Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
DOCUMENT

C -- AE Replace Domestic Water Mains - Attachment

Notice Date
2/8/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 328, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
36C24818R0356
 
Response Due
3/16/2018
 
Archive Date
5/15/2018
 
Point of Contact
Chris LaShure
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
7 THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (A/E) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This request is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. All information needed to submit SF330 Documents is contained herein. No solicitation package, technical information, or bidder/plan holder list will be issued. Federal Acquisition Regulations (FAR) 36.6 (Brooks Act) Selection Procedures Apply. The A/E Sources listed herein is being procured in accordance with Brooks Act (Public Law 92-582) as implemented in FAR 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in paragraph 3 (three) Selection Criteria. Firms deemed to be the most highly qualified, after initial source selection, will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. For a SDVOSB to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) VETBIZ (www.vip.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their SF330s. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF330 is submitted shall result in elimination from consideration. All Joint Ventures (JV) must be CVE verified at time of submission and submit an agreement that comply with 13CFR 125.15 prior to contract award. In order to assure compliance with FAR Clauses 52.219-27 Notice of Service Disabled Veteran Owned Small Business Set-Aside, 52.219-14(b)(1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, all firms submitting a SF330 for this Source Sought Notice are required to indicate what percentage of the cost of contract performance are to be expended on the concerns employees and in which discipline(s) and percentage of cost of contract percentage to be expended (and in what disciplines) by any other consultant/subcontracted or otherwise used small or large business entity(s). Any consultant, subcontractor, or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation process. The North American Industrial Classification System (NAICS) for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The future project s construction estimate is between $2,000,000 and $5,000,000. The anticipated award date of the construction phase of the project is unknown. The anticipated award date of the proposed A/E contract for design is on or before May 1, 2018. PROJECT OVERVIEW General: A/E shall provide evaluation, design, construction documents, and construction/post construction period services for Project 516-18-604 Replace Domestic Water Mains. A/E shall complete the following in accordance with professional standard practices and VA Design Guides, Manuals, and Requirements necessary to provide the following design and administration services: 1) Project Scope: Provide all labor, materials, tools, equipment, and administration services necessary for schematic design, design development, and construction documents of a project as described here and in addition to other specific tasks as further defined by this Scope of Design Services. This project will propose a new 12-inch domestic water main loop on the Bay Pines VAHCS Station. The proposed water main loop shall have tracer wire installed as part of this construction. i. The proposed loop will provide domestic water only to the Bay Pines VAHCS. ii. This project will separate the existing fire/utility loop from the domestic water loop. iii. The project will include separating the existing water tanks so they each serve a separate system; domestic and fire/utility respectively. iv. Design a proposed domestic water main loop parallel with the existing loop. v. The proposed loop will parallel the existing loop to the extent possible. a) The existing loop will remain in place as a fire suppression/utility loop. vi. Design shall determine if the proposed loop can be in the same trench as the existing loop where practical. a) All bedding and benching requirements shall be followed 1. Size the new line in accordance with all specifications and requirements of the system. 2. All fittings shall be mechanical. No pressure fittings or collars will be allowed. This will be stipulated in the construction documents. 3. Include flushing/sampling points on the new main. C. Design will replace existing domestic supply lines connecting to the existing water main loop with proposed domestic supply lines connected to the proposed domestic water main loop. Design will ensure each building with an existing water service will be disconnected from the existing water main loop and re-connected to the proposed domestic water main loop. i. Remove dead legs created by replacing existing potable water supply lines currently connected to the existing loop. Remove back to their source at the main. ii. Replace backflow preventers for Buildings 13, 20, 54/11, and 71. D. Design will add a redundant domestic supply line to Building 100. i. Perform any necessary re-piping within Building 100 to integrate the redundant domestic supply line. E. Reconfigure supply lines from water tanks so that Tank 1 (104) feeds the fire suppression/utility loop (the current existing loop) and Tank 2 feeds the proposed domestic water main loop. i. Design must be analyzed by a Certified Fire Protection Engineer to validate that this separation of the tanks and the designed piping layout will meet the requirements and specifications of the fire suppression line. F. Design shall include a valve plan that will ensure service can be maintained from both sides of the respective domestic and fire loop systems and continue supply of each independent from one another allowing for maintenance and/or repairs to be conducted without shutting down either respective loop. i. Valve plan to include valve markings and shut off plans. G. Design shall include testing, flushing, and disinfecting in the construction documents meeting VA specifications, jurisdictional requirement and plumbing codes. H. A/E shall be responsible for all environmental testing and permits required for the design. I. Design shall include a 50-foot wide topographic survey centered along the entire existing and proposed water main loop route(s). Topographic survey shall include each service line (fire and domestic) of the respective buildings they serve. A/E shall pot hole each utility or suspected obstruction crossing or appearing to be within 10-feet of the proposed loops and service lines. Pot holing shall accurately reflect the location, elevation, material type, and identification of each utility crossing or obstruction affecting the design and construction of the project. Datum shall be USGS. i. Construction documents shall include plan and profile sheets identifying utility crossings and/or obstructions affecting the proposed water main loop. Plan views shall accurately show location and type of utilities and/or obstruction within 10-feet of either side of the route. Profiles shall accurately show location, elevation, and type of utility or obstruction. Location in both profile and plan views shall be tied to stationing. J. A Storm Water Pollution Prevention Plan (SWPPP) shall be made part of the construction documents. Best Management Plans (BMPs) and South Florida Water Management District (SFWMD) water quality and erosion control plans shall be made part of the design. K. Design shall include means and methods regarding the protection and stabilization of existing utilities, structures, roadways, walkways, utility crossings or any other existing structure or obstacle affected by the construction of this project. L. Design shall incorporate the use of directional boring where feasible or necessary to maintain accessibility to building and/or eliminate road and walkway closures. M. The Station will remain open and in operation during the construction of this project. i. Design shall be phased to ensure there are limited closures or outages during construction. ii. Traffic/Pedestrian wayfinding control shall be made part of the phasing and construction document plans and specifications. The construction Contractor shall be responsible for providing the setup, maintenance, and manpower necessary to implement traffic/pedestrian control throughout the life of the construction contract. Design of traffic/pedestrian wayfinding and control shall utilize the latest Municipal Uniform Traffic Control Design (MUTCD) as guidance and design parameters. iii. Access in and around the Station and it buildings shall be phased into the project. iv. An emergency management plan will be incorporated into the phasing plan and made part of the construction documents. Emergency access shall remain available throughout the Station for each proposed phase. v. No area of the station or building will be isolated. vi. Alternate routes for roadways and walkways and alternate access to buildings and facilities will be incorporated into the construction documents and phasing plans. N. A/E shall perform value engineering analysis to maintain the project within the approved budget. i. Design must include deduct alternates up to 20% of construction cost. O. Construction documents shall include proposed schedules, timelines, and phases. P. Where this design affects fire pumps or the piping within any pump house, commissioning services shall be required prior to startup and validation of system operation based upon design intent criteria. Commissioning shall be incorporated into the design, construction documents, and construction period services of this project. A/E shall provide tracking and monitoring system for commissioning services. Q. Coordinate construction and fire protection drawings and documents with other projects being performed. R. Produce life safety and fire protection plans as part of these construction documents in full compliance with NFPA codes and VA directives. 2) A/E FIRM SELECTION Firms responding to this announcement by submitting a qualifying SF 330, before closing date and time will be considered for initial selection evaluation. Following initial evaluation of SF 330s received firms that are considered the mostly highly qualified to provide the type of services required; will be selected for interviews/discussions/negotiations. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer (CO) knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects identified on the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. 3) SELECTION CRITERIA: Selection will be based on the following criteria which are provided in descending order of importance: Professional qualifications necessary for satisfactory performance of required services and working together as a team (in house and/or consultant(s)). The firm, and A/E on staff, representing the project and signing/stamping drawings in each discipline must be licensed to practice in the State of Florida under Florida State Law requirements. Provide Professional License numbers and or proof of License. Provide a balanced licensed workforce to include, but not limited to, the following disciplines. Project Management. Safety and Fire Protection Engineer (SFPE) as Certified Independent Third Party (CITP). Architectural/Structural Mechanical Electrical Civil Environmental Specialized experience and technical competence in the type of work required, including, where appropriate, experience in utility design, pollution prevention, waste reduction, environmental impact reduction and geologic work inclusive of private and government experience and the ability to produce quality designs as evidenced by a Quality Assurance/Quality Control program, production of Life Safety/Fire Protection plans, Logistics and/or VA Hospital environment, phasing, cost estimating effectiveness, i.e., on-time/within budget, and compliance with established VA Construction Program Requirements located at http://www.cfm.va.gov/til/spec.asp. Specific experience and qualifications of personnel proposal for assignment to the project and their record of working together as a team. Capacity to accomplish work in the required time. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to complete the project, within mandated schedules. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past Performance will be based on CPARS/ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on past performance from the previous five (5) years. Location in general geographical area of the project and Knowledge of the locality of the project; (It is expected that your SF 330 submittal will show your knowledge of the locality project). SDVOSB firms desiring consideration must have a working office (corporate HQ/branch office) located within 250 miles from the VA Medical Center, Bay Pines, FL. (Determination of mileage eligibility will be based on www.mapquest.com). Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (Awards, Outstanding Merits, Recommendations). Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The selected A/E should have previous experience in the design of domestic water main renovations on healthcare facility and provide documentation of a least two (2) design projects of this nature with references, names and phone numbers with their SF330. 4) SUBMISSION CRITERIA/REQUIREMENTS Interested firms having the capability to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to chris.lashure@va.gov no later than 3:00 PM, Eastern on March 16, 2018. All SF 330 submissions shall be clearly indicated in subject line, displaying the RFP number and project title (abbreviated and shortened is okay), Size limits of emails are limited to 5MB. If more than one email is sent, please number emails in Subject line as 1 of 2, 2 of 2 etc. Example: SF 330 Submission, 36C24818R0356 Replace Domestic Water Main at the C.W. Bill Young VA Medical Center, Bay Pines, FL. SF 330 submissions received after March 16, 2018 will not be considered and will be handled IAW FAR 15.208(b). All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code Dun & Bradstreet Number Tax ID Number The Email address and Phone number of the Primary Point of Contact. REQUESTS FOR INFORMATION (RFI) ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to chris.lashure@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than, 5:00 PM Eastern on March 2, 2018. The firm and/or principals representing the project must be licensed in the State of Florida IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: http://www.myfloridalicense.com/dppr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca NCARB rules for all States and PR/VI on architectural licensing By responding to the Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/36C24818R0356/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818R0356 36C24818R0356.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4074665&FileName=36C24818R0356-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4074665&FileName=36C24818R0356-000.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: CW Bill Young VAMC;10000 Bay Pines Blvd;Bay Pines, FL
Zip Code: 33744
 
Record
SN04816491-W 20180210/180208231111-eea24732e3a3cb59b7eee56e68546072 (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.