Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

C -- 632-17-103 Upgrade Sewage Treatment Plant PH 1 - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0161
 
Response Due
12/28/2016
 
Archive Date
4/6/2017
 
Point of Contact
Michael Giaquinto
 
E-Mail Address
Contracting Specialist
(michael.giaquinto2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 632-17-103 Upgrade the sewage treatment plant at the Northport VA Medical Center 79 Middleville Rd. Northport, NY 11768. The VA prefers the location of the Service-Disabled Veteran Owned Small Business (SDVOSB) AE firm and/or satellite office to be within 200 miles of the facility. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $15 Million. Magnitude of Construction is between $1,000,000.00 - $2,000,000.00. This is a 100% Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSB). The anticipated award date of the proposed A-E Contract is on or before June 30th, 2017. 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 SDVOSB set aside, you are verifying your company meets the status requirements of a SDVOSB 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 This Project will upgrade the sewage treatment plant at the Northport VA Medical Center 79 Middleville Rd. Northport, NY 11768. SCOPE OF SERVICE REQUIRED PROJECT 632-17-103, UPGRADE SEWAGE TREATMENT PLANT, PHASE 1. This Project will upgrade the sewage treatment plant at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. Work shall include but not be limited to establishment of a separate anoxic treatment process section in the existing aeration tanks to allow for direct denitrification treatment improvement; aeration system upgrades for energy efficiency and dissolved oxygen control; and replacement of the influent headworks equipment to provide for removal of all non-biodegradable solids before they enter the process train. Technical disciplines include but are not limited to sanitary engineering, electrical engineering, and estimating. Architects or engineers registered to practice in the particular professional field involved in New York State shall prepare or review and approve the design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work. The Project shall comply with the Suffolk County Sanitary Code, the New York State Environmental Conservation Law, and VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria, and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). I. SCHEMATICS General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B. The A/E shall submit an engineering report, signed and sealed by a professional engineer licensed to practice in New York State and inclusive of the following: A detailed investigation and analysis of the treatment system identifying all of the causative factors responsible for repeated violations of the permit effluent limits. This includes a Comprehensive Performance Evaluation (CPE) and schedule for proposed actions as generally described in the U.S. Environmental Protection Agency Handbook for Improving POTW Performance Using the Composite Corrective Program Approach. The CPE shall be prepared using available performance data and shall identify performance limiting factors that will be addressed as interim actions. The schedule of proposed actions shall include a schedule for (1) development of interim actions to address the effluent violations identified in the Notice of Violation; and (2) long-term plan including specific corrective actions and/or system design changes to be implemented to eliminate and prevent recurrence of the repeated violations of the permit effluent limits. II. DESIGN DEVELOPMENT DOCUMENTS General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B. Services under this phase shall include, but not be limited to the following: (1) Site Design including sanitary systems; (2) Mechanical and Electrical Design with economic and energy analyses and all critical systems; (3) Cost Estimate(s); and (4) Presentations and Review Submissions III. CONSTRUCTION DOCUMENTS General Scope. Based upon the approved Schematics and Design Development Documents, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the con struction of the Project and as further described in Supplement B. Services under this phase shall include: (1) Site Design Documents setting forth in detail the site construction requirements; (2) Mechanical Design Documents setting forth in detail the mechanical construction requirements including all mechanical plans, elevations, sections, details, and schedules; (3) Electrical Design Documents setting forth in detail the electrical construction requirements including all electrical plans, elevations, sections, details, diagrams and schedules; (4) Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, taxes, etc.; (5) Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents; and (6) Presentations and Review Submissions. The A/E shall ensure that such construction conforms to standards approved by the Commissioner of Health Services of the Suffolk County Health District or a permit is issued for such system under the provisions of the New York State Environmental Conservation Law. The A/E shall submit to the Commissioner of Health Services of the Suffolk County Health District plans and any other information necessary to insure that such systems conform to approved standards. IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he determines are required for the proper design of the Project. VII. SERVICES DURING BIDDING PERIOD The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. VIII. SERVICES DURING THE CONSTRUCTION PERIOD The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. IX. POST-CONSTRUCTION SERVICES For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services that are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. The A/E shall submit an engineering report and as built drawings of the facility (including the treatment system, associated piping and valves, and instrumentation) that are signed and sealed by a professional engineer licensed to practice in New York State certifying the system has been restored to operational status. X. LOCATION The VA prefers the location of the Service-Disabled Veteran Owned Small Business (SDVOSB) AE firm and/or satellite office to be within a 200 miles of the Northport VA Medical Center. XI. CONTRACT SECURITY This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. COST RANGE Estimated Construction Cost Range: Between $1,000,000 - $2,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. 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: Submit authorization request for site survey not later than 7 calendar days after award Deliver Schematic Review material (100% complete) to Contracting Officer not later than 28 calendar days after award Review Schematic Review material (100% complete) with Contracting Officer on or about 42 calendar day after award Deliver First Review (DD) material (35% complete) to Contracting Officer not later than 70 calendar days after award Review First Review (DD) material (35% complete) with Contracting Officer on or about 84 calendar day after award Deliver Second Review (CD) material (100% complete) to Contracting Officer not later than 140 calendar days after award Review Second Review (CD) material (100% complete) with Contracting Officer on or about 154 calendar day after award Deliver Final Bid Documents to Contracting Officer not later than 192 calendar days after award The Contracting Officer may schedule an additional Design Review(s) should he/she determine that such review(s) is required for satisfactory completion of the Contract Drawings and Specifications. The A/E will be reimbursed for the additional trip(s) in accordance with Clause SP-9 unless the additional Design review(s) was requested by him or caused by actions for which he/she is responsible. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. Required Criteria Weighting 1. Professional qualifications necessary for satisfactory performance of required services 25% 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials 25% 3. Capacity to accomplish the work in the required time 10% 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 5% 5. 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 25% 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness 5% 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services 5% 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team 5% Total 100% THE SELECTION CRITERIA DESCRIPTIONS (1 - 14) ARE PROVIDED BELOW: SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. 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, and 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; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 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; PAST PERFORMANCE: VISN3 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Michael Giaquinto Attn: Michael Giaquinto, via email at Michael.giaquinto2@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. LOCATION The A/E Firm proximity to the Northport VA Medical Center, Northport, NY 11768 is an evaluation criteria. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address(es) and distance of your closest office to the address listed below. ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. LIMITATIONS 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 nonmanufacturer 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. (End of Clause) SUBMISSION REQUIREMENTS Qualified, Service-Disabled Veteran-Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 12:00 PM, EST on December 30, 2016, including Past Performance Questionnaires (attachment 1). December 20, 2016 at 2:00PM EST shall be the deadline for all questions. All submittals must be sent to the attention of Michael Giaquinto (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904. 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 Service-Disabled 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 (Michael.giaquinto2@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/VA24217N0161/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0161 VA242-17-N-0161.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163416&FileName=VA242-17-N-0161-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163416&FileName=VA242-17-N-0161-000.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: Northport VAMC;79 Middleville Road;Northport, New York
Zip Code: 11768
 
Record
SN04352873-W 20161217/161215234512-05205528290352560f114a03fdc59148 (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.