Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
DOCUMENT

C -- Modernize Bldg 1 Elevators project 642-14-104 - Attachment

Notice Date
5/26/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R1016
 
Response Due
6/27/2017
 
Archive Date
10/4/2017
 
Point of Contact
Everett E Shaver
 
E-Mail Address
824-3521
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 5 of 5 1. CONTRACT INFORMATION: This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541330, Architectural / Engineering services. The contract is anticipated to be awarded about September 2017. It is anticipated that one contract will be awarded from this announcement. Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide professional Architect and Engineering (A/E) services in order to develop construction documents for the complete modernization and upgrade of the Building 1 Elevators at the Corporal Michael J. Crescenz Medical Center in Philadelphia Pennsylvania. Elevators included in this Project are as follows: Passenger Car P-1 4000 lb. Traction (10 stops) Passenger Car P-2 4000 lb. Traction (10 stops) Passenger Car P-3 4000 lb. Traction (10 stops) Passenger Car P-4 4000 lb. Traction (10 stops) Freight Car F-5 5000 lb. Traction (10 stops) Freight Car F-6 5000 lb. Traction (10 stops) Passenger Car 1 (Administrative-Education Wing) 3000 lb. Hydraulic (2 stops) 2. PROJECT INFORMATION: MODERNIZE BUILDING 1 ELEVATORS The A/E must retain an Elevator Consultant for all elevator modernization services who meets the following minimum qualifications: Member in good standing with the International Association of Elevator Consultants Project Lead Individual must have a minimum of 10 years experience as an Elevator Consultant References, including Client s main point of contact for a minimum of three (3) Elevator modernization projects completed in the last five (5) years comparable to this project. Employ inspection supervisors have been certified under ASME QUI-1 The scope of this project is to provide all the labor, materials, and equipment necessary to fully develop construction drawings and specification documents for the modernization of the above elevators will include but not limited to the following: Replace elevator controllers, car and hall fixtures, door operators, hoists, steel ropes, sheaves, top of car equipment, position indicators, tank, operating valves, oil lines, leveling system, piston and jack, etc. Proper elevator machine guarding. New automatic transfer switches. New normal and emergency distribution to elevators including panel boards, distribution feeders necessary, shunt-trip breakers, etc. necessary to install VA Electrical Design Manual and Standards and all applicable Codes. Complete short circuit analysis, load flow, voltage drop analysis, overcurrent devices, coordination analysis, arc flash hazard analysis and site assessment necessary to install the new electrical feeds for the elevators. Update the single line distribution drawings, for normal and emergency power, as necessary to detail the new installation. Provide a cost estimate for the construction costs associated with their final drawings and findings at required intervals. New HVAC systems to ensure humidity and temperature control in the elevator machine rooms. Provide revisions to Fire Alarm and Sprinkler Systems necessary to support modernization of elevators. Work shall be phased to minimize or eliminate service outages. Provide an independent third party life safety review of drawings and specifications The A/E shall collaborate with Medical Center Staff to conduct a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient and public safety, security controls for physical and logical access, environmental controls, and limitations on vibration noise and disruptions to operations and utilities. The results of these assessments will be incorporated as part of construction documents. Provide commissioning of building systems/components in accordance with VA Directives and Guidance including all commissioning plan, inclusion of requirements in construction documents, verification of installation and performance of commissioned systems... Construction will be addressed in multiple phases to allow operations to continue during construction to the extent possible. Phasing will be determined during the 35% design review. Phasing must work within budget and allow the VA to continue operations with minimal interference. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. Team proposed for this project; Background of the personnel Project Manager Other Key Personnel Consultants Proposed Management Plan; Team organization Design Phase Construction Phase Previous Experience of Proposed Team; Project experience Response Time; Prime Firm Consultants Specialized Experience and Technical Competence Architectural, structural, environmental, electrical, plumbing and mechanical design Interior design Project Control; Techniques planned to control the schedule and costs Personnel responsible for schedule and cost control Estimating Effectiveness; Five most recently bid projects Miscellaneous Experience and Capabilities: Experience in healthcare clinical design Experience with VA patient-centered care or Planetree philosophy Experience using evidence based design for interior features to promote healing environments Experience in ADA Experience in NFPA 101 Life Safety code LEED certification Energy conservation Interior design 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330. Where to Submit: Offerors shall submit all original proposals to: Wilkes-Barre VA Medical Center, Contracting (049E Everett Shaver) 1111 East End Blvd Wilkes Barre, PA   18711 Everett.shaver@va.gov All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. Personal visits to discuss this announcement will not be allowed. 5. SOLICITATION: THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Firm Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting Everett E Shaver, Jr. (570) 824-3521 x4864, E-mail any questions to: Everett.shaver@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R1016/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-1016 VA244-17-R-1016.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3532599&FileName=VA244-17-R-1016-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3532599&FileName=VA244-17-R-1016-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04524043-W 20170528/170526234511-8fc3cc0d6bbcca18fcd88b3cfec46a61 (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.