DOCUMENT
C -- 573-15-2-3022-0031 - Secondary Water Treatment Permit - Attachment
- Notice Date
- 2/25/2015
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity 8;Lake City VA Medical Center;619 South Marion Avenue;Lake City, Florida 32025
- ZIP Code
- 32025
- Solicitation Number
- VA24815R0748
- Archive Date
- 4/11/2015
- Point of Contact
- Joey Grismore
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Secondary Water Treatment Permit Project 573A4-15-2-001 VA Medical Center Lake City, FL Contracting Office: Department of Veterans Affairs, Lake City VA Medical Center, Lake City, Florida THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE, NO SOLICITATION PACKAGE, NO TECHNICAL INFORMATION, NO BIDDER/PLAN HOLDER LIST OR OTHER DOCUMENTS TO BE ISSUED TO DOWNLOADED. THERE IS NO SITE VISIT IS PLANNED AT THIS TIME. Place of Performance: VA Medical Center Lake City, FL This is 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside Potential contractors must be registered in CCR (www.ccr.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Therefore, when submitting a bid or proposal, you are certifying your company is eligible to receive an award per this solicitation. Furthermore, while your company may be listed as "verified" in VA's Vendor Information Pages at www.vetbiz.gov as a SDVOSB, if protested, and based upon the evidence submitted the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for all re-procurement costs associated with this solicitation. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN OR IN SUBSEQUENT AMENDMENTS. The Department of Veterans Affairs, VA Medical Center, Lake City Florida, 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 permit documents i.e., working drawings, specifications, and reports required to be granted a secondary water treatment facility permit from the Florida Department of Environmental Protection (FDEP). The A/E will be given written information; participate in project planning meetings; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with FDEP regulations and procedures for this project entitled: Secondary Water Treatment Permit Project 573A4-15-2-001 VA Medical Center Lake City, FL 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. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. The 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 A/E firm shall furnish technical services for schematic design, design development and Secondary Water Treatment Permit documents. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. Project is Subject to Availability of Funds. The NAICS code for this A/E project is 541330. The anticipated award date of the proposed A-E Contract is on or before 31 April 2015. The Anticipated period of performance of the A-E contract is 60 Days, excluding Government holidays. STATE OF TASK: The intent of this contract is to have all necessary documents and back-up materials available to apply for a secondary water treatment facility permit. Anticipated work includes the following: "On-site meeting with LC VAMC Chief Engineer or designees to discuss the Statement of Task "Meet with FDEP to obtain documents and requirements for permit application. "Prepare FDEP Form 62-55.90 - Daily maximum operating capacity for the past 2 years. Chlorine dioxide levels must meet peek usages. "Completion of a preliminary design report that includes: "Survey of existing water distribution system and list modifications necessary to install chlorine dioxide feeds at four locations. "Provide photos and drawings to describe the existing water system. "Provide design documents (drawings and specifications) illustrating how chlorine dioxide feed systems will be connecting to water supply at four locations. "Preparation of FDEP Form 62-55.900 (20) - Summarizing the operating costs for the LC VAMC to meet financial obligations. "Preparation of FDEP Form 62-55.900 (10) - Asbestos-free certification for piping and water system components. "Preparation of FDEP Form 62-55.900 (12) - Sampling plan for lead and copper "Preparation of bacteriological monitoring plan. "Preparation of disinfectants/disinfection byproducts monitoring plan. "Prepare operation and maintenance manual for the LC VAMC potable water system which: "Is specific to the facility "Includes the FDEP permit, copies of forms, operating logs/records, and space for lab analysis results. "Final certification including: "Preparation of FDEP Form 62-55.900 (9) - Operational clearance "Meeting with LC VAMC and FDEP representative to finalize compliance with FDEP requirements for a secondary water treatment system. (1) The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A/E; however, their accuracy shall be field verified by the A/E and all consulting firms as part of investigative services. (2) The A/E will be required to perform all necessary site survey work such as verifying record drawings. The following investigative work shall be included within the scope of this project: 1. Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, structural analysis and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. 2. Field verifies VA furnished drawings to insure A/E design is accurate. It is the A/E's responsibility to determine existing conditions and to base the design on this information. 3. Materials to be furnished to the A/E by the VA - The following shall be Furnished to the A/E upon request: a. VA Engineering Service will provide the A/E with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E and all consulting firms. The A/E will then make copies of these drawings at the VA using VA equipment. b. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/ ? II. Submission of Documents - Submissions will be reviewed for completeness against and the requirements set forth for the Secondary Water Treatment Permitting process to include any A/E Design Submission Requirements (PG-18-15 Volume C), as applicable. ADDITIONAL documents maybe required as a part of the submission process and will be discussed in request for proposal. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). 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). Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB). Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. 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 will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1Professional qualifications necessary for satisfactory performance of required service. 2Specialized 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. 3Capacity to accomplish the work in the required time. 4Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5Location 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. 6Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7Record of significant claims against the firm because of improper or incomplete architectural and engineering services The A-E submission package shall contain a signed and dated statement in Tab C, Miscellaneous Information affirming that that there are no records of significant claims because of improper or incomplete architectural and engineering services. 8Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for offeror is a 200 mile driving radius between offeror location and the Lake City VA Medical Center, Lake City FL (Determination of mileage eligibility will be based on www.mapquest.com). Mileage calculation between the principle business address associated with the SDVOSB vendor's address as listed in VETBIZ and the place of performance. The A/E must meet all Licensing requirements. Examples of informational resources are: Florida Architectural License: http://www.myfloridalicense.com/dbpr/pro/division/Servicesthatrequirealicense architect.html Florida Professional Engineering Certificate of Authorization (License): http://www.tbpe.org/licensure/application-process/certificate-of-authorization-ca Florida Professional Engineering Endorsement Process: http://www.tbpe.org/licensure/ application-process/ endorsement-comity-reciprocity NCARB rules for all States and PR/VI on Architectural Licensing: http://www.ncarb.org/en/-/link.aspx?id=23ECDOD l 498C44FDA 1 D6FCBF2F06E42D& z=z REQUESTS FOR INFORMATION: All RFIs shall be submitted to joey.grismore@VA.gov. The Subject line shall read; "RFI-VA248-15-0748" The RFI period shall open at the posting of this notice and close at 4:00 p.m. EST on 16 March 2015. ***** RFIs regarding a follow construction solicitation will not be addressed at this time***** MATERIAL SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this project must submit SF 330 and the prescribed supporting documentation in the following format. o Three (3) each, hard copies of the SF 330 submission package specified in the "Three Ring Binder Format" described below. All SF330 Parts I and II, signed and dated by the authorized representative shall be included. o One (1) CD -digital version of the hard copy SF 330 submission package. THREE RING BIDER FORMAT (REQUIRED) o Cover Page o Table of Contents o Tab A: Supplemental Information o Tab B: SF 330 o Tab C: Miscellaneous Information ? All SF330 submittals must include an insert detailing the following information: "Dun & Bradstreet Number "Principle Business Address "Tax ID Number "The e-mail address and phone number of the Primary Point of Contact "A current copy of the firm's Vendor Information Page that reflects current SDVOSB "Status in VetBiz. "See https://www.vip.vetbiz.gov. "Statement (signed and dated) that there are no claims against the firm because of improper or incomplete architectural and engineering services. Send Submittals to: (NO EMAIL SUBMISSIONS WILL BE ACCEPTED) NO LATER THAN, 4:00 PM, EST ON 27 MAR 2015. For Hand Carried Submittals / Mailed Submittals: Department of Veterans Affairs Network Contracting Activity 8 Attn: Joey Grismore, Rm 13B 619 S. Marion Avenue Lake City FL 32025 Point of contact is Joey Grismore, Contracting Officer joey.grismore@VA.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24815R0748/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-R-0748 VA248-15-R-0748.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1883981&FileName=VA248-15-R-0748-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1883981&FileName=VA248-15-R-0748-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-R-0748 VA248-15-R-0748.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1883981&FileName=VA248-15-R-0748-000.docx)
- Place of Performance
- Address: Lake City VA Medical Center;619 South Marion Avenue;Lake City, Florida 32025;32025
- Zip Code: 32025
- Zip Code: 32025
- Record
- SN03652052-W 20150227/150225235138-34f7694e5418efca04b72c7aedc00aef (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 |