DOCUMENT
C -- A/E Services Upgrade Chiller Plant - Attachment
- Notice Date
- 3/8/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Acquisition & Materiel Management;Central Arkansas Veterans Healthcare Sys;2200 Fort Roots Dr.;North Little Rock, AR 72114
- ZIP Code
- 72114
- Solicitation Number
- VA25616R0372
- Response Due
- 3/23/2016
- Archive Date
- 6/21/2016
- Point of Contact
- Ambera L. Parker
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Synopsis: 1. CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Brooks Act (Public Law 92- 582) and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The three firms deemed most highly rated after initial source selection will be chosen for interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The magnitude for construction (not design) of this project is between $5m and $10m. The estimated start date for design is June 2016 with an estimated completion date of December 2016. The estimated start date for construction is June 2017. a. Contract Award Procedure: Before a Service-Disabled Veteran-Owned Small Business (SDVOSB) is proposed as a potential contractor, they must be certified by VETbiz and registered in the System For Award Management (SAM) database. Register via the SAM internet site at www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b. Nature of Work: Provide Architectural / Engineering services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. 2. PROJECT INFORMATION: This project will renovate and upgrade the chiller plant at the G.V. (Sonny) Montgomery VA Medical Center. GENERAL SCOPE: The A/E shall provide all architectural and engineering services as defined herein to accomplish complete drawings, specifications, and cost estimates for the following work: This project will replace and upgrade the existing chiller plant at the G.V. (Sonny) Montgomery VAMC in Jackson, Mississippi. a.Expand chiller capacity from ~3,200 to ~4,400 tons minimum to provide N+1 capacity and allow for future expansion. A minimum of two "pony" chillers and two main chillers (same size) are anticipated to meet loading and N+1 requirements. (N+1 is required for each chiller size.) The existing plant is operating at design capacity during peak conditions. i.Existing chillers are 42 degree, 10-degree machines arranged in a primary-(variable)secondary arrangement with VSD tertiary pumps located at centralized (multi-AHU tap) locations throughout the hospital. The VSD tertiary pumping systems provide and ensure water supply & return to the individual AHUs. The plant chilled water pumping system only needs to supply water to the tertiary system at a very low DP (2-3 psig, max); ii.Convert existing primary-secondary chilled water pumping system to a variable primary pumping system. Optimize new piping layout for laminar water flow and ease of maintenance. The use of circuit setters and/or balancing valves is expressly prohibited. Pumping systems shall control based on differential pressure & temperature; iii.The use of oil-free/magnetic bearing chillers is preferred for their combination of space & energy efficiency. Space is at a premium. i.All chillers shall be variable speed, 480-volt; ii.All chillers shall have all internal data registers & control points open and provided for building automation system use; iv.The facility has a relatively new 4-cell 4,800-ton cooling tower system with individual variable speed drives on the existing 3-pumps & 4-fans. Existing condenser water piping is inadequately-sized to meet the design flow of the cooling tower; i.Provide new condenser water piping system between the cooling tower and chiller plant. Optimize new piping layout for laminar water flow and ease of maintenance. Provide four pumps condenser water pumps, minimum; ii.Locate condenser water pumps outside of the cooling tower footprint; v.Size chillers, pipe and pumps for optimal efficiency during all seasonal load conditions. b.Provide comprehensive operational controls to ensure optimal control for all seasonal load conditions. All chillers, VSDs, control devices, sensors and meters shall report to JCI MetaSys.Johnson Controls' local Sales Representative is Jeff Fracchia, jeffrey.m.fracchia@jci.com, (601) 668-4964. i.Provide VSD pumping sequence of operation (SoO) to maintain DP setpoint at a wide/optimal delta-T at chillers. SoO will maintain each chiller in its optimum efficiency range by slowing the main loop pumps to minimum flows before dropping offline; i.2-way chilled water control valves are used at the cooling coil of each AHU. The use of 3-way valves is limited to one per tertiary loop (at the end-of-line AHU) to facilitate minimum ChW flow; ii.The anticipated delta-T of a typical 10-degree reciprocating VSD chiller is 16-20 degrees during part load conditions and 10-degrees at full load conditions. A higher delta-T may be possible using oil-free/mag bearing chillers due to their ability to operate at lower condenser water temperatures; ii.The Chiller Plant SoO shall utilize a calculation of the flow and delta-T using internal chiller control points; iii.Include automated isolation control valves on the chilled & condenser water inlets of each chiller. Provide daily exercise routine for these isolation valves in the SoO; c.Provide exhaust air fans. Connect fan to BAS for control purposes; d.Provide new refrigerant monitoring system; e.Provide fan-coil unit(s) and space conditioning to ensure plant equipment longevity; f.Air seal and insulate chiller plant; g.Epoxy seal flooring and paint walls/ceiling; h.Replace all main electrical switchgear, aged motor control centers and lighting; i.Utilize latest Department of Veterans Affairs design criteria and design guides; A.The contract documents shall indicate construction methods and timeframes that ensure continuity of hospital operations; i.e. some wintertime work will be necessary. The hospital cannot operate without the chiller plant being at least partially operational at all times. B.The contract documents will include all disciplines associated with this renovation project. C.A 3rd party licensed Fire Protection engineer to be obtained by A/E for documented review of all contract documents. Results to be provided to VA for review. D.The A/E shall provide complete, 3rd party, Association of Energy Engineers (AEE)-accredited Certified Building Commissioning Professional (CBCP) mechanical system design and construction energy commissioning (Cx) services. The CBCP shall not be a member of the A/E or construction contractor teams. The CBCP shall prepare a Cx plan in close collaboration with the A/E team that coordinates all Cx and TAB activities. Deliverables include: 1) an issues log detailing all deficiencies discovered during the Cx process, 2) intermediate and final Cx reports describing all operational sequences. Selected Cx agent must have proven track record and provide history of quantified energy improvements savings through new and existing health care facility Cx efforts. Prior VISN 16 healthcare facility experience is preferred. Cx budget: 1% of construction budget. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. (a) Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating. (b) 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; (c) Specialized experience with healthcare related designs in a hospital setting (d) Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects). (f) Describe in detail how your firm will conduct constructability reviews of construction documents; include interdisciplinary and specification versus drawings, details versus floor plan review process. (g) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (h) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (i) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 4. SUBMITTAL REQUIREMENT: This project is a 100% set aside for SDVOSB concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. (a) Firms interested in being considered for this project are to submit their completed SF 330 (copy attached) electronically to ambera.parker@va.gov no later than 3:00 P.M. CST on March 23, 2016. The email size is limited to 5MB. Only one email per firm will be accepted. The government will only consider the first email received by the interested firm. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (b) The A-E shall not include company literature with the SF 330. (c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work). (d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees anticipated to perform the work. Resumes shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (e) In Section F, a maximum of five (5) projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (f) In Section G, block 26, include the name and their associated firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (h) In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i) In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (j) Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25616R0372/listing.html)
- Document(s)
- Attachment
- File Name: VA256-16-R-0372 VA256-16-R-0372.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2605110&FileName=VA256-16-R-0372-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2605110&FileName=VA256-16-R-0372-000.docx
- File Name: VA256-16-R-0372 sf330.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2605111&FileName=VA256-16-R-0372-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2605111&FileName=VA256-16-R-0372-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-16-R-0372 VA256-16-R-0372.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2605110&FileName=VA256-16-R-0372-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;G.V. (Sonny) Montgomery VAMC;A&MM Service (90C);1500 E. Woodrow Wilson Drive;Jackson, Ms.
- Zip Code: 39216
- Zip Code: 39216
- Record
- SN04042750-W 20160310/160308234610-7e2e1a2ecee311eb1579244b597f2a5a (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 |