Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
DOCUMENT

C -- Design Services for Project, 436-13-106, Thermal Improvements for the Montana VAMC in Fort Harrison, MT. - Attachment

Notice Date
2/14/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25912R0221
 
Response Due
2/20/2012
 
Archive Date
4/20/2012
 
Point of Contact
Tracy Lynn Jackson
 
E-Mail Address
jackson2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. This document does not obligate the Government to award a contract. The Network Contracting Office, 4100 E. Mississippi Ave #900, Glendale CO 80246 is performing market research to determine if there is a sufficient number of qualified (1) Service Disabled Veteran Owned Small Business firms to set aside an A/E Design project, referencing the following VAAR clause, 852.219-11 below. The Government will use responses to this notice to make to appropriate acquisition decision. After the responses to this announcement are reviewed the Government may issue a Request for Proposal for SF330's for Thermal Improvements under NACIS code 541330, Engineering Services. All interested offerors will have to respond to the formal solicitation announcement in order to be considered eligible for selection. Any information submitted by respondents to this notice is strictly voluntary. There will be no reimbursement made for any costs associated with providing information in response to this announcement. Reponses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. If the Government chooses to post a solicitation at a later time it will be posted on the fedbizops website. VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteranowned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) DESCRIPTION: Scope of Work The VA Montana Healthcare System requires the services of a qualified Architect / engineer (A/E) firm to provide design services resulting in complete construction documents facilitating the completion of the following tasks: AC-1 and S-1 Renovations AC-1 and S-1 are two large air handlers that serve a mixture of administrative and clinical space and provide4 a total of more than 40,000 cubic feet per minute (cfm). These units operate near full load continuously as the load is driven by requirements in small departments that the larger units serve. The existing return air system provides only about 8,000 cfm, requiring the vast majority of the supply air to be outside air. This large volume of outside air is drawn from a singular sizable intake for both units. Design a centralized roof-mounted and controlled return air system or energy recovery ventilator (ERV) to collect unnecessarily exhausted air totaling approximately 15,000 cfm. Control this system in conjunction with the demand from the air handling units. Design for the installation of and provide a sequence of operations for branch control dampers and/or VAV boxes to allow scheduling of individual areas to unoccupied setting while allowing other areas to operate as constant volume zones based on a constant duct static pressure. Design modifications to air handling systems to enable a constant duct static mode of operation. AC-2 Reconfiguration AC-2 currently serves OR#3 and OR#4 and a significant amount of adjoining space with less stringent HVAC criteria. This unit current operates at full load continuously and utilizes 100% outside air. Design a system reconfiguration involving changes to equipment and controls that allows for return air and energy recovery from exhausted air that is controlled to meet VA HVAC standards for Operating Rooms. Additionally, provide controls for the system that allow for an unoccupied setting that can be overridden in the event of unscheduled emergency surgeries. Lab ERV Installation The current lab HVAC system consists of a 15,000 cfm constant volume system that utilizes 100% outside air. All 15,000 cfm is currently exhausted through a single exhaust fan on the roof with no energy recovery. Design an ERV system capable of servicing 15,000 cfm of exhaust air from lab space. Allow the system to utilize an economizer mode and design in compliance to VA HVAC standards for lab spaces. Laundry Evaporative Cooling Replacement The current laundry evaporative cooling system consists of two direct/indirect units, both of which are in very poor condition and are not controlled adequately. Design a one to one replacement of the existing evaporative cooling equipment capable of direct and indirect cooling of incoming air. Replace existing controls with a supply fan VFD that reduces supply air based on space set point temperature. Control operation with a schedule allowing for unoccupied mode when the area is not in service. Supplemental Cooling Spaces in CT and heart catheterization produce significant operational heat and are currently served by area air handling units and supplemental in-room water cooled supplemental cooling equipment. The ambient heat load in these rooms drive the air handler loads significantly, requiring a much colder discharge to adjoining spaces that often have to be reheated. Design a supplemental cooling system such as a split system that can provide extra cooling to these locations. The new unit should be sized adequately to meet all cooling loads for the spaces to enable the air handling units to operate at a more appropriate discharge air temperature. This system must be capable of operation year around. The complete system should be 50% oversized to accommodate future expansion. Infiltration Reduction Design Air Curtains in all primary entrances not currently served by a simulate product or controlled with a vestibule as well as identified loading docks on the main hospital, warehouse, fire station, and grounds building. A/E Requirements The anticipated construction cost associated with this design is expected to range between $800,000 and $1,000,000. The VA expectation is that the A/E will provide sufficient design services to utilize this entire construction budget. The A/E must conduct adequate site investigation, provide all necessary deliverables, site visits, construction document reproduction, and construction period services as described below within the constraints of the schedule provided during design. Site Investigation The A/E is responsible to conduct appropriate site investigation to obtain all information necessary to complete design activities. The VA will provide reference documents to the extent possible but does not guarantee the accuracy of such documents. Responsibility to verify all necessary information to complete design services belongs to the A/E. Deliverables The A/E will provide itemized construction cost estimates for a number of options beginning with the 30% submission and continuing through the construction documents, from which the VA may choose to modify scope to reflect the anticipated construction budget, limiting design activities only to those items that can be provided within the cost limitations. This cost estimate shall be carried forward and modified to reflect changes on each subsequent submission. Design of the previously described systems must meet all applicable codes, regulations, and standards. This includes but is not limited to NFPA Codes, NEC, EPA, DEQ Regulations, OSHA 1926, and TJC Standards. Additionally, the A/E is required to meet all applicable laws and regulation not explicitly stated in this document. Design efforts and products shall be conducted and produced in compliance with VA Publications including Master Construction Specifications, Design Guides, and CAD Standards (http://www.cfm.va.gov/TIL). Compliance with public law regarding energy utilization is required, therefore selected products must be modeled and have properties that meet or exceed the performance standard specified in ASHRAE 90.1-2004 by 30% as required by EISA 2007. A/E submissions are to comply with the requirements stated in PG-18-15 Volume C. The design submissions shall consist of progressively more complete documents consisting of the following: Schematic Design (30%) This submission shall include site plans and details of each design item that reflect existing conditions, indicate any demolition, and identify location of new equipment. Preliminary equipment specifications are to be provided. Each system should have a corresponding cost estimate breakout on the full construction cost estimate. Specifications are not required with this submittal. The VA will request modifications as appropriate as review comments. The submittal shall be provided as three full format hard copies and are to be mailed. Additional documents such as construction cost estimates and window specifications are to be provided electronically. Schematic Design (50%) This submission shall include analysis of each task to demonstrate compliance to ASHRAE 90.1 as previously stated. 30% drawing are to be expanded to provide mechanical and electrical detail. Initial specifications derived from the VA master specification are to be provided with this submittal. The specification will include a table of contents, a drawings index, and a full submittal log. The submittal shall be provided as three full format hard copy drawings and one bound specification as well as an electronic word document. Hard copies are to be mailed and electronic submittals are to be provided via email or hosted on an independent site to be accessed by the VA. Additional documents such as energy analysis results and construction cost estimates are to be provided electronically. Design Development (90%) The drawings on this submittal shall be complete in representing all sheets to be included in the final production set. All necessary details and specification sections are to be incorporated into this submittal. The submittal shall be provided as three full format hard copy drawings and one bound specification as well as an electronic word document. Hard copies are to be mailed and electronic submittals are to be emails or hosted on an independent site to be accessed by the VA. Supporting documentation is to be supplied electronically. Construction Documents (100%) This set should incorporate all VA revisions comments previously submitted. It should also provide a coversheet with signature blocks for the appropriate approvals. The submittal shall be provided electronically in PDF format in addition to three full format hard copies. If further revisions are required, these corrects can be made and submitted via PDF as individual sheets prior to final approval. After approval signatures are obtained, the VA will electronically return the signed coversheet for production. Final Construction Documents - Production The signed coversheet and completed drawings and specifications are to be provided electronically as both read/write (.dwg or.doc) and read-only as.pdf file types. Submissions are to utilize AutoCAD 2010. Production is to consist of four full-sized drawing sets, four half-sized drawing sets, and four bound specifications. Supporting documentation is to be supplied electronically. All submittals shall be marked as "Construction Documents". Site Visits Through the duration of design, the VA will require two site visits. These site visits will be made at the request of the VA and will serve as an opportunity for the A/E to directly communicate with and receive input from VA end users. Such visits are intended to be design review meetings. Any site visits not directly requested by the VA does not constitute a required site visit. During Construction Period Services, the A/E will be required to attend an initial construction coordination meeting, a final inspection, and two additional site visits at the request of the VA providing for a total of three VA required site visits. Meetings to review submissions may be conducted via teleconference, but will not require a site visit. Construction Period Services In addition to the previously addressed site visits during construction period services, the A/E shall act in an advisory and consultant role. All contractor submittals and shop drawings are to be routed through the A/E for approval prior to delivery to the VA Contracting Officers Technical Representative (COTR). Requests for Information and Modifications requests may be forwarded to the A/E for technical review at the discretion of the VA COTR or the VA Contracting Officer. Any necessary redesign efforts that are required as a result of unforeseen site conditions will be provided by the A/E at no additional cost to the VA. Requested redesign efforts that constitute a change in project scope warrant additional fees and must be approved by the VA Contracting Officer prior to work being completed. The A/E shall receive red-line drawings from the contractor after the final inspection from which to create a finished set of As-Built Drawings to provide to the VA in AutoCAD 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0221/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-12-R-0221 VA259-12-R-0221.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296704&FileName=VA259-12-R-0221-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296704&FileName=VA259-12-R-0221-000.doc

 
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: Fort Harrison, VAMC;3687 Veterans Drive;Fort Harrison, MT
Zip Code: 59636
 
Record
SN02675414-W 20120216/120215000425-b49bef6d0c3fe619005f3d37dcbe999e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.