Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
DOCUMENT

C -- Sources Sought for SDVOSB to Provide A/E Condenser Water Piping Replacement in Building No. 4 Project No. 630A4-13-403 - Attachment

Notice Date
1/17/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0201
 
Response Due
2/15/2017
 
Archive Date
3/17/2017
 
Point of Contact
Ms. Mitchelle Labady
 
Small Business Set-Aside
N/A
 
Description
This announcement is not a Request for Proposal or Quote. The Government will not pay or reimburse any parties for the costs associated with responding to this request. The Government is under no obligation to award a contract from the responses received as a result of this announcement. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project #630A4-13-403, Replace Condenser Water Piping Building #4 Project at the VA New York Harbor Healthcare System, Brooklyn Campus. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 Engineering Services and small business size standard of $15 Million. The magnitude of design services is between $25,000 and $100,000. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before March 24, 2017. Potential contractors must be registered in SAM (www.sam.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) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. LOCATION This Project is for the Replace Condenser Water Piping Building No. 4 at the New York Harbor Healthcare System, Brooklyn Campus, 800 Poly Place, Brooklyn, NY 11209. GENERAL SCOPE Provide all necessary architect/engineer services to prepare construction documents and specifications the Condenser Water Piping Replacement in Building No. 4, Project No. 630A4-13-403 at the New York Harbor Healthcare System-Brooklyn Campus. Scope of Work: Provide all necessary architect/engineer services to remove and dispose of the existing condenser piping from the main chiller plant to the condenser water pumps to the main chiller plant cooling tower and install new condenser water piping from the three existing chillers in the main chiller plant to the condenser water pumps and to the main chiller plant cooling tower. The A/E shall perform a thorough study of the existing chiller plant piping and operations in order to determine the appropriate type and size of piping to be used to replace the condenser water piping. Provide all necessary architect/engineer services to replace the existing condenser water piping, piping supports, control valves, shut off valves, strainers, check valves, chemical feed piping and pipe insulation etc. Provide all necessary architect/engineer services to replace the existing main cooling tower water make up lines. Provide all necessary architect/engineer services to replace the honeycomb eliminator on the main chiller plant cooling tower. Provide all necessary architect/engineer services to install a cooling tower basin sweeper system on the Building 15 Chiller Plant Cooling Tower. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing condenser water distribution system to determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. All work shall conform to the VA design criteria and regulations. The project design shall comply with the VA HVAC Design Guide & Criteria, VA Sustainable design Guide, ASHRAE 90.1 and all applicable NFPA codes. The A/E shall provide all services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI s, site/visits/inspections and prepare As-Built drawings from contractor mark-up drawings. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. The existing condenser water piping removal and replacement work shall begin when the A/C plant goes offline November 1st and be completed by March 23rd when the A/C Plant will be ready to go online. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C. Completion Time for Design: 240 Calendar Days after the Notice to Proceed (NTP) The Magnitude of construction project: Between $500,000 and $1,000,000 Location: Brooklyn Campus, VA New York Harbor Healthcare System, Brooklyn, NY SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required. In the case of this project engineering services for the Replacement of the Condenser Water Piping Building No. 4 project; (3) Capacity to accomplish the work in the required time; the general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; VISN 2 will evaluation past performance on recent and relevant contracts with government agencies (Emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). (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; and (6) Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) Compact Disc (CD) which contains digital copies of the SF 330. No hard copies are required. Two CDs shall be submitted no later than 11:00 AM EST on Wednesday, February 15, 2017. All submittals must be sent to the attention of Ms. Mitchelle Labady (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1. Tax ID Number; 2. The e-mail address and phone number of the Primary Point of Contact and; 3. A copy of the firms CVE verification as a Service Disabled Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Mitchelle.Labady@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0201/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0201 VA242-17-N-0201.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213449&FileName=VA242-17-N-0201-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3213449&FileName=VA242-17-N-0201-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04372945-W 20170119/170117234531-253a387b4f5505570a98e96c57009be6 (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.