DOCUMENT
C -- AE Contingency Water Supply Study Project 583-17-102 - Attachment
- Notice Date
- 6/28/2016
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25116R0325
- Response Due
- 7/28/2016
- Archive Date
- 10/26/2016
- Point of Contact
- Felecia Beamen, Contracting Officer
- E-Mail Address
-
Felecia Beamen, Contracting Officer
(felecia.beamen@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This Architect/Engineer procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 200 mile radius of the Richard L. Roudebush VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202. This requirement is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $15 Million. The Architect Engineer (AE) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 583-17-102 Conduct Contingency Water Supply & Remediation AE Design located at the Richard L. Roudebush VA Medical Center, 1481 W. 10th Street, Indianapolis, Indiana as described below: I.General Scope of the Project: The Architect/ Engineer (A/E) firm shall prepare 100% complete Construction Documents for project number 583-17-102, "Conduct Contingency Water Supply & Remediation" for the Richard L. Roudebush VA Medical Center. This design shall include analysis of the water supply for the hospital and the contingency plans for domestic water and fire protection, and any solutions to make the Roudebush VAMC compatible with the fire protection, physical security, and plumbing design guides. The project shall include design work for 100% complete working drawings and contract documents fully adhering to all VA design and Master Specification criteria including energy conservation requirements to complete the following (see VA Medical Center Projects A/E Submission Instructions for additional information): A/E shall evaluate the facility's existing water supply and contingency plan for fire protection and potable water. "A feasibility study shall be conducted on the facility's water supply and evaluate measures required for the facility to comply with the VA domestic water and VA fire protection design guides. "Design for installation of 350,000 gallon to 500,000 gallon contingency water supply. Include requirements for fire protection, potable water, and industrial water storage. "Design for controls to be compatible with the Johnson Controls Facility Explorer building management system currently utilized at the Roudebush VAMC. The water level shall be monitored in accordance with NFPA 22 and NFPA 72 at the chiller plant. "Connect the contingency water supply to emergency power supply. "Design for physical security protection barrier and/or fence system. "Design for a complete integrated water supply from the Indianapolis Water main to the domestic water main in Building 1 as well as the fire pump location in Building 1. "Provide a geotechnical report for the areas affected by the contingency water supply. "Provide underground locating services for areas affected by the contingency water supply. Note: Design in accordance with the most current VA design guides for mission critical facilities. Anticipated time for completion of design is approximately 302 calendar days including time for VA reviews. NOTE: A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner's existing documents and as-build drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. In accordance with FAR 36.204(d), the estimated magnitude of the resulting construction price range is estimated between $250,000 and $500,000. Prospective firms are reminded that in accordance with VA Acquisition Regulations (VAAR) 852.219.10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. SUBMISSION REQUIREMENTS: Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs), an organizational chart of the firm, a design quality management plan, and past compliance with performance schedules (original design schedule vs. actual design completion time) for each key design project listed in Section F. All submissions must be bound in some manner (spiral, wire, binder, etc) and include a CD copy of the Standard Form 330 submittal. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1.Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. 2.Specialized Experience: Including 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.Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time. 4.Past Performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. 5.Geographic Location and Facilities of Working Offices. Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will only apply to the Prime Firm. (In accordance with VAAR 805.207, the geographical area is limited to a 200 driving mile radius of Indianapolis, IN). 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. FAILURE TO CLEARLY ADDRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Completed SF330s shall be sent to: NCO 11 Contracting Office, Attn: Felecia Beamen, 8888 Keystone Crossing, Suite 1100, Indianapolis, IN 46240, no later than 4:00 p.m. EST, Thursday, July 28, 2016. Outer envelope or packaging shall clearly identify Solicitation number VA251-16-R-0325. Any request for assistance with submission or other procedural matters shall be submitted via email only (felecia.beamen@va.gov). No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria listed herein, a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated by the end of September 2016. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25116R0325/listing.html)
- Document(s)
- Attachment
- File Name: VA251-16-R-0325 VA251-16-R-0325.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2834143&FileName=VA251-16-R-0325-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2834143&FileName=VA251-16-R-0325-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-16-R-0325 VA251-16-R-0325.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2834143&FileName=VA251-16-R-0325-000.docx)
- Place of Performance
- Address: Richard L Roudebush VA Medical Center;1481 W. 10th St.;Indianapolis, IN
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN04165223-W 20160630/160628235454-c69ef8dddc3f4b2df4f0582afc9c94d8 (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 |