Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
DOCUMENT

C -- 573-15-1-3022-0001/Conduct Feasibility Study for Replacement of Air Handling Units 2 and 3 - Attachment

Notice Date
9/29/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Malcom Randall VA Medical Center;1601 SW Archer Road, Room E508-1;Gainesville, FL 32608
 
ZIP Code
32608
 
Solicitation Number
VA24814R1769
 
Response Due
10/31/2014
 
Archive Date
12/30/2014
 
Point of Contact
William L Clark
 
E-Mail Address
6-1611
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINNERING (A-E) SERVICES PROJECT# 573-15-100 CONDUCT FEASABILITY STUDY FOR REPLACEMETN OF AIR HANDLING UNIT 2 AND 3 Contracting Office: Department of Veterans Affairs, Malcom Randall VA Medical Center, Gainesville, FL. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT, TO INCUDE SF 330 DOCUMENTS, IS CONTAINED HEREIN. FAILURE TO PROVIDE ANY AND ALL REQUIRED DOCUMENTS AS INDICATED IN THIS NOTICE, WILL AUTOMATICALLY RESULT IN NOT BEING CONSIDERED FURTHER FOR THIS PROJECT. THE VA WILL NOT BE FOLLOWING UP WITH ANY RESPONDENTS SEEKING INFORMATION THAT WAS NOT PROVIDED This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Department of Veterans Affairs, Malcom Randall VA Medical Center, Gainesville, Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A-E) services for development of complete study documentation for the replacement of two air handler units at the Malcom Randall VA Medical Center, 1601 SW Archer Road, Gainesville, FL 32608. The NAICS code for this A/E project is 541330 (Engineering Services). The anticipated award date of the proposed A-E Contract is on or before March 31, 2015. The anticipated period of performance of the A-E contract is 240 calendar days, excluding Government holidays. The A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. Project Overview This project requires complete study documentation for the replacement method for two Peerless model Air Handler Units (AHU) AC-2 and AC-3. These two air handler units have rated CFM capacities of 91750 and 53750 respectively and are original equipment to the main building built in 1966. The AHUs are at the Malcom Randall VA Medical Center, in Gainesville, Florida. The study will include, but are not limited to: 1. Re-calculate the building cooling load area served by the existing AHU's (AC-2 and AC-3) and re-size the new equipment if necessary to satisfy the re-calculated cooling load. 2. Provide alternatives for the replacement of AC-2 and AC-3, including cost estimates, drawings and phasing. Areas to be considered include pre-heat, pre-cool, heating and cooling coils, fans, control valves, control system, filter rack and associated equipment. Phasing will need consider that areas served by AC-2 and AC-3 will still be functioning. Temporary AC services may need to be provided. 3. There is a recent HVAC survey which gives evaluations and recommendations. This survey will be made available for use in the development of this study. 4. Study shall include a complete review of the current air handling system to include the recommendations for any replacement, repairs and/or upgrades required for the existing air handlers, vent ducting, controls, steam piping and chill water layout in order to support the new air handler units. 5. The firm must have previous experience in the design of HVAC facilities and coordinating complex system installations in occupied buildings. 6. Study must provide all necessary Structural, Civil, Architectural, Mechanical, Electrical and Plumbing trades with estimates, and drawings, including demolition activities. 7. A phasing plan is critical and should be prepared to assure downtime of systems should be kept to a minimum. The plan shall address provisions for continuation of service during outages. 8. A/E shall take into account design requirements to reduce operations and maintenance costs and limit operational down time. 9. A/E shall incorporate field verified utility locations as part of their study. 10. This design shall be governed by the applicable VA and national codes and standards. This includes but not limited to VA HVAC Design Manual for New, Replacement and Renovation of Existing VA Facilities, including start-up and testing requirements. 11. The A/E firm is required to coordinate with the VA Staff for site visits as indicated below. The detailed project design should begin with an on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide for a complete and functional design. The intent is to complete this study and then issue a separate A-E contract to develop contract drawings and specifications. 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. The A/E will be required to perform all necessary site survey work such as verifying record drawings. The following investigative work shall be included within the scope of this project: A. Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. Field verify the VA furnished drawings to insure A/E design is accurate. It is the A/E's responsibility to determine existing conditions and to base the design on this information. B. Materials to be furnished to the A/E by the VA - The following shall be furnished to the A/E upon request: The VA will provide the A/E with copies of drawings of trades per their request. The accuracy of the drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E and all consulting firms. Potential A-E firms must be actively registered in the System for Award Management (www.sam.gov) and be visibly verified as a Small Disable Veteran Owned Business (SDVOSB) in Vet Biz (www.vetbiz.gov) at time of qualification submission. Failure to either be actively registered in SAM or visibly verifiable in VetBiz at the time of submission will result in no further consideration by the VA. By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. 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 cost of contract performance will be expended by the concern's employees. Additionally, in response to this Notice, the concern will indicate the business size and type of all subcontracted firms to be used, to include what percentage of contract performance will be expended by each of those firms. Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (e.g. - SDVOSB, VOSB, 8(a), small or large business). The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. 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. If your concern's SDVOSB status is protested, and based upon the evidence submitted, the protest is sustained, then the concern is now ineligible for award, and may also be liable for any and all re-procurement costs, to include either pre-award costs (solicitation re-issuance) or post-award costs (contract termination and re-procurement). SUBMISSION REQUIREMENTS: Failure to provide all information will result in not being considered further for this project. The VA will not follow up with any firm in an attempt to request information that appears to be missing. 1.SF 330s, Parts I & II - FOUR (4) HARDCOPIES AND ONE (1) DIGITIAL COPY. 2.SF330 INSERT - Insert within each HARDCOPY package, which includes: DUN AND BRADSTREET NUMBER For the A-E firm For all subcontractors and consultants, TAX ID Number For the A-E firm For all subcontractors and consultants, BUSINESS STATUS (SIZE/TYPE) Subcontractor and Consultants Whether SDVOSB, VOSB, 8(a), Small or Large VETBIZ REGISTRY Copy of VetBiz "Verified SDOVSB, for or the A-E firm Copy of VetBiz "Verified SDOVSB, for all subcontractors and consultants who are claiming "Verified SDVOSB" status. STATE OF FLORIDA REGISTRTION Copy of A-E firm's State of Florida Registration Copy of all subcontractor or consultant State of Florida registration. Only required if a subcontractor(s) or consultant(s) will be stamping drawings PERCENTAGE OF WORK TO BE PERFORMED (WITHIN 5 PERCENT) A-E FIRM SUBCONTRACTORS CONSULTANTS A-E POINT-OF-CONTACT E-mail address Phone number for the Primary Point-of-Contact. DUE DATE FOR SUBMISSION: Received no later than 4:00 PM, EST on Friday, October 31, 2014 at the address indicated below. (NO EMAIL SUBMISSIONS WILL BE ACCEPTED) SEND SUBMITTALS TO: Mailed Submittals:Malcom Randall VA Medical Center Attn: William Clark, Contracting Officer 1601 SW Archer Road, Room E508-1 Gainesville, FL 32608 Hand Carried Submittals:SAME ADDRESS ? SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.Professional qualifications necessary for satisfactory performance of required service. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, LEED certification, as well as experience in energy conservation, pollution prevention, 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. Location in general geographical area of the project and knowledge of the locality of the project, specifically, the firm's home office is within 350 miles of Gainesville, FL. (Determination of mileage eligibility will be based on www.mapquest.com). 5.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 6.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 7.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 8.Percentage of work done by SDVOSB verified firms, to include SDVOSB-verified subcontractors. REQUESTS FOR INFORMATION: All RFIs shall be submitted to William.Clark1@va.gov. The Subject line shall read; "RFI-VA248-14-R-1769, "Conduct Feasibility Study for Replacement for Air Handler Units 2 and 3." The RFI period shall open at the posting of this notice and will close on Friday, October 17, 2014. RFIs regarding the follow on construction solicitation will not be addressed at this time If any firm wishes to be excluded from further consideration after submission of package, please send an email notification, signed by firm owner/officer, to William.Clark1@va.gov PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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 information. Point of contact is William Clark, Contracting Officer, (352)376-1611, x 4581 William.Clark1@VA.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24814R1769/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-R-1769 VA248-14-R-1769.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1657036&FileName=VA248-14-R-1769-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1657036&FileName=VA248-14-R-1769-000.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: Department of Veterans Affairs;Malcom Randall VA Medical Center;1601 SW Archer Road;Gainesville, FL
Zip Code: 32608
 
Record
SN03536094-W 20141001/140930022658-053770d0b331631c73ee522f3755cfa4 (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.