DOCUMENT
C -- A/E - DESIGN CRAWL SPACE ASBESTOS ABATEMENT IN BLDG B36 CANANDAIGUA VAMC - Attachment
- Notice Date
- 4/27/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;2875 Union Road, Suite 3500;Cheektowaga, NY 14227
- ZIP Code
- 14227
- Solicitation Number
- VA24217R0533
- Response Due
- 5/17/2017
- Archive Date
- 8/15/2017
- Point of Contact
- Rachel Beason
- E-Mail Address
-
.Beason@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- General The VA Medical Center, Canandaigua, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the design of a project to Abate Asbestos in Building 36 crawl Space. SDVOSB Firms with an SF330 on file within the past twelve months and within a 300 mile radius to the Canandaigua VAMC are being considered. If you believe you have an SF330 on file and would like to be considered for this procurement please send an e-mail to Rachel.Beason@va.gov expressing your interest in being considered. Therefore, if your firm does not have an SF330 on file, or you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Rachel.Beason@va.gov by 4:30 PM EST, May 17, 2017. This project will include but is not limited to the following: BRIEF PROJECT DESCRIPTION The scope of this project is to assess the extent of all existing ACM in the Sub Basement and Crawl Spaces of Building 36 (B-36) provide ACM abatement execution (construction) and air monitoring contract documents for ACM removal and proper disposition as required by applicable regulation and code. Air Monitoring Services cannot be performed by the AE that designs the removal. All abatement and removal will be consistent with VA Master Specifications Division 02 Existing Conditions. The design will be completed in a manner such that the estimated construction cost is within the VA budget. The anticipated period of performance for the design is 90 days from contract award. EXISTING CONDITIONS / CRAWL SPACE LOCATIONS SUB BASEMENT B-36 is designated for 3 Floors of Business Occupancy. Each Floor Plan contains approximately 17,000 S.F. Offices and Meeting Rooms occupy the Ground Floor. The 1st and 2nd floors are used for storage and have intermittent Facilities access. There are various combinations of other ACM abatement and construction activities occurring though out the building. B-36 is designated for full occupancy pending completion of extensive ACM abatement in other areas and multiple build out activities. The crawl spaces are to the North and South of the 1,200 SF Sub Basement Mechanical Room EB-3. The entire area of crawl space is deemed ACM contaminated due primarily but not exclusively to deteriorated ACM pipe insulation. Entry to the space below the ground floor is limited to Mechanical Room EB-3, and not permitted to the crawl space portions of the sub-basement. There are several abandoned-in-place pipes that need to be identified and removed. The piping in question is old and needs to be replaced. Include insulation replacement in the general scope of the execution package. The steam and condensate lines are original and are insulated with asbestos. The only access to this pipe basement is through a small, 3 x 3 openings in the mechanical room (see reference drawings for location). The pipe basement is a movement restrictive crawl space with only limited areas with a maximum 5 -6 headroom. The earthen floor is covered with debris and old material that has been removed over the years. There are many cables of various types strung across this space. Some are communication cables, some could be power cables. Movement through this space is very difficult due to the height and condition of the floor. Confined space entry procedures must be followed. VA Information Only The C&A requirements do not apply, and a Security Accreditation Package is not required. A full scope of services will be included in the formal solicitation after a review of the SF330s The following evaluation criteria will be used when reviewing submitted SF330 data and will comprise the basis of information to be used by Canandaigua VAMC for A/E evaluation and selection. Firms submitting SF330 data for consideration must address each of the following criteria in the SF330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board Professional qualifications necessary for satisfactory performance of required services. 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. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 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 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $250,000 and $500,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $15 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA24217R0533/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-R-0533 VA242-17-R-0533.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3451786&FileName=VA242-17-R-0533-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3451786&FileName=VA242-17-R-0533-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-R-0533 VA242-17-R-0533.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3451786&FileName=VA242-17-R-0533-000.docx)
- Record
- SN04487956-W 20170429/170427234815-a366de15f7b0d88b3e5274a554248fc4 (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 |