DOCUMENT
C -- Correct Critical FCA Mechanical Deficiencies - Attachment
- Notice Date
- 2/15/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- 36C24718R0265
- Response Due
- 3/20/2018
- Archive Date
- 6/18/2018
- Point of Contact
- Phillip M. Braswell
- E-Mail Address
-
p.Braswell@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ARCHITECT-ENGINEERING (A/E) SERVICES: The Charlie Norwood VA Medical Center, Augusta, GA is seeking qualified A/E firms to furnish professional services to Correct Critical FCA Mechanical Deficiencies, Bldg. 801 Uptown, 950 15th Street, Augusta, GA 30904. The A/E firm shall provide all necessary professional architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports and cost estimates, including services throughout construction to Correct Critical FCA Mechanical Deficiencies, Bldg. 801 at the Charlie Norwood Uptown Division fo the Augusta VAMC, 950 15th Street, Augusta, GA 30904. This project will replace old and beyond end of life cycle air handling units (AHUs) in the downtown facility. AHU numbers 1G, 1F, 1E, 2E, 2D3, 2D4 and 2D2 are all in varying degrees of disrepair and need to be replaced. The most egregious ones have condensate pans that are rusting through and are not serviceable. The chilled water, hot water and steam lines feeding these units must have isolation valves to ensure future maintenance can be achieved without shutting off service to other areas of the facility. Existing fire dampers are not serviceable to three units. Finally, all pneumatic controls shall be replaced with DDC (BacNet) to match the existing system (Metasys) and tied into both building management center and the operational plant. The project will address FCA issues and will make required energy and sustainability upgrades. Professional disciplines include but are not limited to architectural, fire protection, plumbing, HVAC (to include pre tab and traversing), electrical, equipment, data and communications, asbestos abatement, space planning and estimating. The awarded A/E firm will prepare drawings and specifications in sufficient detail that qualified outside general contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring hat the specifications and drawings supplied fully represent all of the work described in the Request for Proposal. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E firm to minimize impact of the construction. The NAICS code for this project is 541310. The SF 330 can be downloaded through the GSA Forms Library at http://www.gsa.gov/portal/forms/type/TOP type in SF 330 in the Find a Form block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR POPOSAL; NO SOLICITAION PACKAGE WILL BE ISSUED UNTIL AFTER A COMPLETE EVALUATION IS COMPLETED. This project is 100% set aside for a service-disabled veteran-owned small business (SDVOSB) concern and the award of a firm fixed price for each project is anticipated. The NAISC code for this project is 541310 and the applicable small business size standard is not more than $7.5 million in annual gross revenues averaged over the past three years. Interested parties shall insure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov., verified as a SDVOSB in VetBiz information pages (VIP) at http://vip.vetbiz.gov and reporting to VETS 4212 program at https://ww.dol.gov/vets/vets4212.htm#howtofile. SDVOSB verification is mandatory to be considered for award. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend meetings in person on site at the Charlie Norwood VA Medical Center, Augusta, GA. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within a 400 mile radius of the Charlie Norwood VAMC, Augusta, GA. Interested firms shall submit four (4) copies of their SF 330 with appropriate documentation and the same on 2 CDs to the Charlie Norwood VAMC, ATTN: Kigwana Cherry, 1 Freedom Way, Augusta, GA 30904. Offerors shall submit proposals (1 copy & 1 CD) to the Department of Veterans Affairs, VISN 7 Network Contracting Office, LaVista Business Park Building A, ATTN: Phillip M. Braswell, Contract Specialist, 2008 Weems Road, Tucker, GA 30084. FIRMS SHALL SUBMIT PROPOSALS NOT LATER THAN 3:30 PM EST, TUESDAY, MARCH 20, 2018. The A/E Selection criteria will include the following elements: 1. Standard Form 330 0 Architect-Engineering Qualifications a. Professional qualifications necessary for satisfactory performance of required services; b. 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. c. Past performance on contract with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. d. 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. e. Reputation and standing of the firm and its principal officials with respect to professional performance, general management and cooperativeness. f. Specific experience and qualification of personnel proposed for assignment to the project and their record of working together. 2. SF 330, Section H Additional Information a. Management Plan The plan shall include management process, QA/QC, cost control and schedule control. b. Proposed Design Approach c. Estimating Effectiveness d. capacity to accomplish the work in the required time e. Awards received f. Circumstances and outcome of any litigation g. Type and amount oi liability insurance Firms will be evaluated by an A/E evaluation board, scored and ranked according to score. The three (3) most qualified firms will be invited to interview with the evaluation/selection board and will be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. This is not a request for proposal and no materials will be issued and no solicitation package or bidder/plan holder list will be issued. All questions regarding this announcement must be e-mailed to the contract specialist, Phillip M. Braswell at Phillip.Braswell@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24718R0265/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718R0265 36C24718R0265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4088901&FileName=36C24718R0265-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4088901&FileName=36C24718R0265-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718R0265 36C24718R0265.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4088901&FileName=36C24718R0265-000.docx)
- Place of Performance
- Address: Charlie Norwood VAMC - Uptown Locatio;950 15th Street;Augusta, GA
- Zip Code: 30904
- Zip Code: 30904
- Record
- SN04825035-W 20180217/180215231953-f6b6d48cf99b7c55e32500301f5594fa (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 |