DOCUMENT
C -- CHILLER PLANT | 442 Cheyenne - 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
- VA25913R0199
- Response Due
- 2/1/2013
- Archive Date
- 5/2/2013
- 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 442-14-103 - Chiller Plant at Cheyenne, WY VA Medical Center (VAMC), at 2360 East Perishing Blvd., Cheyenne, WY 82001. This is not a design build project. This is an Engineering Design and Construction Period Services project. This will be a Service Disabled Veteran Owned Business Set-aside. 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. I.SCOPE OF WORK 1)The Contractor shall provide all A/E design and construction services, in accordance with VA Master Specifications and industry standards to provide: a)A complete and fully functional design for a chilled water plant capable of meeting the current cooling loads for conditioned space of the Cheyenne Veterans Administration Medical Center (VAMC). The system must achieve all of the following standards: i)The system shall meet current Cheyenne VAMC building cooling loads. ii)The system shall be designed to accept the addition of all equipment necessary to support a 25% increase in capacity for future cooling loads. iii)The system shall include chilled water mains, taps and routing to supply all areas of the facility. iv)The system shall be fully integrated with current building systems. v) The system shall have sufficient redundancy to operate at full capacity with any single point of equipment failure or scheduled equipment maintenance. vi)The system shall to the greatest extent possible be comprised of similar type, capacity and brand of equipment in order to maximize interoperability, interchangeability and minimize maintenance stocks. vii)The system shall meet or exceed all current year Federal energy efficiency standards. viii)The system shall include all software and hardware required to automatically monitor and operate the system in the most efficient manner possible. ix)The system shall operate for twenty years without major equipment repair or replacement when operated within design parameters and subject to standard maintenance practices. x)The system shall include necessary water treatment and conditioning required to meet the twenty year lifetime standard. xi)The system shall be designed in accordance with VA Specifications and meet all applicable standards, codes and guidelines as contained therein. b)Resolve issues with existing 75-ton air-cooled chiller i)Insufficient chilled water flow ii) major service due to long-term lack of use iii)revised control sequence to integrate chiller into BAS DELIVERABLES 1) Schedule for performance of work compatible with MS Project 2007. An updated Schedule shall be sent to Contracting Officer and COR when there are changes or delays from the last schedule submitted. If there are no schedule changes, then an email stating this is required. 2) Work Breakdown Structure for all tasks in project in sufficient detail for progress monitoring in the project schedule as well as for tracking work progress and invoicing. 3) Specifications for work to be performed which incorporate site-specific specification requirements. 4) All schematics, drawings, isometrics, details and notes required to ensure requested work can be fully understood and accurately bid by potential contractors. 5) Drawings to be submitted for review by VA personnel at 35%, 65%, 95%, and 100% (3 hard copies and electronic copies in both AutoCAD 2010 and pdf format). 6) Written responses within 5 business days to RFI's from potential contractors during the contracting RFP phase. All requests will be forwarded by the VAMC's CO. 7) Written responses within 10 business days to RFI's from the selected contractor for the period after award of contract to completion of contract. 8) Provide up to 3 site visits during the construction phase of this project with a schedule determined by mutual agreement between the COR and the AE firm. 9) On site final inspection with written evaluation and/or punch list upon completion of all tasks. GENERAL 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 65% 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 5:00 PM Mountain Standard Time (MST) January 24, 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 1, 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: a.Candidates shall have a minimum of five (5) years experience with the design of mechanical systems for healthcare or other institutional facilities. Demonstration of experience may include Federal, State, Municipal or Commercial sectors, similar in size and scope as explained in the Statement of Work. b.Provide a minimum of two (2) examples of chiller plant designs in excess of 600 tons built in the last seven (5) years which met or exceeded Federal energy efficiency standards. c.Provide a minimum of three (3) examples of the successful retrofit and integration of new mechanical systems into existing building automation systems and energy management systems. (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/VA25913R0199/listing.html)
- Document(s)
- Attachment
- File Name: VA259-13-R-0199 VA259-13-R-0199_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=590282&FileName=VA259-13-R-0199-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=590282&FileName=VA259-13-R-0199-004.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-0199 VA259-13-R-0199_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=590282&FileName=VA259-13-R-0199-004.docx)
- Place of Performance
- Address: Cheyenne VA Medical Center;2360 East Perishing Blvd;Cheyenne, WY
- Zip Code: 82001
- Zip Code: 82001
- Record
- SN02969374-W 20130123/130121233026-71f87e7525bdf64f61cd0d05efe978a2 (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 |