DOCUMENT
C -- REPLACE UNDERGROUND STEAM MAINS | 575 GRAND JUNCTION - Attachment
- Notice Date
- 1/21/2013
- 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
- VA25913R0212
- Response Due
- 2/5/2013
- Archive Date
- 5/6/2013
- Point of Contact
- Tracy Lynn Jackson
- E-Mail Address
-
3.3272<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 575-14-105 - Replace Underground Steam Mains, Grand Junction, CO VA Medical Center (VAMC), at 2121 North Avenue, Grand Junction, CO 81501. This will be a Service Disabled Veteran Owned Business Set-aside. This is an Engineering Design and Construction Period Services Project. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. SCOPE OF WORK This contract will provide for engineering, design and construction documents as required for the construction of the project through public solicitation. The project Replace Underground Steam Mains is located on the grounds of the VA Medical Center, Grand Junction, Colorado. The Architect/Engineer (AE) shall utilize skills and knowledge to design and develop contract drawings, specifications and procedures necessary to meet the mission needs of the Medical Center. DESCRIPTION 1.Determine and develop means of maintaining steam utility service during periods of pipe line construction. 2.Provide all labor, materials and equipment as required to determine soil conditions of the steam mains replacement. 3.Determine and develop excavation procedures to remove existing subsurface steel steam distribution piping. Excavation shall also include existing cathodic protection array. 4.Determine and develop the design for steam control cubicles 5.Determine and develop the design required to install new subsurface, insulated steam piping. 6.Determine and develop new cathodic protection array. 7.Develop, edit and coordinate specifications for construction work and products. 8.Develop construction drawings for solicitation. 9.Provide construction period services of review and inspection during construction contract award. 10.Provide Drawings of Record upon completion of construction contract. NARRATIVE The existing steam distribution piping consists of fiberglass covered ductile iron piping with individual cal-sil covered steam piping contained in the interior. The original piping (1982) was installed with a sacrificial anode cathodic protection array. With a historically high water table, the cathodic protection array has failed, resulting in deterioration to the exterior primary pipe. The cal-sil pipe insulation of the interior distribution piping is expected to be deteriorated as the ground surface during the winter months remains clear of snow. The piping in the manholes has deteriorated to a point of being unserviceable. The size of the manholes and the subsurface location prevents economical and safe preventive maintenance and repair within the space. INTENT This scope expects the A/E to design a new underground piping system in accordance with industry standards, the VA Master Specifications and VA Design Guidelines. The design for the new installation shall include underground piping, above surface piping cubicles, related valving, strainers, etc. The design shall include connections to all campus buildings utilizing steam. New piping shall be sized to meet future steam loads. All underground piping shall be protected by a new cathodic protection array. The design of replacement of the underground piping shall include lateral manhole drainage. ENERGY DESIGN ANALYSIS The A-E shall incorporate green building and sustainable design practices and elements into project designs to the greatest extent practicable and as per VA Sustainable Design & Energy Reduction Manual. Project designs shall meet the guiding principles and all energy/water/environmental requirements established by EPACT 2005, EISA 2007, EOs 13514 and 13423, and VA Directive 0055. All new construction and major renovations (including major mechanical equipment replacements) will require energy modeling (annual building or zone simulation based on local weather data), and analysis during planning to achieve the energy budgets required in the above laws. The typical design analysis will include a life cycle cost analysis (LCCA) on three different alternatives. For example: an A/E may choose to analyze a project by analyzing and modeling the replacement of original equipment, a radiant system, or a heat pump system when designing the replacement of an air handling system. The following are the required A/E deliverables to support the sustainable design effort: 1)Background Research Analysis i.Current Report of the Dynamic Cost Model ii.Report of Federal Mandates Kick-Off Meeting & background Research Analysis Results iii.Commissioning Plan 2)Optimize Energy Performance i.Project Energy Models ii.Define Distributed Generation Systems and Renewable Energy Goals iii.Report on Use of Energy Star Products iv.Plans for Solar Hot Water Use v.Metering 3)Protect and Conserve Water i.Report on Reducing Indoor Water Use ii.Report on Reducing Outdoor Water Use iii.Water for the Reduction of Energy iv.Water Efficient Products 4)Enhanced Indoor Environmental Quality i.Day lighting Plan 5)Reduce Environmental Impact of Materials i.Report on amount of recycled and Bio-based content used ii.Report on Construction Waste Recycling DELIVERY DATE The delivery date for this contract shall be ninety (150) days from Notice to Proceed. GENERAL Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. The AE firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A&E and Contractors to allow for regular tracking of schedules and work by the VAMC. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. All work must be designed within a construction cost range of $500,000 to $1,000,000. The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. Submission requirements are the initial estimate and preliminary design submission, a 50% design submission, and a 100% design submission. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the construction. The AE will provide documents at each submission as indicated in the statement of work. The NAICS code for this project is 541330, Engineering Services. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. A SITE VISIT WILL TAKE PLACE DURING NEGOTIATIONS. Written Questions should be submitted no later than 2:00 PM Mountain Standard Time (MST) January 25, 2013 to tracy.jackson2@va.gov. Interested firms should submit one (1) copy of their current SF 330, Part I & Part II no later than 2:00 PM Mountain Standard Time (MST) February 5, 2013 to tracy.jackson2@va.gov. The emailed file shall not exceed 5MB in total. Offerors will be evaluated on the following criteria: 1)Professional qualifications necessary for satisfactory performance of required services. (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. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (6)Energy Conservation/Sustainable Design Experience and Credentials. List all design members who have LEED AP credentials. List examples of projects designed with minimum LEED silver certification for projects with similar size and scope. (7) Project Implementation Plan. Provide implementation plan with any anticipated problems and potential solutions. (8) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (9) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (10) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIRIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled 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 service-disabled 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 service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (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) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled 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 service-disabled 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 service-disabled 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 service-disabled 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 service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25913R0212/listing.html)
- Document(s)
- Attachment
- File Name: VA259-13-R-0212 VA259-13-R-0212_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=590284&FileName=VA259-13-R-0212-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=590284&FileName=VA259-13-R-0212-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-13-R-0212 VA259-13-R-0212_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=590284&FileName=VA259-13-R-0212-001.docx)
- Place of Performance
- Address: Grand Junction, CO VA Medical Center;2121 North Avenue;Grand Junction, CO
- Zip Code: 81501
- Zip Code: 81501
- Record
- SN02969368-W 20130123/130121233021-ebdaca0e4d0e3a2153ce4299398d6ef0 (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 |