Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
DOCUMENT

C -- 657A4-17-905: FCA-Replace Boilers, Building (VA-17-105464) - Attachment

Notice Date
6/12/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517R0603
 
Response Due
7/11/2017
 
Archive Date
8/10/2017
 
Point of Contact
Michael Bottary
 
E-Mail Address
6-1142<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
B-3 Synopsis: An A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] 582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms located within a 350 mile radius of the John J. Pershing VA Medical Center, 1500 North Westwood Blvd Poplar Bluff Mo 63901. The mileage restriction is in compliance with VAAR 805.207(b). This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. Projects 657A4-17-905: FCA Replace Boilers, Building 7. It is the intent of the VA to award a single contract for both projects. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s and other supporting information from qualified contractors that meet the professional and set aside requirements listed in this announcement. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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 contract is anticipated to be awarded in July 31, 2017. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to michael.bottary@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $7.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 200 calendar days for project 657A4-17-905: FCA Replace Boilers, Building 7 including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH AAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in 3 ring binder) and a CD copy of the Standard Form 330. Completed package shall be delivered on or before July 12, 2017 by 2:00PM CDT to the following address: Department of Veteran Affairs, NCO 15 Contracting Office, Attn: Contracting Officer: Michael J. Bottary, Contracting Office Address: 3450 S 4th Street Leavenworth, KS 66048. Outermost envelope or packaging shall clearly identify Solicitation number and project. Information shall be submitted via commercial courier service, mail or hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. Project 657A4-17-905: FCA - Replace Boilers, Building 7 SUPPLEMENT B SCOPE OF WORK: Architectural and Engineering (A/E) services are requested for the preparation of Design Development, Schematics, Construction Documents, Cost Estimate, and Construction Period Services for project number 657A4-17-905: FCA Replace Boilers, Building 7. This delivery order shall cover the following tasks. General Statement The John J. Pershing VA Medical Center requests proposals for the design of the project described below. A survey and study shall be conducted to determine the best course of action for replacing the existing boiler system. The A/E firm shall prepare plans and specifications for a construction contract to accomplish the following scope of work. The team shall have demonstrable experience in programing, planning and design of complex healthcare projects of a similar nature. The A/E firm shall also prepare a construction cost estimate. This proposal shall include all labor, material, equipment, and expertise to complete the below referenced tasks. The requirements for this work are as follows: Conduct a survey of the steam load, distribution, pipe sizing, chemical treatment, hot water generation, fuel storage/delivery, required boiler capacity, redundancy requirements, and the need for a deaerator tank. Survey shall evaluate the demand for steam to sustain the medical center during peak and off peak time periods. Survey shall evaluate the distribution and piping size of all steam, water supply, steam return, and condensate piping within Building 7. Survey shall evaluate the size of the steam header. Survey shall evaluate the needs for chemical treatment based on current and historic data on water quality provided by our municipality and test results from Boiler Plant logs. Survey shall evaluate the condition, efficiency, and sizing of the hot water generation system located in Building 7, which services the entire medical center. Survey shall determine alternate location for fuel storage, to replace existing Underground Storage Tanks (UST s) with new Above Ground Storage Tank(s). Included in this is the UST adjacent to Building 7, which services the emergency generator located in Building 7. Included in this is the design of a compliant leak detection system on both the piping and tanks, along with compliant spill containment. Evaluate need for compressed air system. Evaluate fresh air intake system. Evaluate HVAC necessities for control room. Evaluate exhaust and recovery system for ceiling mounted blowers in boiler house and DA Tank room, if necessary. Survey Report: A/E shall provide a Preliminary Survey Report based on review of requested information as described above. A/E shall provide a Final Survey Report with recommendations and cost saving options. Conduct a complete design effort, based upon the results of the survey, to include but not be limited to the following: Specify and properly size the boiler system New boilers to be correctly sized based upon boiler survey conducted under this project. New boilers to remain low-pressure as defined by VA directive. New boilers to remain fire tube style boilers. Quantity of new boilers to be determined based on demand determined in survey and redundancy requirements by VA directive and Joint Commission standard. Specify and size the back up fuel storage and delivery system Specify the Removal of all Underground Storage Tanks (UST s) associated with Building 7 which includes: Two 20,000 gallon diesel tanks supplying boilers One 1,200 gallon diesel tank supplying the emergency generator Specify the Removal of all underground and internal fuel piping associated with Building 7. Specify and size the Installation of new Above Ground Storage Tank(s) (AST s) in the quantity/size deemed necessary by the survey conducted as a part of this project. Include the specifications for a new automatic leak detection and monitoring system on new tanks and piping. System shall be capable of printing reports System shall be capable of being integrated into building automation system System shall have an audible alarm within Building 7 System shall have the ability to remotely notify staff in other buildings and off site. Specify all pumps, piping, valves, fittings and associated hardware located within Building 7in support of the new boiler system. The items to be considered but not limited to include: Design shall replace all steam supply & return, feed water, condensate, and drain piping. Design shall replace the existing steam header with one of the appropriate size. Design shall replace boiler feed pumps, oil pumps, condensate pumps and all associated pipes, valves and fittings. The Design shall include work related to the existing hot water generation system. Design shall incorporate the installation of a steam bypass around the automatic valve on the Hot Water Tank. Design shall include the re-piping, with the correct size, steam supply to the Hot Water Tank. Consider a direct gas fired hot water system in lieu of a steam heated system. Design shall include the design of a deaerator tank for feed water supply to the new boilers. Design of the deaerator tank shall include the redesign of the condensate return system s tie in to the feed water supply to the boilers. Design shall include the installation of new, right-sized, feed water pumps within Building 7. Design shall include a total replacement of all Boiler Plant Controls. New controls shall include the ability to remotely notify staff in other buildings and off site. New controls shall include non-proprietary programming. New controls shall provide graphical reporting and user interfaces. Graphical reporting of trends Graphical representation of current operating parameters Monitoring system shall be able to document system trends and data loging. Design shall include corrective measures as determined in the boiler survey, to be performed on the make-up water back-up storage tank. Design shall include the installation of continuous feed water and make up water treatment and monitoring system. System shall monitor Total Dissolved Solids (TDS) Correct for pH per boiler specifications. Water Hardness corrections and alarms from the water softener system System Alarm Specify and Design an alarm and alert system to notify of system failure. Design shall include the full scope of the installation of a temporary boiler system and connections to our existing system, to allow for the continuation of medical center operations. Visit the site and survey site and building Survey existing Boiler building (Building 7) and surrounding area Survey existing utilities Survey existing Boiler building (Building 7) for demolition work and provide 3rd party, VA approved, Industrial Hygienist (I.H.) oversight consultant for hazardous materials such as asbestos, mold, and lead abatement to include testing, adding specs and drawings to the construction solicitation, and I.H. oversight for construction period services Determine locations of asbestos and/or lead contamination, and water and moisture damage, working with the I.H. to uncover and assess hidden areas For asbestos and/or lead contamination: Determine the extent of abatement required within the construction limits of the project. Provide Air Monitoring Services during construction Review the I.H. report Produce a written report compiling all necessary information Subsurface investigation Investigate the subsurface for the location of the new facilities including all geotechnical investigations Provide all documentation from geotechnical study Provide geotechnical report Designs/Calculations/Investigations/Studies Abatement drawings and specifications Calculate, size, and design new facility based on all applicable codes, laws, rules, regulations, and requirements Calculations for HVAC, structural, seismic, etc. Provide detailed construction cost estimates Provide Final Construction Drawings (100% design package) Provide a statement of work for construction solicitation Design layouts, phasing plans, drawings, specifications, and other documents or information, as needed, to provide a complete construction package. Construction Period Services Provide consultation to the government, answer Requests for Information (RFIs), and other inquiries from the construction contractor, Contracting Officer, or Contracting Officer s Representative Provide personnel to monitor major construction Procure commissioning agent to act on behalf of the government Provide Final As-built/Record drawings DESIGN DEVELOPMENT: The A/E firm shall: Meet with Facilities, and other personnel prior to start of design to determined detailed requirements of work involved: Utilize existing building and site drawings furnished by the VA in conjunction with building and site drawings created from the necessary performance of on-site field investigations to accomplish work. Prepare rough sketches, if necessary, to solve possible problems in design throughout the contract. Follow VA Program Guide PG08-15 Volume C, and other applicable guidelines to design and survey as noted in Section 7 of this document. The A/E shall design the project and survey of this project to conform to the specifications, guides, handbooks and requirements of the VA Design Specifications at the following website http://www.cf.va.gov/til/spec.asp Other design criteria relevant to this project that are not contained within the VA Design Specifications must be obtained by the design A/E and comply with all applicable code requirements, and all Federal, State, and Local laws, rules and regulations. CONSTRUCTION DOCUMENTS: The A/E firm shall complete such further investigations to develop selected items into working drawings and specifications for issuance though the competitive bid process or through other bidding methods of procurement, specifically the SDVOSB program. In most instances, copies of the VA Master Construction Specifications will be available via the Internet, which will be edited and incorporated in the project specifications. In those instances where copies of the VA Master Construction Specifications are not available, the A/E shall develop the specification for incorporation into the project specifications. Copies of design guides, space criteria, room finishes, and other VA guidelines are also available via the Internet. Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and all other national codes. The A/E firm shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length. All necessary reports, specifications and other documents shall be prepared in MS Word and all drawings shall be prepared in AutoCAD and PDF. One (1) set each of CD-ROM computer disks containing all reports, specifications, documents and drawings will be required for the final submission of Construction Documents. All necessary reports, cost estimates and other documents shall be prepared in accordance with all applicable portions of the A/E Submission Instructions, Program Guide PG-08-15, Volume C. A/E firm shall submit the following: The number of print copies designated in Paragraph 9 Design Deliverables. A complete set of drawing files shall also be provided on a CD disc, which was created by AutoCAD Release 2015 or older software. A complete set of drawing files shall consist of, but not limited to, all files used to create or plot the drawing files: Xref files which should be Bound to the drawing file; OLE Object files; Image files; Custom Plot Style Table files; Any fonts which are not standard with AutoCAD. A/E firm shall adhere to the following CAD standards: AIA 3rd Edition Layer Standard guidelines shall be used, which are already built into the software use with full Layer Descriptions. Layer integrity must be maintained on all layers, for example all doors and only doors should be on layer A-DOOR. Object elements mixed up on more than one layer, which should be on one layer, will not be accepted. Only TrueType Fonts shall be used to create drawing files. All drawing sheets for Plotting shall be created in Paper Space on Layout tabs. Templates with border and title block will be provided by JJPVAMC. All drawing object elements shall be created in Model Space at real world size. No object elements are to be scaled in Model Space. All scaling of object elements shall be done in Paper Space View ports only. A/E shall develop 20% bid deducts in project design in order to reduce project cost if over projected budget and shall clearly display in construction documents and on the drawings as deducts so that the drawings can be removed if deducted. PROFESSIONALS: The A/E firm shall retain qualified and licensed engineers, Surveyors and any other related professionals to perform the survey and detailed design work of the items described in the Statement of Work. ESTIMATE SUBMISSION REQUIREMENTS: General - the A/E shall submit a construction cost estimate with the drawings at each project submission. This estimate shall show the cost of construction, which would be expected to be reflected by the construction contractors' bids, if the bids were submitted on the same date as the estimate. The level of detail for this estimate shall be consistent with the degree of completeness of the drawings being submitted. Simply stated, this means that if a construction element is shown, it must be priced; if it is shown in detail, it must be priced in detail. For detailed elements, "lump sum" or "allowance" figures will not be acceptable. Use of Forms - VA Form 10-6238, Estimate Worksheet: This form serves two purposes: To show the division of cost between labor and material for each cost item; and To extend the level of detail of an estimate beyond square foot cost summaries. The estimated costs shall include all labor, materials, mobilization, overhead, insurance, and applicable contractor markup. A/E may utilize their estimate worksheets if approved in advance by the VA. AS-BUILT/RECORD DRAWINGS: The A/E firm shall provide a clause in the specifications indicating the method by which a contractor will provide information (i.e., red line mark-ups ) to the firm to allow the firm to provide As-built/Record drawings upon completion of construction. The A/E firm shall submit the following: The number of print copies as designated in Paragraph 9 Design Deliverables. A complete set of As-built/Record drawings shall also be provided on a CD in both AutoCAD and PDF format. CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT: The A/E firm shall design to conform to the requirements of the following VA documents in preparing the design specified in this work order amendment. These documents can be found at the following website: www.cfm.va.gov/TIL/spec.asp. VHA Directive 1810 (Feb 6, 2017) Boiler and Boiler Plant Operations Requires per para 5.c(5) that VHA OCAMES be notified of pending boiler projects Para 5.c(6) provides on-site reserve fuel requirements Para 5.c(7) requires inspection by qualified 3rd party Para 5.c(8) requires qualified 3rd party review of design, inspection, startup, testing, commissioning, etc. Para 6 lists some other Boiler Plant related references VA Steam, Heating Hot Water, and Outside Distribution Systems Design Manual, Volume 1, Steam Boilers (Sept 2016) http://www.cfm.va.gov/til/dManual/dmSm01.pdf VA HVAC Design Manual http://www.cfm.va.gov/til/dManual/dmMEhosp.pdf Specific areas to emphasize include Chapter 4: Building Cooling and Heating Systems Section 4.4.1 Steam Heating System VA Sustainable Design Manual http://www.cfm.va.gov/til/sustain/dmSustain.pdf OCFM Alert ASHRAE 90.1-2013 Adopted by VA http://www.cfm.va.gov/til/sAlert/sAlert012.pdf Design and Construction Procedures, PG-18-3 Design Manuals, PG-18-10, Equipment Standard Details, PG-18-4 Equipment Reference Manual, PG-18-6 Equipment Guide List, PG-18-5 Master Construction Specifications, Program Guide, PG-18-1 VA Office of Construction & Facilities Management Design Manual (Dated: August 1, 2014) Asbestos Abatement Design Manual for New Hospitals, Replacement Hospitals, Ambulatory Care, Clinical Additions, Energy Centers, Outpatient Clinics, Animal Research Facilities, Laboratory Buildings National Codes and Standards (e.g., NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) VA Barrier Free Design- A Supplement to the Architectural Barriers Act Accessibility Standards (ABAAS) VA Electrical Design Manual VA Design Alerts VA Quality Alerts VA Drawing Title Box Layout Technical Summaries VA HVAC Design Manual Missouri Department of Natural Recourses Requirements Manual for Preparation and Issuance of Construction Solicitation and Contract Documents Minimum Requirements for A/E Submissions" for Minor and Minor Miscellaneous projects, Handbook H-18-15 Volume C National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) Uniform Accessibility Standards Electrical Design Manual for Hospital Project Fire Protection Design Manual CC. Estimating manual DD. USP 80 EE. Seismic requirements Other design criteria may be required to meet specific requirements of the design work scope that are not listed above, or are not available on the VA Office of Facilities web site. The A/E is responsible for obtaining and complying with all such criteria. PROMOTION OF FULL AND OPEN COMPETITION: The A/E firm agrees to assure specifications are not restrictive. Specifications will be based on performance criteria when possible and will not use brand names. If an occasion arises that the use of a brand name is necessary, the A/E will provide a justification including: Why the particular brand must be used or why a specification cannot be written (i.e., Proprietary design) The criteria of alternate items must be met to be considered equal. In the event that it is necessary to pre-qualify major components, the A/E firm will advise the Contracting Officer of such, so that the necessary action can be taken to establish a Qualified Products List. In addition to requirements of the special provisions, a certification will be provided stating the solicitation is not restrictive; it has been written to provide full and open competition; and will list at least three manufacturers who can supply major components or systems of the project. Meeting may require a site visit Discuss concept of project Ask/Address questions/concerns of project DELIVERABLES: Pre-Design Meeting: Survey Deliverable: Will require site visits Discuss concept of survey Email meeting minutes to COR Studies/Investigations and Information Narratives, Analyses, Studies, Calculations, Data, Email Documents to COR Preliminary survey report Final Report with recommendations and cost saving options. Email Documents to COR 10% Design Deliverable Site Visits Studies/Investigations Information Calculations Schematic 30% Submission: Construction Cost Estimate Email Excel doc to COR Narratives, Analyses, Studies, Calculations, Data, Initial Phasing Plan, and Construction Drawings Email Documents to COR List of VA Master and A/E produced Specifications Email Documents to COR Design Development (DD) 75% and 95% Submission: Construction Cost Estimate Email Excel doc/PDF to COR Narratives, Analyses, Studies, Calculations, Data, and Construction Drawings (1) Full Size complete set (3) Half Size in PDF & AutoCAD to COR List of VA Master and A/E produced Specifications (1) complete set on PDF & Word emailed to COR Construction Documents (CD) 100% Submission: Construction Cost Estimate (2) complete sets Narratives, Analyses, Studies, Calculations, Data, and Drawings (2) complete sets, via (1) Full size and (1) half size prints, and emailed/disc originals and PDF & AutoCAD to COR List of VA Master And A/E produced Specifications with (2) complete bound sets and also disc/emailed to COR As-Built/Record Drawings (As-Built) Project Close Out Submission: Narratives, Analyses, Studies, Calculations, Data, and Drawings (1) Full size Full Set, CD- ROM computer disks with all drawings listed in current version of AutoCAD & PDF in use by the VAMC, PDF s and all BIM models in Revit 2013 sent to COR DESIGN REVIEW AND COMPLETION SCHEDULE: The A/E shall perform the work required by this contract within the limits of the following schedule. Design Deliverable Deliverable Requirements Deadlines after Notice to Proceed Deadlines from Previous Deliverable Pre-Design/Survey Meeting 15 days Pre-Design/Survey Meeting Minutes 20 days 5 days Survey Preliminary Survey Report 25 days 5 days Survey Final Survey Report 40 days 15 days 10% Site Visits, Studies/Investigations Information, Calculations 50 days 10 days COR Review and Feedback 60 days 10 days 30% 30% Construction Drawings; Site Visits; Initial Specification Review; Initial Phasing Plan 75 days 15 days COR Review and Feedback 90 days 15 days 75% 75% Construction Drawings; Intermediate Specification Review; Initial Cost Estimate Review; Intermediate Phasing Plan 120 days 30 days COR Review and Feedback 130 days 10 days 95% 95% Construction Drawings; Final Specification Review; Final Cost Estimate Review; Final Phasing Plan 160 days 30 days COR Review and Feedback 170 days 10 days Final Final Construction Documents; Two (2) sets of Final Construction Drawings and Final Specifications; One (1) CD-ROM containing all Construction Documents, AutoCAD & PDG drawings 185 days 15 days As-Built/ Record Drawings One (1) set of As-Built Construction Drawings, ; One (1) CD-ROM containing all Construction Documents, AutoCAD & PDF drawings, Requests for Information, Invoices, Correspondence, LOTO, etc. 200 days (15 days) after Construction Close-Out The A/E shall provide Professional Architects and Engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following approximate days: TOTAL OF 200 DAYS The Contracting Officer s Representative will have 10 days after receipt of a Deliverable to thoroughly review and provide feedback. The final construction documents from this work shall be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals shall be identified by the COR at the Pre-Design Meeting. The Contracting Officer (CO) may schedule an additional Design/survey Review(s) as necessary when it is determined by the CO that such review(s) is/are required for satisfactory completion of A/E contract requirements. The A/E will be reimbursed for all additional review meetings, unless it is determined by the CO that such additional reviews were requested by the A/E, or were required due to the A/E s failure to meet contract requirements. A/E firm shall provide to the COR one (1) full size and two (2) half-size drawings of the 100% package. A/E shall also provide two (2) bound sets of 100% specifications to the COR for use during bidding and construction. CONSTRUCTION PERIOD SERVICES: The A/E firm shall provide such construction period services to allow the VA to supervise the contract on a daily basis with adequate support from the A/E firm. The design A/E shall answer Requests for Information, general questions, and other inquiries regarding the scope of this project. The items of support shall include, but not be limited to: Review of all technical submittals, shop drawings and other technical correspondence. Provide advice and consultation on questions raised by the VA or the contractor on technical matters. Answer Requests for Information (RFIs), and other inquiries from the construction contractor, Contracting Officer, or Contracting Officer s Representative. Provide sketches and cost estimates as necessary. The A/E firm shall provide adequate representation at all pre-bid and pre-construction conferences to answer questions from contractors and inform them of technical items which should be brought to their attention for a complete job. Provide personnel to monitor major construction. Procure commissioning agent to act on behalf of the government. Review Contractor prepared Changer Orders and breakdown of associated cost for reasonableness. Perform final walkthroughs with COR and Contractor. Provide As-build/Record drawings in the following format. 1 CD containing complete Auto CAD As-Built, and PDF s. (SEE SP B5 DESIGN DELIVERABLES) for more information. SITE VISITS: The A/E firm shall provide representatives to make periodic site visits during the construction to provide additional support to the VA in managing the contract. Site visits shall be a fixed cost per visit. General site visits and Final inspection. Formal documentation will be required for all site visits. Final inspection reports will be prepared by the A/E firm and submitted to the VA for issuance to the contractor. Estimated number of site visits is one (1) initial meeting with VA Staff, one (1) Pre-bid, one (1) Pre-Construction, one (1) Final Inspection, and five (5) general site visits. All site visits not subsequently used shall not be charged to the VA. MISCELLANEOUS: Existing drawings for building(s) included within the limits of this project will be provided to the A/E Consultant. Any drawings taken off the premises must be returned undamaged, and, if possible, returned along with an electronic copy via email in.PDF format to the Contracting Officer s Representative. Any drawings that are currently in electronic format will be sent to the design A/E via email through the Contracting Officer s Representative. As-built drawings have been found not to show the actual location, quantity, etc., of all building features, and should only be used as a general guide. The extent of drawing work required will include updating the existing building plan drawings that are in AutoCAD format within the project work scope. VA Engineering personnel will assist when site inspection procedures affect the functioning of any of the building utility systems. Some utility systems are critical. If a shutdown is required, it must be conducted during an evening or weekend, and scheduled with the VA in advance. The VA must be notified two (2) weeks prior to any utility interruptions. In accordance with 52.236-22, Design within Funding Limitation (APR 1984), the estimated cost for design for this project is between $250,000 and 500,000. PRIVACY AND SECURITY REQUIREMENTS Contractor work on site will follow PM 001-136D-17 Physical Access Control for Physical and Information Security. Prior to contractor's arrival on site, the COR will coordinate with Police Service to identify the number and names of contractors so that the Police Service can provide temporary badges. Additionally, the COR is responsible for coordinate with the service to arrange escorts. Contractor will complete "VA Privacy Training for personnel without access to VA computer information systems or direct access to use to VA sensitive information" prior to arriving beginning work. The COR will maintain a copy of training for all contractors in the contract folder. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1.   Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.   SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project # 657A4-17-905: FCA Replace Boilers, Building 7 for John J. Pershing VA Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below: Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. AE firms shall have licensed professional architects and engineers currently registered in the state which has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Healthcare planner, Engineers (to include Electrical, Mechanical, and Fire Protection), Interior Design Decorator, Estimators, and Project Managers. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities new construction and renovations to existing medical facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. Past Performance: the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. Firms with contractor and subcontractor employees identified in the SF 330 that will come from beyond that radius will result in the lower evaluated score for that factor. Also, in no case will travel costs for the awardee and their subcontractors be paid for any travel outside the 350-mile radius. It is strongly recommended that a presence within the 350 mile radius be maintained as the most feasible way to efficiently accomplish the work within the time and dollars allotted. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. ----END----
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517R0603/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-R-0603 VA255-17-R-0603_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3573563&FileName=VA255-17-R-0603-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3573563&FileName=VA255-17-R-0603-000.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: John J. Pershing VAMC;1500 N Westwood Blvd;Poplar Bluff, MO
Zip Code: 63901
 
Record
SN04541394-W 20170614/170612235045-68b3f22fa1ab0ccb4bc5d6c70feed921 (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.