Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
DOCUMENT

C -- A/E SERVICES PROJECT No. 512A5-16-304 REPLACE BOILER No. 2 PERRY POINT - DESIGN - Attachment

Notice Date
3/16/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B, Room 9;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24516R0039
 
Response Due
4/15/2016
 
Archive Date
7/14/2016
 
Point of Contact
Sandra A. Anderson
 
E-Mail Address
Marvin.Nunez@va.gov
(Marvin.Nunez@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: This A/E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. VA Maryland Healthcare System is seeking qualified A/E firms to professional services necessary to develop complete drawings, specifications, cost estimates, project phasing site visits and construction period administration associated with the replacement of Boiler Number 2, and miscellaneous other upgrades and corrections within Building 315. This project will engage an architectural/engineering firm (A/E) to provide Schematic Design, Design Development, Contract Drawings, Specifications, Construction Cost Estimate, and Construction period services. The A/E will develop a design to complete the following but not limited to: "Replace Boiler Number 2 completely. oThe replacement boiler should be capable of producing between 5000 lbs/hr of steam and 32000 lb/hr at 95 psig. "Designer to verify sizing of new boiler. Detailed production and usage data is available for the past 10 years, as well as design loads for additional planned construction. oPlanning for access for installation of new boiler shall be included in the design oIdentify for salvage for VA use the existing burner assembly as well as any controls or other equipment the VA decides it would like to keep. "Evaluation and redesign of de-aeration and boiler feed water make-up. oEvaluate and redesign feedwater and chemical feed systems to be capable of 100% make-up at maximum design loading conditions "Replacement of all building 315 floor drains and connection to sanitary sewer. "Replacement of sch 40 boiler feedwater piping with sch 80 seamless piping. "Removal of abandoned #6 oil heating system and all abandoned fuel piping and equipment. "Relocation of boiler chemical treatment tanks to old oil heating room. oExpansion of this space may be necessary oDesign piping to fill chemical tanks from the adjacent loading dock "Removal of all abandoned piping within the plant "Correct drainage at building loading pit. The goal of this project is to completely replace boiler number two with a modern boiler capable of being a full sized back-up boiler as well as a primary summer boiler for low summer loads. The drawings shall meet all applicable federal, state, and local governing codes. Drawing shall be stamped by discipline by registered architects and engineers of the prime SDVOSB Firm. THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE DISABLED VETERANS OWNED SMALL BUSINESS FIRMS. All interested parties MUST be registered "ACTIVE" in the System for Award Management (SAM) Database (www.SAM.gov) and Vendor Information Pages (VIP) at: www.vetbiz.gov database as a "Verified" SDVOSB firm if contractor is a SDVOSB, and must have current record in the Online Representations and Certifications Application (ORCA) prior to the response date of the solicitation. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is not more than $14.0M average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $1,000,000 and $5,000,000. The following evaluation criteria in accordance with FAR 36.6 will be used during the A/E selection process: (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 local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Perry Point, Maryland 21902. This distance is determined according to www.randmcally.com.\ Interested firms that meet the requirements listed in this announcement are invited to submit one (1) copy and one CD-ROM of SF 330 Part I and Part II to the Contracting Officer, Attn: Sandra Anderson, VA Medical Center, Building 101B, Room 9, Laundry Drive, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:30 PM (EDT), April 15, 2016. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the System for Award Management (SAM) Database (www.SAM.gov) at the time of submission of SF 330 Forms. In addition to current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. A solicitation will only be issued to the top ranked qualified SDVOSB A/E firm. Point of Contact is Sandra Anderson, 410-642-2411 x6005, or sandraa.anderson@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24516R0039/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-16-R-0039 VA245-16-R-0039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2618390&FileName=VA245-16-R-0039-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2618390&FileName=VA245-16-R-0039-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Maryland Health Care System;PERRY POINT, MARYLAND
Zip Code: 21902
 
Record
SN04053109-W 20160318/160317000003-dee992c4bd28570cf6b38f86214afd84 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.