Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
DOCUMENT

C -- Modification to SF330 Request for correcting requirements - Attachment

Notice Date
12/3/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25614R0161
 
Response Due
12/10/2013
 
Archive Date
2/8/2014
 
Point of Contact
Brad Martin
 
E-Mail Address
7-1168501-257-1168<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Oklahoma City VA Medical Center, Oklahoma City, OK, is seeking an Architect-Engineering (AE) Firm to survey and evaluate the requirement for Replacement and Update of Water Supply Valves in room BF118 in the clinic addition of Building 1, at VA Medical Center, 921 NE 13th Street, Oklahoma City, OK 73104. This project will engage a Vendor to supply all services necessary to Replace and Update of Water Supply Valves in room BF118 in the clinic addition of Building 1. The A/E firm shall prepare complete construction contract drawings, specifications, and construction cost estimate. The A/E shall submit services fee cost estimate for approval. The A/E services fee cost estimate shall include line items for the design and preparation of construction documents and Title 2 services throughout construction period. The scope will include: Background 1.The domestic water service entrance for the clinic addition of building 1 located in room BF118 needs to be replaced and updated. Existing Watts reduced pressure backflow prevention valves are obsolete and leak through relief continuously. 2.The shutoff valves upstream and downstream of existing backflow prevention valves are also old and in need of replacement. 3.Design will need to include staging and temporary piping as needed to minimize water outage for building. A/E Task 1.The A/E shall survey and evaluate the existing domestic water service entrance in BF118. 2.The A/E shall design and layout replacement backflow prevention valve assemblies including isolation valves to allow maintenance and/or replacement of backflow prevention valves. Design shall include staging and temporary piping as needed to minimize water outage for building. Design shall also include installation of advanced water meter and connection of water meter to existing non-electric metering system. 3.The A/E shall prepare construction cost estimates, drawings and specifications to complete specified work for replacement and update of water supply valves / backflow prevention. 52.236-22 Design Within Funding Limitations. The C&A requirements do not apply. Security Accreditation Package is not required. 1. Contract Drawings, Specifications, and Engineering calculations shall supply a complete design to the satisfaction of the VA. 2. The A/E shall provide a detailed construction cost estimate based on the contract drawings and specifications. The project will be designed to stay within the allocated construction budget. 3. A Pre-Proposal Meeting shall be scheduled with the Contracting Officer and Engineering Representative prior to preparation of your proposal. At this meeting, the Statement of Work will be reviewed as well as the existing conditions of the sites proposed for the new work. The A/E will have the opportunity to review As-Built Drawings provided by the VA and may obtain copies of any materials as necessary to prepare the proposal. This requirement is an SDVOSB set-aside. The North American Industry Classification System (NAICS) Code is 541330, and the Small Business Size Standard is $14.0 Million. The construction magnitude cost range for this project is $100,000.00 to $250,000.00. To be considered for award, an A-E firm must be registered and certified in the Vet Biz database as a Service Disable Veteran Owned Small Business (SDVOSB). A-E firms can obtain Vet Biz registration information and annual confirmation requirements by visiting the Vet Biz web site at http://www.vetbiz.gov. The A-E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Registration in ORCA requires an Marketing Partner Identification Number (MPIN). The firm's DUNS number and MPIN act as its ID and password into ORCA. Information in ORCA must be reviewed and/or updated when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically to Bradley J. Martin at Bradley.Martin@va.gov. no later than 10:00 A.M (CST) on December 10th, 2013. The A/E selection criteria shall include your qualifications and past performance data of an update water supply project. Selection criteria will be based on: (1) Professional qualifications necessary, including licensed registered professional Engineers, for satisfactory performance of required services; (2) Specialized experience and technical competence of a water and supply design; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry on a water supply design; (5) Location of the general geographic area of the project and knowledge of the locality of the project; + THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. Point of contact is Bradley J. Martin, Contract Officer, PH: 501-257-1029. Contracting Officer Address: Department of Veterans Network Contracting Office 16 (NCO 16), 2200 Fort Roots Drive, Building 41, Room 215, North Little Rock, AR 72114 The completed SF 330 will be evaluated by the VA Medical Center Engineer Evaluation Board. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. PLEASE NO PHONE CALLS WILL BE TAKEN ON THIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25614R0161/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-R-0161 VA256-14-R-0161_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1111919&FileName=VA256-14-R-0161-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1111919&FileName=VA256-14-R-0161-001.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: Oklahoma City VA Medical Center;921 NE 13th Street;Oklahoma City, Ok
Zip Code: 73104
 
Record
SN03244220-W 20131205/131203233926-f003b4007be982df08eef3eca27189c9 (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.