WV, 25405. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly rated after initial source selection will be chosen for interviews. Shortlisted firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Award of any resultant contract is contingent upon the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24512R0186/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-12-R-0186 VA245-12-R-0186.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=327328&FileName=VA245-12-R-0186-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=327328&FileName=VA245-12-R-0186-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02730355-W 20120426/120425000242-e6b514e1b2b87a09b2c581423abd725d (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.