Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
DOCUMENT

C -- GI HVAC & Equipment Site Prep | 554 Denver Project No. 554-14-821 - Attachment

Notice Date
7/24/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 19;4100 E. Mississippi, Ste. 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914R0625
 
Archive Date
10/22/2014
 
Point of Contact
Tracy Lynn Jackson
 
E-Mail Address
jackson2@va.gov<br
 
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 554-14-821 entitled GI HVAC & Equipment Site Prep at the Denver VA Medical Center, 1055 Clermont Street, Denver, CO 80220. 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. This contract shall provide for The Architect-Engineer (A/E) to provide services for investigation, preparation of working drawings, construction documents, construction period services, and cost estimates for the GI HVAC & Equipment Site Prep at the Denver VA Medical Center, 1055 Clermont Street, Denver, CO 80220. 1.The A/E shall provide all technical services including architectural, mechanical, plumbing, electrical, and structural engineering required to upgrade/renovate HVAC system to meet GI Laboratory Reprocessing requirement on the eighth floor, room 8B108 (Attachment 1), to include humidity requirements, removal and relocation of three existing reprocessing systems (Attachment 2), and site prep for installation of two new reprocessing systems (Attachment 3) with air compressor units (Attachment 4). The design will include the temporary relocation of existing equipment from current location to the main Sterile Processing Service area located in the basement floor. 2.HVAC renovation/upgrade shall be designed in accordance with March 2011, HVAC Design Manual for New, Replacement, Addition and Renovation of Existing VA Facilities and the Jan 26, 2011 Interim Guidance for Ventilation Requirements In Sterile Processing Department, SPD Memorandum (Attachment 6). The intent of the HVAC upgrade is to correct HVAC deficiencies and prepare the lab for new reprocessing equipment. A design study identifying options and recommendations will be presented to the VA for approval prior to start of design documents. A/E shall consider VA timeline for move to new facility as part of recommendations. Upon completion of study, provide all technical services including architectural, mechanical, plumbing, electrical, and structural engineering required for design of option chosen. As required, equipment layout, electrical power, lighting, controls, piping and HVAC system will need to be incorporated in the design. A/E shall provide construction period services and record as-built drawings after the project is complete. DESIGN CRITERIA: 2. A/E shall determine phasing to ensure the least disruptive construction schedule and design the subsequent work accordingly. GI Lab shall remain operational during construction period. GI lab working hours are Monday to Friday 0700 to 1700. 3. A/E shall incorporate Infection Control measures during construction as directed by VA in accordance with facility policy and infection control staff. 4. A/E shall incorporate fire/smoke walls in the area of construction into drawings and include notes and specifications for repairs of any penetrations of these barriers. Design shall include required fire protection due to structural or occupancy changes. 5. A/E shall incorporate energy efficient equipment into design in accordance with meeting the requirements of the Federal Governments established regulations including the Energy Policy Act (EPAct) of 2005, Executive Order 13423 Strengthening Federal Environmental, Energy, and Transportation Management, the 2007 Energy Independence and Security Act (EISA) and ASHRAE Standard 90.1-2004. 6. A/E shall incorporate mandatory recycling and use of sustainable products into design where appropriate without adverse effect on project budget and accomplishing main objective of project. 7. Specifications will be developed using the standard VA specifications. These and other VA design criteria can be obtained at http://www.cfm.va.gov/TIL/. 8.The drawings will be produced using industry standard details and VHA CADD Deliverable Guidelines, on a VA provided title block. All drawings will be standard, scaled, e-size (30" x 42") drawings or half size drawings. A/E will be provided with architectural background drawings in AutoCAD 2013. A/E shall confirm in the field, actual as-built conditions. 9.Construction cost estimates are required for each option explored in the study design manual. A detailed construction cost estimate is required at 65% submission, 95% submission and 100% construction drawing submission. Deductive alternates may be required in order to meet construction budgeted fund. SCHEDULE: 10.Design time allotted to be as follows: a.Start design study- At award. b. Present Study report for VA Approval- 4 weeks c.Comments by VA back to A/E- 6 weeks d.Receive 65% working drawings, and specifications- 10 weeks. and estimate. e.Comments by VA back to A/E- 12 weeks. f.Receive 95% working drawings, and specifications- 15 weeks. and estimate. g.Comments by VA back to A/E- 17 weeks. h. Complete construction drawings and specifications - 18 weeks. 11. A/E to provide phasing and coordination of any utility shutdowns. 12. A/E is responsible for survey of existing conditions. Any drawings provided shall be used only as a guide and all information must be confirmed by A/E. 13. All work shall be designed in accordance with the most current edition of the following criteria: a.VA PG-18-1, Master Construction Specifications b.VA PG-18-3, VA Design and Construction Procedures c.VA PG-18-4, Standard Details d.VA PG-18-9 Space & Facility Planning e. VA PG-18-10 VA Design Manuals f. VA PG-18-12 VA Design Guides g. VA PG-18-13, Accessibility, Including ADA and UFAS h.VA PG-18-15, A/E Submission Requirements i.VHA H-18-8, VA Seismic Design Requirements j. National Fire Protection Association Codes (NFPA) k.VA HVAC Design criteria and Electrical Design Manual l.International Building Code (IBC) m.OSHA Standards n.National Electrical Code (NEC) p. All other applicable industry codes and VA requirements SUBMITTALS: 14. The A/E shall submit the following quantities of review material for each submission: a.Include with the Study Report the following items: (1)2 sets of 8 ½" X 11" Report. (2)Electronic copy of Report. b.Include with 65%, and 95% submittals the following items: (1) Two sets of drawings. Sets will be half size drawings. (2) Two sets of edited construction specifications in MS Word. (3) Two sets of the construction cost estimate. (4)Electronic copy of drawings and specifications. 15. A/E to stamp drawings as to which review (65%, 95%, or Construction). Also, note on review drawings "NOT FOR CONSTRUCTION." 16. The A/E shall submit the following for the 100% Construction documents: a. One (1) CD-ROMs of final construction drawings and specifications. AutoCAD 2013 and.pdf format are required for the drawings. b.One (1) CD-ROMs drawings in one single.pdf file and specifications in single.pdf file. c.Two (2) sets of final construction drawings (One set will be half size drawings). d.One (1) sets of final specifications. e.Final construction cost estimate. CONSTRUCTION PERIOD SERVICES: 17. Prior to the contractor beginning work the A/E will provide a submittal log to the VA indicating all required submittals and the associated specification section. 18.Submittal Review: Per section 01 33 23 of the standard VA specifications, the construction contractor will be required to send 5 copies of their submittals directly to the A/E. The A/E is then responsible for routing the submittals to any consultant who is responsible for reviewing the submittal. Within 14 calendar days of receipt of the submittals the A/E will provide reviewed and stamped submittals to the VA COR. On a monthly basis the A/E will also provide an updated submittal log to the VA indicating the status of all submittals required under the contract. 19.Construction contractors Request for Information (RFI) and Cost Proposals: The A/E will review the RFIs or the cost proposals that the VA has sent to the A/E. The VA will fax or e-mail the RFI or proposal to the A/E. The A/E is then responsible for routing the documents to their consultants. The A/E will return their response to the VA within 4 calendar days of receipt. The A/E will not inform or send their response to the construction contractor unless so directed by the VA. 20.Site Visits: The Architect will provide 2 site visits, one during construction, and one for final inspection. The Mechanical, Electrical and Plumbing Engineer will provide two site visits, one during construction, and one for final inspection. The mechanical engineer shall attend the pre-bid walk-thru and provide assistance to review of bid proposals and negotiating points. 21.Record Drawings: In addition to the requirements of the Special Provisions, the A/E will provide all record as-built drawings on a CD-rom in uncompressed AutoCAD 2013 format and one (1) set of hard copy drawings. CONSTRUCTION DOCUMENT REQUIREMENTS 22.The A/E will responsible for compiling and preparing the digital version of the construction bid document. The A/E will adhere to the following guidelines: a.The drawings must include the VA's construction solicitation number. b.The clause and specification book must be in MS Word. c.Each page of the clause and specification book must carry the solicitation number in the top margin. d.The VA will supply the following items in digital format for the A/E to incorporate into the solicitation document for the A/E's 95% submittal: Section 01 00 00 General Requirements Section 01 33 23 Shop Drawings, Product Data, and Samples Section 01 42 19 Reference Standards Construction Clauses List of Attachments Davis Bacon Wage Determination List of Attachments: A.Attachment 1 - 8th Floor Plan and GI Lab Layout Drawing B.Attachment 2 - Custom Ultrasonics, Inc. System 83 Plus 2 ci Spec (Existing units to be removed) C.Attachment 3 - Site Requirements for Advantage Plus Reprocessing System Specs (new units) D.Attachment 4 - Jun-Air 95R637-4P Compact Oil Free Compressor Spec E.Attachment 5 - Honeywell AM-1 1070 Series Mixing Valve Spec (recommended valve for new units) F.Attachment 6 - SPD Ventilation Requirements Interim Guidance Memorandum The estimated construction project cost is between $100,000 and $250,000 The NAICS code for this project is 541330. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/download/116486. 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. Questions must be submitted to tracy.jackson2@va.gov by July 28, 2014 at 5pm MST. Interested firms should submit one (1) copy of their current SF 330 no later than 5:00 PM Mountain Standard Time (MST) August 4, 2014 to tracy.jackson2@va.gov. The emailed file shall not exceed 4MB in total. Offerors will be evaluated on the following criteria in descending order of importance: 1)Professional qualifications necessary for satisfactory performance of required services, including a Professional Engineer from the State of Colorado. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in HVAC design for VA Medical Sterile Processing Laboratories, project phasing to include provision for temporary relocation of users, energy conservation, 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. Offeror shall submitted ACASS ratings from projects of similar size, scope and complexity. In the event an offeror does not have ACASS, complete attached PPQ and submit with SF330. (5) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (7)Energy Conservation/Sustainable Design Experience and Credentials. List all design members who have LEED AP credentials. List examples of projects designed with minimum LEED silver certification for projects with similar size and scope. (8) Project Implementation Plan. Provide implementation plan with any anticipated problems and potential solutions. (9) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (10) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 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/VA25914R0625/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0625 VA259-14-R-0625.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519916&FileName=VA259-14-R-0625-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519916&FileName=VA259-14-R-0625-000.docx

 
File Name: VA259-14-R-0625 Supp B Attach 1 - GI HVAC _ Equipment Site Prep - GI Lab Dwg 02.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519917&FileName=VA259-14-R-0625-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519917&FileName=VA259-14-R-0625-001.pdf

 
File Name: VA259-14-R-0625 Supp B Attach 2 - Exisiting Equipment Custom Ultrasonics specs.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519918&FileName=VA259-14-R-0625-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519918&FileName=VA259-14-R-0625-002.pdf

 
File Name: VA259-14-R-0625 Supp B Attach 3 - Medivators Advantage Plus Installation Guide.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519919&FileName=VA259-14-R-0625-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519919&FileName=VA259-14-R-0625-003.pdf

 
File Name: VA259-14-R-0625 Supp B Attach 4 - Air Compressor - Specs and Cutsheet.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519920&FileName=VA259-14-R-0625-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519920&FileName=VA259-14-R-0625-004.pdf

 
File Name: VA259-14-R-0625 Supp B Attach 5 - Mixing Valve Recommendations.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519921&FileName=VA259-14-R-0625-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519921&FileName=VA259-14-R-0625-005.pdf

 
File Name: VA259-14-R-0625 Supp B Attach 6 - SPD Ventilation Interim Guidance Memorandum.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519922&FileName=VA259-14-R-0625-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519922&FileName=VA259-14-R-0625-006.pdf

 
File Name: VA259-14-R-0625 S02_PPQ_554-14-821.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519923&FileName=VA259-14-R-0625-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1519923&FileName=VA259-14-R-0625-007.pdf

 
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: Denver VA Medical Center;1055 Clermont Street;Denver, CO
Zip Code: 80220
 
Record
SN03437791-W 20140726/140725000324-a73014afc0949d54cefd1daad281b46d (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.