Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
DOCUMENT

C -- Upgrade HVAC System & Fan Coil Units Building 57 Project No. 542-11-103 - Attachment

Notice Date
6/13/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA 19320
 
ZIP Code
19320
 
Solicitation Number
VA24417R1080
 
Response Due
7/13/2017
 
Archive Date
9/11/2017
 
Point of Contact
Elizabeth Morin
 
E-Mail Address
Contracting Officer
(elizabeth.morin3@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
3 of 14 ACQUISITION INFORMATION: The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-11-103, Upgrade HVAC & Fan Coil Units Building 57. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. 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 from qualified firms that meet the professional and set aside requirements listed in this announcement. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. Existing Buiding Overview: Building #57 is a building located within this campus s second oval constructed in the early 1940 s time frame and is a brick and masonry constructed building consisting of 2 floors and the basement which is at ground level for the most part. Scope of Work: A. Existing HVAC Systems Overview: Ventilation Systems: Building 57 is ventilated by two 100 percent outside air modular air handling units (AHU) located in the attic. Each of these existing units have a two-bank pre-filter section with 30 percent panel and 85 percent bag filters, energy recovery coil, steam pre-heat coil, direct steam humidifier, chilled water cooling coil and supply fan. The energy recovery coils for both AHU were part of an energy recovery runaround loop utilizing 30 percent ethylene glycol. This energy recovery loop has been abandoned. Heating System: A steam PRV in the basement mechanical room reduces medium pressure steam (approximately 60 psi) from the central boiler plant to LPS (approximately 15 psi) for the AHU steam pre-heat coils and for the steam to heating water converter. This heating water is pumped by two lead/lag end suction pumps located in the basement mechanical room to 4-pipe fan coil units (FCU) throughout the building. Cooling System: Chilled water from the central chiller plant is pumped by secondary chilled water pumps located in the basement mechanical room to the AHU cooling coils and to FCU located throughout the building. This chilled water system is being converted to a variable flow system. B. Project HVAC Scope: The project will comprehensively renovate the attic mechanical room and subbasement pump/service room, and will upgrade the HVAC system, including replacement of all fan coil units within this building for this project. This project includes the replacement of all of the building's main HVAC equipment and shall include all necessary work for complete and functional systems in accordance with the Department of Veterans Affairs (VA) requirements, industry standards and all applicable code requirements. The systems and equipment must maximize energy efficiency to the extent practical. In general, the redesigned HVAC system must condition the building without the use of FCU except where allowed by VA Central Office. This project must provide complete functioning systems in existing-to-remain areas of the building. The scope of work includes but is not limited to the following: Evaluation of existing conditions, Architectural programming and design charrettes as required, Sizing calculations, Providing recommendations and cost estimates, Implementing value-engineering decisions to meet required construction budget, Involvement of a certified industrial hygienist (CIH) to incorporate the necessary guidance in the construction documents as applicable, Providing submittals and final documents as indicated below. C. The Following Investigative Work shall also be included Within the Scope of this Project: Perform a Code analysis to insure that the applicable Codes are being applied. Provide any civil, structural, architectural, electrical and mechanical investigative work necessary for properly designed and coordinated systems and elements. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Take digital photos of site major features and connection points. Digital format must be compatible with VA software. VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits. D. Other Complete review and analysis of contractor's project cost proposals. Provide a Commissioning agent acceptable to both the A/E as well as the VA to commission the necessary systems as required by VA standards for Commissioning at the end of the project as well as be involved during the design period. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory 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. He shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Representative (COR), request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay. Construction period site visits as required. Include ten (10) half-day visits; four (4) hours each for budget purposes. Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover. Infection Control: The "Pre-Construction Risk Assessment (PCRA)", shall be completed and incorporated into the final construction documents. The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide to the COR a complete set of mylar as-built drawings and compact disks (CD) of electronic contract documents as described in Article III, CONSTRUCTION PERIOD SERVICE REQUIREMENTS, below. E. Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission CD compact disk requirements include: Drawings in AutoCAD 2010 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines. II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: This article specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review, and the due dates for each submission. Available reference materials pertinent to the design and submittal requirements are indicated in Article IV, AVAILABLE REFERENCE MATERIALS, below. Submissions must be complete in accordance with this attachment and all referenced materials. COR acceptance of each submission is required before proceeding to the next submission. The A/E shall complete the design within 240 days. A. Concept designs- The objective is to recieve several concepts designs together for the end users to review and pick what works best for them. A Charrette meeting will be held with all end users before the concept design begins to gain information and ideas and then a review meeting will be held once concepts are complete to get input as to what works best for the facility. This will be designated as the 20% and will be due for first meeting with staff within 15 days of notice to proceed with a concept review meeting to be held within 20 days of that for concept approvals. 50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents. Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. 50% construction documents are due 140 days after Notice to Proceed. Submittal Letter: The A/E shall provide separate submittal letters addressed to each of the above recipients listing the documents submitted. Specifications: The A/E shall provide full sets of hand-edited project specifications, bound and assembled. Include a complete index and all legal documents provided by the Contracting Officer. Drawings: The A/E shall provide full sets of project drawings as follows: A title sheet with drawing index and department index for all drawings. Abbreviations and Symbols Lists for each discipline. Measured drawings (to scale) of existing systems and facilities to be demolished or retained. Clearly show the points/lines of termination between demolition and existing-to-remain. Use differing line weights and types to further accent the portions to be demolished. Measured drawings of new work at the appropriate scales. Clearly indicate points of connection to existing systems. Use differing line types for existing-to-remain. Use bolder line weights as appropriate to visually enhance all new work. Drawings for each discipline incorporating all applicable standard details. Architectural: All floor plans shall indicate room names. All new work shall be dimensioned. Provide building elevations and sections where applicable. Provide wall sections for all different conditions. Civil: Provide plans for all site work, including utilities and datums. Mechanical/Plumbing: All piping mains and major branches must be sized. Provide site plans where applicable. Provide separate plans for mechanical equipment rooms at a minimum scale of 1/4" = 1'-0" showing all equipment access requirements. Provide flow or riser diagrams for all systems applicable to the project. Schedule all equipment and fixtures, incorporating all principle data. Provide sequences of operation for all new equipment either in the drawings or in the Specifications. Electrical: Provide separate plans / viewports for lighting, power, lightning protection, cathodic protection and any special systems as applicable. Circuiting must be indicated on plans and the panels for each circuit identified. Panels and new transformers must be shown on the plans. Size all new major equipment and new feeders. Provide complete single line diagrams. Provide preliminary lighting fixture schedule for all new lighting. Fire Protection: Identify all fire and smoke partitions, barriers and walls on the plan drawings of all disciplines involved in the project. Refer to the existing life-safety plans for existing facilities. Provide revised life-safety plans when revisions are included in the project. Provide an input/output fire alarm matrix, indicating all responses to signals from detectors and alarms and interfaces with HVAC air handling systems, elevators and kitchen extinguishing systems, where applicable. For fire protection design (where applicable), design in accordance with the Fire Protection Design Manual as referenced in Article IV below. Refer also to Program Guide PG-18-15B & C for submission requirements. All drawings shall comply with Topic 02 of VA Program Guide PG-18-3 and the VHA National CAD Standard Application Guide as referenced in Article IV below. All drawings must be clearly marked "Construction Documents 50% Review". Calculations: The A/E shall provide a copy of engineering calculations pertinent to the design for each system or equipment selection. Cost Estimate: A/E shall provide a detailed cost estimate and ensure that the following items are included: Certification that the quantities have been checked and found to be correct. All estimates shall be based on the most up-to-date working drawings available and shall be current as of the date of submission. Materials shall be priced at the contractor's buying level. Sales taxes, when applicable, shall be added into material costs. Labor rates used in the estimate shall be the current rates issued by the Department of Labor under the Construction Wage Rate Statute. These rates may be accessed through the VA Office of Construction and Facilities Management (CFM) website as indicated in Article IV below. The cost estimate shall be built utilizing Microsoft Office Excel 2010. Cost totals shall reflect labor and materials separately. Organize the estimate in accordance with VA Form HO-18B as referenced in Article IV below. Provide subtotals for all disciplines involved. Itemize the estimate by system components and equipment or by categories as appropriate. Show the addition of 10% overhead and 10% profit. This submission will be reviewed and a review meeting with the A/E will be held within 15 days after submission receipt. 95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are substantially and technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. 95% construction documents are due 210 days after Notice to Proceed. Submittal letter: The A/E shall provide separate submittal letters addressed to each of the above recipients listing the documents submitted. Incorporate by attachment the A/E response to review comments for the 50% Review Submission and indicate how the comments have been incorporated into the 95% Review Submission. Specifications: A/E shall provide full sets of edited, bound, assembled and typed project specifications including all legal documents provided by the Contracting Officer. Drawings: A/E shall provide full sets of project drawings as follows: A title sheet with drawing index and department index for all drawings. Abbreviations and Symbols Lists for each discipline. Measured drawings (to scale) of existing systems and facilities to be demolished or retained. Clearly show the points/lines of termination between demolition and existing-to-remain. Use differing line weights and types to further accent the portions to be demolished. Measured drawings of new work at the appropriate scales. Clearly indicate points of connection to existing systems. Use differing line types for existing-to-remain. Use bolder line weights as appropriate to visually enhance all new work. Drawings for each discipline incorporating all applicable standard details. Architectural: All floor plans shall indicate room names. All new work shall be fully dimensioned. Provide building elevations and sections where applicable. Provide wall sections for all different conditions. Provide interior elevations. Provide large scale equipment plans as applicable. Provide complete and coordinated reflected ceiling plans. Civil: Provide plans for all site work, including utilities and datums. Mechanical/Plumbing: All piping must be sized. All work notes must be incorporated. Provide site plans where applicable. Provide separate plans for mechanical equipment rooms at a minimum scale of 1/4" = 1'-0" showing all equipment access requirements. Provide flow or riser diagrams for all systems applicable to the project. Schedule all equipment and fixtures, incorporating all principle data. Provide all sequences of operation for all new equipment either in the drawings or in the Specifications. Provide completed control diagrams. Electrical: Provide separate plans / viewports for lighting, power, lightning protection, cathodic protection and any special systems as applicable. Circuiting must be indicated on plans and the panels for each circuit identified. Panels and new transformers must be shown on the plans. All wiring and conduits must be size. All new equipment must be selected and fully scheduled. All panel schedules must be fully tabulated. Provide complete single line diagrams. Provide complete lighting fixture schedule for all new lighting. Fire Protection: Identify all fire and smoke partitions, barriers and walls on the plan drawings of all disciplines involved in the project. Refer to the existing life-safety plans for existing facilities. Provide revised life-safety plans when revisions are included in the project. Provide zoning of any new fire alarm initiating devices. Provide an input/output fire alarm matrix, indicating all responses to signals from detectors and alarms and interfaces with HVAC air handling systems, elevators and kitchen extinguishing systems, where applicable. For fire protection design (where applicable), design in accordance with the Fire Protection Design Manual as referenced in Article IV below. Refer also to Program Guide PG-18-15B & C for submission requirements. All drawings shall comply with Topic 02 of VA Program Guide PG-18-3 and the VHA National CAD Standard Application Guide as referenced in Article IV below. All drawings must be clearly marked "Construction Documents 95% Review". Calculations: The A/E shall provide a copy of engineering calculations pertinent to the design for each system or equipment selection. Cost Estimate: A/E shall provide a revised detailed cost estimate and ensure that the following items are included: Certification that the quantities have been checked and found to be correct. All estimates shall be based on the most up-to-date working drawings available and shall be current as of the date of submission. Materials shall be priced at the contractor's buying level. Sales taxes, when applicable, shall be added into materials costs. Labor rates used in the estimate shall be the current rates issued by the Department of Labor under the Construction Wage Rate Statute. These rates may be accessed through the VA Office of Construction and Facilities Management (CFM) website as indicated in Article IV below. The cost estimate shall be built utilizing Microsoft Office Excel 2010. Cost totals shall reflect labor and materials separately. Organize the estimate in accordance with VA Form HO-18B as referenced in Article IV below. Provide subtotals for all disciplines involved. Itemize the estimate by system components and equipment or by categories as appropriate. Show the addition of 10% overhead and 10% profit. This submission will be reviewed and a review meeting with the A/E will be held within 15 days after submission receipt. Final Submission of Construction Documents Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. Final construction documents are due 10 days after the 100% (or 95% if applicable) design review meeting. Submittal Letter: The A/E shall provide separate submittal letters addressed to each of the above recipients listing the documents submitted. Incorporate by attachment the A/E response to review comments for the previous submission and indicate how the comments have been incorporated into the Final Construction Documents. Seal of A/E: Each Contract Drawing shall bear the seal and signature of the registered professional architect or engineer responsible for its design. Before the final contract documents are issued for bidding, a principal of the A/E firm under contract to the VA will be required to provide a signed certification that all drawings and calculations have been properly signed and sealed by the appropriate individual for each discipline, in accordance with the rules and regulations of the local State licensing authority. This certification shall be forwarded to the Contracting Officer upon the completion of the Contract Documents. Drawings and Specifications. Specifications shall be bound and have a clear plastic front cover and a back cover (spiral bound as made by GPC) as approved by the Contracting Officer. Drawings shall be full & half size in quantities listed. All drawings must be clearly marked "Final Construction Documents." A final cost estimate based on final design documents. A/E shall provide digital versatile disks (DVD) or compact disks (CD) as indicated in the table above. All disks shall be clearly labeled with the project name and number, the A/E name and either "Construction Documents" or "VA-FES copy" as required. The disks shall include files as follows: The "Construction Documents" disk shall include all construction documents (drawings and specifications only) in Adobe PDF format. The "VA-FES Copy" disk shall include final drawings in both AutoCAD (.dwg) format, specifications in Microsoft Word 2010 (.docx) format, final estimate in Microsoft Excel 2010 (.xlsx) format, a copy of all calculations and all construction documents in Adobe PDF format. III. CONSTRUCTION PERIOD SERVICE REQUIREMENTS. Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omissions of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate. Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within ten (10) working days, or as otherwise required by the Contract. Review of Change Order Requests and Requests for Information (RFI): The A/E shall respond promptly to all Change Order Requests and Requests for Information as required by the Contract. Site Visits: The A/E shall provide up to ten (10) half-day visits; four (4) hours each. Construction Phase site visits including the final inspection when requested by the COR. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. Testing and Commissioning Responsibilities: The A/E will incorporate into their construction period of services fees need for any third party testing in regards to concrete testing, Asbestos third party testing for the VA s testing specified needs and any commissioning necessary during the construction phase and upon completion of the construction. The third party test and commissioning companies will be agreeable by both the A/E and the VA before the acquisition of these companies. It is also necessary for the commissioning agent agreed upon to be active with the actual designing of the systems to accomplish a smooth and proper transition of the newly constructed area to the VA. A/E cannot act as their own commissioning agent "As-Built" Document Requirements: Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide a complete set of mylar as-built drawings and two compact disks (CD) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A/E title block information erased per A/E requirements. Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (CD) to the COR, each containing this complete set of the final specifications in Adobe PDF format. IV. AVAILABLE REFERENCE MATERIALS: Prints of the station site, utility drawings and building floor plans may or may not be available. The accuracies of these drawings are not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E. A/E Submission Instructions for Minor and NRM Construction Program: Program Guide PG-18-15 Volume C, November 2008 available on-line at http://www.cfm.va.gov/til/aeDesSubReq.asp. Otherwise, navigate as follows: Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "A/E Submission Rqmts" link under "TIL Quick Links" heading in the middle of the web page "Volume C - Minor and NRM Projects" link under "Design Submission Instructions (PG-18-15)" Additionally, the A/E Submission Instructions for Major New Facilities, Additions, & Renovations: Program Guide PG-18-15 Volume B, October 2010 revised August 1, 2013, has information regarding the levels of documentation suitable for each submission. It is available on-line from the same web page. Download from the Technical Information Library (TIL) copies of the Master Construction Specifications list and unedited copies of each specification section applicable to this project as determined by the A/E. The VA unedited master Specifications are available on line from the Technical Information Library at http://www.cfm.va.gov/til/spec.asp. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "PG-18-1 Master Construction Specifications" link under the "VA Standards for Construction by Number" heading near the bottom of the web page Drawing Requirements Overview: Refer to "Topic 02 Drawings" from the VA Program Guide PG-18-3, available on line in the TIL (Technical Information Library) at http://www.cfm.va.gov/TIL/cPro.asp. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "PG-18-3 Design and Construction Procedures" link under the "VA Standards for Construction by Number" heading near the bottom of the web page "Topic 02 Drawings" link from the list on the web page CAD deliverables must conform to the current US National CAD Standards as modified by the 2006 VHA National CAD Standard Application Guide, available on line at http://www.cfm.va.gov/til/cad/CADFiles.zip. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "PG-18-4 Standard Details and CAD Standards" link under the "VA Standards for Construction by Number" heading near the bottom of the web page "VA CAD Standards" link from the list of Divisions in the middle column of the web page (and above the links to Standard Details) CADFiles.zip link near the bottom of the list under the heading CAD Standards Additionally, the plot style table (NCS.ctb), the linetype definition file (NCS.lin), and the AutoCAD Title Block (titleBlock.dwg) and Title Block Info (titleBlockInfo.dwg) blocks are included in the same.zip file. One copy of the legal documents and bidding forms applicable to this project. Contact Acquisitions Management Service (AMS) Contracting Officer as listed in the solicitation. Metric Requirements: Construction Subcommittee of the Interagency Council on Metric Policy Metrication Operating Committee. Metric Guide for Federal Construction First Edition. Washington: National Institute of Building Sciences, 1993. Available on line in the TIL (Technical Information Library) at http://www.cfm.va.gov/CFM/TIL/metric/metricGuide.doc. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "Design Criteria" link under "CFM TIL RESOURCES" in the outline menu at the right side of the web page Metric link under Single Topic Requirements & Studies heading in the middle column of the web page "Metric Guide for Federal Construction" link under "Metric" heading in the middle column of the web page Cost Estimates: Review the Manual for Preparation of Cost Estimates & Related Documents for VA Facilities, available from the following link: http://www.cfm.va.gov/til/dManual/dmCost.pdf. Otherwise navigate as follows: Office of Construction and Facility Management (CFM) web site (http://www.cfm.va.gov/) Click on Cost Estimating listed under CFM Resources on the right side of the web page) "Manual for Preparation of Cost Estimates" link in the middle of the web page under the Cost Estimating heading. Labor Rates: Current Construction Wage Rate Requirements labor rates are available on-line at http://www.wdol.gov/. This link can be accessed through the CFM web site as follows: CFM web site (http://www.cfm.va.gov/) Contracting Information link (from menu on right side of web page) "Wage Rate Determination" link under the heading, "CFM RESOURCES", on the right sideof the web page I. Energy, Water Efficiency and Renewable Energy: The A/E shall specify in the construction design specifications the use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness.   The A/E shall also consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications. Energy-consuming products must comply with the following applicable requirements. When acquiring energy-consuming products listed in the ENERGY STAR ® Program or Federal Energy Management Program (FEMP): Agencies shall purchase ENERGY STAR ® or FEMP-designated products; and For products that consume power in a standby mode and are listed on FEMP s Low Standby Power Devices product listing, agencies shall Purchase items which meet FEMP s standby power wattage recommendation or document the reason for not purchasing such items; or If FEMP has listed a product without a corresponding wattage recommendation, purchase items which use no more than one watt in their standby power consuming mode. When it is impracticable to meet the one watt requirement, agencies shall purchase items with the lowest standby wattage practicable; and Information is available via the Internet about ENERGY STAR ® at http://www.energystar.gov/index.cfm?fuseaction=find_a_product.; and FEMP at http://energy.gov/eere/femp/energy-efficient-product-procurement V. Evaluation Criteria: The A&E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance. Team Proposed for this Project Background of personnel Project manager Other Key Personnel Consultants Previous Experience of Proposed Team Project Experience ( Psychiatric Unit, Hospital, VA Medical Center) At least two similar projects in size and scope Proposed Management Plan Design Phase Construction Phase Project Control Techniques planned to control the schedule and cost Personnel responsible for schedule and cost control Estimating Effectiveness a. Ten most recently bid projects Response Time (RFI, Submittals, Change Orders - Percentage in relation to total amount.) Prime Firm Consultants Proposed Design Approach a. Architectural b. Structural c. Environmental d. Electrical e. Plumbing f. Mechanical Miscellaneous Experience and Capabilities Experience in NFPA 70E and 101 Life Safety Code b. Industrial Hygienist VI. Contract Award Procedure: Interested A&E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Building 19S, 1400 Black Horse Hill Rd., Coatesville, PA 19320 by close of business (4:30 PM, EST), July 12, 2017. A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 17 funding. Magnitude of construction project estimate is between $1,000,000 and $2,000,000. (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R1080/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-1080 VA244-17-R-1080.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3579048&FileName=VA244-17-R-1080-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3579048&FileName=VA244-17-R-1080-000.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;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
Zip Code: 19320
 
Record
SN04542487-W 20170615/170613234656-55fa1871ab5fe57ca8609a975b0eb079 (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.