DOCUMENT
C -- FCA - Replace Domestic Water Pumps and Associated Piping Piping, B1, 657-17-102JC - Attachment
- Notice Date
- 1/25/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;VA Health Care System;#1 Jefferson Barracks Drive;St. Louis, MO 63125-4199
- ZIP Code
- 63125-4199
- Solicitation Number
- VA25517R0205
- Response Due
- 2/9/2017
- Archive Date
- 5/10/2017
- Point of Contact
- Pauline Czajkowski
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Synopsis: CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 350 MILE RADIUS OF THE St. Louis VA Health Care System, John Cochran Division, St. Louis, Missouri. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the St. Louis VA Health Care System Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to Pauline.czajkowski@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541330 Engineering Services and small business size standard of $15M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 91 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASID FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) 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. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) 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) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. Completed package shall be delivered electronically on or before 2/09/2017 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Pauline Czajkowski Contracting Officer @ Pauline.czajkowski@va.gov PROJECT INFORMATION The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an Architect/Engineer A/E or Engineer Firm on a Water Pump/Piping project located in Building 1, John Cochran (JC) Division, St. Louis, MO 63106. The water pumps, backflow preventor and equipment are 40 to 50 years old and require upgrade for reliability, function, energy efficiency and supply redundancy. Description of work to be performed includes: Architect-Engineering services are required for Schematics Design, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #657-,17-102JC Replacement of Water Pumps and Associated Piping. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: The work to be performed shall include but is not limited to: SCOPE OF WORK The Prime contractor shall have the capability to provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, VPIH, Mechanical, Electrical and Plumbing (Including Fire Protection). Existing Conditions: Building 1 is an existing 11-story building, including the Basement level. The existing water pump system for the hospital consists of three main water pumps(circa 1969), a backup water pump and a water pump which is no longer in service that shall being replaced by the backup water pump. All pumps currently have their own controls. The design shall include replacement of the backflow preventer on the 6-inch main line coming into the basement from the north. The existing Pump capacities and Backflow Preventer are described as follows: Pump 1- 213 GPM Pump 2- 468 GPM Water supply pumps being replaced. Pump 3 -468 GPM Backup pump 468 GPM Backflow Preventer located on 6-inch main line, north wall of basement Project Intent - Water Pumps and Backflow Preventer Replacement: Assess the layout of the existing water pumps, backflow preventer, and electrical identified above, in Building 1, JC, by conducting a thorough initial field survey. Initial field survey must include all water requirements and the piping assessment with the intent to provide recommendations to replace equipment. The existing three water supply pumps (items a.i, a.ii and a.iii above) shall be replaced with a system compatible to a Grundfos BoosterpaQ with three Model MOC-E 3CR64-2-1 20 hp pumps. All new pumps shall be installed and connected to the existing VA DDC system. Existing backup water pump shall be removed and placed into the existing OLD WATER PUMP location as shown in the Reference Drawing. This backup pump may be temporarily used for supply of water while the new 3-pump water pump system is being placed into service. Existing backflow preventer on north basement wall shall be replaced with a new backflow preventer. Training for VA Employees on the new pump controls once the pumps are in place. The design shall include requirements for Phasing of the work in addition to the requirements for maintaining water service to the entire VA complex and maintaining the required water pressures during construction. Electrical: Ensure redundancy and separation of power to pumps for backup and testing purposes Epoxy seal on basement floor. This shall include preparation of the surface and application of the epoxy seal coatings. Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to VASTLHCS Facility Engineering Service. Report will include initial cost estimate for all work included in the Replacement of the Water Pumps, Piping, Controls, Backflow Preventer and for the application of the epoxy flooring. This report will be considered the Design Narrative as referenced in SP B5 DESIGN REVIEW AND COMPLETION SCHEDULE below All spaces within the scope of work must be designed according to applicable codes and standards. The A/E shall submit design plans (25%, 50%, 95%, 100% Contract Docs for Bidding, and Release for Construction Set) specifications, submittals schedule, estimates and other documentation.. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. As a result the Construction Documents must conform to the Probable Construction Cost Estimate and convey the entire construction work completely and clearly. g. Design completion timeframe of 91 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $250,000, and $500,000. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project #657-17-102JC for VASTLHCS will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance : (1) Professional Qualifications: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects (ACHA American College of Healthcare Architects), Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Estimators, CAD operators, Project Managers and Professional Industrial Hygienists (PIH). (2) Specialized Experience and Technical Competence: Specific experience and technical skill in the type and scope of work required for medical facilities new construction and renovations to existing medical facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, will be examined. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (3) Capacity to Accomplish the Work: The general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. (4) Past performance: The VA will consider the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. (5) Location of Design Firm: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. (6) Claims and Terminations: Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. They will be examined. (7) Reputation in A-E Community: Provide documentation regarding reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517R0205/listing.html)
- Document(s)
- Attachment
- File Name: VA255-17-R-0205 VA255-17-R-0205_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3232819&FileName=VA255-17-R-0205-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3232819&FileName=VA255-17-R-0205-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-R-0205 VA255-17-R-0205_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3232819&FileName=VA255-17-R-0205-000.docx)
- Place of Performance
- Address: St. Louis VA Health Care System;John Cochran Division;915 N. Grand Blvd.;St. Louis, MO
- Zip Code: 63106
- Zip Code: 63106
- Record
- SN04380410-W 20170127/170125234254-9c56fc4b1c074d90b145c781274d6c17 (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 |