DOCUMENT
C -- Install Backup Generator for Lakemont Data Center - Attachment
- Notice Date
- 10/30/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
- ZIP Code
- 32803
- Solicitation Number
- VA24813R0155
- Response Due
- 12/6/2012
- Archive Date
- 2/4/2013
- Point of Contact
- Wayne L Boger
- E-Mail Address
-
7-6575<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Project 675-13-103, Install Backup Generator for Lakemont Data Center Contracting Office: Department of Veterans Affairs, Orlando VA Medical Center (OVAMC), 5201 Raymond Street, Orlando, FL 32803. This is 100% Service Disabled Veteran Small Owned Business (SDVOSB) Set-Aside Place of Performance: Orlando VA Medical Center, Lakemont Campus, 2500 Lakemont Road, Orlando FL32803-8208 THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO SITE VISIT IS PLANNED AT THIS TIME. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN OR SUBSEQUENT AMENDMENTS. It is the Offeror's responsibility to check Federal Business Opportunities (www.fbo.gov) for any revisions to this announcement before submission of your firm's SF330. PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. OVAMC is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A/E) services to an A/E firm for development of complete Construction Documents (i.e. working drawings, specifications, and reports) and perform Construction Period Services for this project entitled " Install Back-up Generator for Lakemont Data Center". Interested A/E firms must have the capability of engaging all additional disciplines as necessary to provide a complete proposal. The Selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. The Selected A/E firm shall furnish technical services for schematic design, design development and construction documents. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits, meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. The Contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. Project Overview: The Orlando VA Medical Center proposes the installation of a Dedicated Diesel Standby Generator properly sized to serve as an emergency back up to the Lakemont Campus Data Center. This project will include the design work for removal of existing Lakemont Campus Outdoor Substation located adjacent to the two cooling towers and installation of a new outdoor substation.. This substation will be designed inclusive of circuits being fed from the existing outdoor substation. In addition, provision of a new feeder circuit for the Data Center's "Normal/Emergency power" will be required. The feeder shall feed through a new automatic transfer switch in combination with a new dedicated Data Center Emergency Generator. Design for Construction of a dedicated primary power feed to the VISN 8 Data Center: The dedicated power feed shall consist at a minimum, or as determined during design, of a distribution panel, automatic transfer switch, and a diesel generator set. The new appropriately sized generator, emergency switchboard, and ATS shall be provided underneath a canopy or similar structure that will prevent direct exposure to the elements. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. NAICS Code: 541310. NAICS Code for the Construction project: 236220. Construction magnitude of the project is between $250,000 and $500,000. Boeckh Index: The estimated construction contract price set forth herein is based on the Boeckh Index or 2,052.7 for the period March - April 2012. This limiting cost will be adjusted as the Boeckh Index changes from the date of this fixed limit to the date the bids on the construction contract are opened. Anticipated award date of the Project Construction phase is: Unknown, probable 2013 or 2014. Anticipated award date of the proposed A-E Contract is on or before April 30, 2013. Anticipated period of performance of the A-E contract is 147 Calendar Days. Anticipated period of performance of the Construction Contract is estimated not to exceed 120 days. Duration of Construction Period Services and Authority: The Selected A/E firm will be responsible for being responsive to the Orlando Department of Veterans Affairs (OVAMC) and provide Basic A/E Services during the Construction Period Services Phase of this project. The A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. A. Project Overview: This project will be a design for the installation of back-up generator for the Orlando VA Medical Center Lakemont Campus Data Center. B. General Project Requirements: 1. Tasks shall consist of but not be limited to Design Period and Construction Period Services for the project entitled "Install Backup Generator for Lakemont Data Center". The Architect/Engineer shall provide all necessary design services required to ensure that the general intention of the Government is fully satisfied. 2. Working drawings and specifications shall be complete in every respect, inclusive of all engineering disciplines with all pertinent information necessary to secure a contract award via competitive bidding or negotiated contract without complications. Working drawings and cost estimate prepared by the A/E shall have consistent relationship, and shall have separate breakout of deductive alternates. Working drawings shall facilitate ease in contractor's cost proposal and evaluation of cost proposal by VA Engineering. 3. Drawings and specifications shall be stamped by registered Architect and/or Engineering disciplines involved in this work, excluding none. Architect/Engineer shall be responsive to the VA, be the advisor to the Government, work in Governments interest, and fully satisfy the design criteria as set forth by the VA. 4. Architectural Issues: The design guidelines as listed below are to be followed. The Architectural scope is to include defining the demolition of the existing space, layout and detailing of the new space as required for new construction. Major spaces are defined. 5. Mechanical Issues: Mechanical work shall provide all renovated spaces with new mechanical equipment, tied into existing building systems as appropriate. Mechanical systems shall be an energy efficient system to include all necessary duct work, piping, controls, diagrams, one line diagrams and all other relevant information to provide a complete functional and appropriate system. Work shall be phased as required to minimize patient impact and to coordinate with other trades. Mechanical issues may be considered as relocating as necessary any non-electrical equipment within the "dedicated electrical space" when performing the design for installation 6. Electrical Issues: Electrical work shall provide the renovated spaces with new electrical equipment, tied into existing building systems as appropriate. Electrical systems shall include power and emergency power in accordance with NFPA 99, NFPA 110, NFPA 70, and other applicable codes. Design may require evaluating design for changes to the fire alarm, telecommunications, and lighting as necessary. Work shall be phased as required to minimize operational impacts and to coordinate with other trades. 7. Boeckh Index: The estimated construction contract price set forth herein is based on the Boeckh Index or 2,052.7 for the period March - April 2012. This limiting cost will be adjusted as the Boeckh Index changes from the date of this fixed limit to the date the bids on the construction contract are opened. 8. Tasks shall consist of but not be limited to Design Period and Construction Period Services for the project. The Architect/Engineer shall provide all necessary design services required to ensure that the general intention of the Government is fully satisfied. 9. Working drawings and specifications shall be complete in every respect, inclusive of all engineering disciplines with all pertinent information necessary to secure a contract award via competitive bidding or negotiated contract without complications. Working drawings and cost estimate prepared by the A/E shall have consistent relationship, and shall have separate breakout of deductive alternates. Working drawings shall facilitate ease in contractor's cost proposal and evaluation of cost proposal by VA Engineering. 10. Drawings and specifications shall be stamped by registered Architect and/or Engineering disciplines involved in this work, excluding none. 11. Architect/Engineer shall be responsive to the VA, be the advisor to the Government, work in Governments interest, and fully satisfy the design criteria as set forth by the VA. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in CCR (SAM) (https://www.sam.gov/portal/public/SAM/) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their firm's qualifications in order to be considered. As a Service Disabled Veteran Owned Small Business (SDVOSB) Offeror, you are verifying your firm meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74 and certifying your firm is eligible to receive an award per this notice. While your firm may be listed as "verified" in VA's VetBiz Vendor Information Pages, if protested, and based upon the evidence submitted, the protest is sustained as determining that your firm is ineligible for award as a SDVOSB, your firm may be held liable for all re-procurement costs associated with this solicitation. Submitting firms themselves and/or any intended subcontract SDVOSB/ VOSB firms must be registered and visible/certified on Vetbiz and CVE Verified prior to award. The SDVOSB business must be 51% or more owned and controlled by one or more service connected veterans. The service connected veteran(s) or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran must manage and control the daily operations of the SDVOSB/VOSB firm. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB must be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. A-E FIRM SELECTION: Firms responding to this announcement by submitting a SF 330 will be considered for initial evaluation. Following initial evaluation of submitted SF330s, discussions/interviews/negotiations will be held with at least three (3) A/E firms that are determined "MOST HIGHLY QUALIFIED" to provide the type of services required. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for discussions/interviews/negotiations shall be made by a Preselection Board by evaluation of PRIMARY SELECTION CRITERIA: PRIMARY SELECTION CRITERIA in Order of Preference: Note: Failure to address all selection criteria in sufficient detail will result in a low a rating or exclusion. Selection criteria (See FAR Subpart 36.6 and VA Acquisition regulation 836.6) as follows: 1.Professional qualifications necessary for satisfactory performance of required service. A board will evaluate, as appropriate, the education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. A board will evaluate the specialized experience on similar projects and the technical capabilities (such as design quality management procedures, CADD, equipment resources, and laboratory requirements) of the prime firm and any subcontractors. The Board will evaluate where appropriate the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. 3.Capacity to accomplish the work in the required time. A board will consider a firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The board will consider the full potential value of any current A/E contracts that a firm has been awarded when evaluating capacity. 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information obtained for Government Past Performance Information Systems may be accessed and utilized in the evaluation process. 5.Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 9.The area of consideration for an Offeror is a 500-mile driving radius between principal place of business and the Orlando VA Medical Center, Orlando Florida 32803-8208. Determination of mileage eligibility will be based on www.mapquest.com.. 10.Demonstrated ability to follow Sources Sought instructions to include, clarity, accuracy and the organization and completeness of the Offeror's SF330. All SF330 submissions must include the following information either on the SF330 or by accompanying document: 1) Dun & Bradstreet Number 2) Tax ID Number 3) The e-mail address and phone number of the Primary Point of Contact 4) A current copy of the firm's VetBiz Registry. 5) SF 330 MUST CLEARLY INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm's employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitation on Subcontracting. Failure to provide this information will deem the Firm as nonresponsive and preclude SF 330 submittal from being included in the evaluation process. Information Used by Boards. Boards will only consider the following information: SF330 Parts I and II; any required supplemental information; documented performance evaluations. A board will not assume qualifications which are not clearly stated in a firm's submission. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hard copies and one (1) CD - digital SF 330 for Parts I and II SF 330 for Parts I and II no later than 10:00 AM EST, December 6, 2012. EMAIL SUBMISSIONS WILL NOT BE ACCEPTED. SEND SF330'S SUBMITTALS TO: Mailed Submittals: Department of Veterans Affairs Orlando VA Medical Center ATTN: Wayne Boger, Contracting Officer 5201 Raymond Street Orlando FL 32803-8208 Point of contact is Mr. Wayne L. Boger, Contracting Officer, (321) 387-6575 Email: Wayne.Boger@va.gov. REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to Wayne.Boger@va.gov. No phone calls will be accepted. The Subject line shall read; A/E Project 675-13-103- SOURCES SOUGHT- RFI VA248-13-R-0155. The RFI period shall open at the posting of this notice and close at 4:00 p.m. EST on November 13,, 2012. *** RFIs regarding the follow-on construction solicitation will not be addressed at this time***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813R0155/listing.html)
- Document(s)
- Attachment
- File Name: VA248-13-R-0155 VA248-13-R-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=513733&FileName=VA248-13-R-0155-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=513733&FileName=VA248-13-R-0155-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-13-R-0155 VA248-13-R-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=513733&FileName=VA248-13-R-0155-000.docx)
- Record
- SN02921127-W 20121101/121030233747-d0de04b1bf79a108ecebc2a2b820fe24 (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 |