Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2013 FBO #4256
DOCUMENT

C -- 526-15-106 Install Solar Energy System - Attachment

Notice Date
7/18/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24313I1327
 
Response Due
7/29/2013
 
Archive Date
9/27/2013
 
Point of Contact
Maria Coleman
 
E-Mail Address
lbany
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THE GOVERNMENT WILL NOT PAY FOR 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. The Department of Veterans Affairs, James J. Peter VA Medical Center is seeking a qualified Architect/Engineering (A/E) services complete drawings, cost estimate, technical reports, specifications and construction period services for Project No. 526-15-106 Install Solar Energy System at the James J Peters Medical Center, 130 Kingsbridge Road, Bronx, NY 10468. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $500,000.00 and $1,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. Potential contractors must be registered in SAM (www.sam.gov) and 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 Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent 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". In order to assure compliance with this clause, 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). LOCATION James J Peters Medical Center, 130 Kingsbridge Road, Bronx, NY 10468. SCOPE OF SERVICE REQUIRED I. Scope of Work: Provide all necessary Architect/Engineer (A/E) services as per Supplement "B", and all necessary preliminary surveys, field investigations, design, drawings, specifications, construction cost estimates, construction period services that includes shop drawing reviews and as-built drawings and site visits as required, both during design and construction. This project includes the installation of a new 100 to 150 KW Solar Energy System to augment the existing system at the Bronx VA Medical Center. The work shall include design analysis including structural analysis, cycle cost analysis, energy saving analysis as part of the proposed type, the configuration of the new solar cells (units), their physical position and structural anchoring, connection to existing electrical system, monitoring system and distribution system, the web base access in monitoring of the new system, connection to the existing building management monitoring and control computer system. The work shall also include the project application and obtaining approval from utility company, interfacing with the Bldg's building management system and assist VA for energy rebates with utility companies. II. Specific Requirements: Work shall include, but not limited to the following: 1.The A/E services shall include various phases of design starting with a site survey and design analysis and following through with working drawings and construction specification. The A/E shall evaluate solar panels available in the market and select the system best suited for the project installation. A/E shall perform design analysis including structural analysis, cycle cost analysis, energy saving analysis as part of the proposed type. In addition, A/E shall apply for any utility rebate program, and solicit utility company approval. A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. Extra efforts are required towards project phasing in order to provide a minimum interruption to the Medical Centers normal activity 2.The A/E shall address the need for special protective construction (Pre-construction risk assessments) and methods of work to assure the continued operation of medical center. 3.The A/E shall develop an appropriate phasing and/or coordination plan for the construction of the project so as to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction. III. The AE Firm shall conform to all design criteria, specification formats (MF 04) and drawing development with the VA PG 18 - Technical Information Library (web base).. VI. As-Built Drawings: 1.As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on AutoCAD 2008. VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: 1. The A/E shall perform the work required by this contract within the limits of the following schedule. He/She shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following dates: Design: Upon Award: A/E Team meets with VA staff (Award of Contract) 0 calendar days A/E submits 100% Preliminary drawings and Specs.(30 days)30 calendar days Review of 100% Preliminary drawing and Specs. (14 days)45 calendar days Deliver 65% Working drawings and Specs. (45 days) 90 calendar days Review 65% Working drawings and Specs.(14 days) 104 calendar days Deliver 95% Working drawings and Specs. (45 days) 149 calendar days Review 95% Working drawings and Specs.(14 days) 163 calendar days Deliver 100% Working drawings and Specs.(14 days)177 calendar days Review 100% Working drawings and Specs. (14 days) 191 calendar days A/E submits final complete package (7 days) 198 calendar days COST RANGE Estimated Construction Cost Range: $500,000.00 to $1,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. COMPLETION TIME FOR DESIGN 198 Calendar Days after award notice. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its evaluation criteria RequiredCriteriaWeighting XProfessional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 15% XExamples of specialized experience and technical competence in various disciplines required for specific project.15% XExamples of project schedule control and capabilities showing ability to accomplish work within the allotted time frame.10% XPast experience and performance on government contracts. 10% XReputation and standing of the firm and its principal officials.5% XVolume of VA work within the past 12 months based on fees received.5% Qualifications and performance of sub-consultants proposed for the project. XSpecific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.20% XCurrent projects being performed for government agencies, health care facilities (including psychiatric) and private industry.5% XRecord of significant claims against the firm because of improper or incomplete architectural and engineering services.10% XProximity of firm or working office providing professional services to the facility.5% Total100% LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "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 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 veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (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) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A 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 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 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 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 veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the 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; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any 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. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (2) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 4:00 PM, EST on Monday July 292, 2013. All submittals must be sent to the attention of Maria Coleman, VA Hudson Valley Health Care System, 2094 Albany Post Road ~ Building 29 Room 309, Montrose, NY 10548. The submission must include an insert detailing the following information: 1.Dun & Bradstreet Number; 2.Tax ID Number; 3.The e-mail address and phone number of the Primary Point of Contact and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Maria.Coleman@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313I1327/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-13-I-1327 VA243-13-I-1327_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=880921&FileName=VA243-13-I-1327-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=880921&FileName=VA243-13-I-1327-001.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: James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
Zip Code: 10468
 
Record
SN03120564-W 20130720/130719000632-db0d0fe634e359efa120715dcd6d66fd (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.