Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2018 FBO #5954
DOCUMENT

C -- 589A7-18-302 INSTALL NEW BOILERS B13 - Attachment

Notice Date
3/11/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25518R0323
 
Response Due
3/27/2018
 
Archive Date
5/26/2018
 
Point of Contact
Sean P Jackson
 
E-Mail Address
6-1126<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Title: Install New Boilers, Project 589A7-18-302, Wichita VA Medical Center, Wichita, Kansas Solicitation Number: 36C25518R0323 Agency: Department of Veterans Affairs Contracting Office: Network Contracting Office 15 Contracting Office Location: 3450 S 4th Street Traffic way, Leavenworth, Kansas Type of Notice: Sources Sought Posted Date: 3/11/2018 Response Date: 3/27/2018 Set Aside: Small Business Classification Code: C-Architect and Engineering services NAICS Code: 541330 Engineering Services Synopsis: Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The NCO 15 Contracting Office, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB) Architect-Engineering firms capable of providing the required services outlined below for the VA Medical Center located in Wichita, Kansas. Applicable NAICS code is 541330 size standard $15.0 million. Responses to this notice must be submitted via e-mail and received no later than March 27, 2018. No telephone inquiries will be accepted or returned. Additional information about this project will be issued on the Federal Business Opportunities website https://www.fbo.gov once available. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (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. Scope of project: Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to: advance planning and design of the project to Install New Boilers and construction oversite (including final as-built drawings) at the Robert J. Dole Wichita VA Medical Center in Wichita, Kansas. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Medical Planners, Structural, Mechanical, Geo-technical, Communication (voice & data), Plumbing, Electrical Engineers, Fire Protection Engineer, Lean Consultant, Commissioning Agent, and Cost Estimators with experience in the programming, planning and design of new boilers and a new building to house the boilers. The A/E shall prepare plans and specifications for a construction contract to accomplish the following work: CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project): Design and Construction Procedures, PG-18-3 Design Submission Instructions, Minor and NRM Projects, PG-18-15, Vol C Standard Details. Program Guide, PG-18-4 Equipment Reference Manual, PG-18-6 Equipment Guide List, Program Guide PG 7610 Space Planning Criteria for Medical Facilities Handbook, 7610 Uniform Federal Accessibility Standards Signage Design Guide Master Construction Specifications, Program Guide-18-1 VA Design Alerts VHA National CAD Standards Minimum Requirements for A/E Submissions Minor and NRM, PG-18-15, Vol C National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) Federal, State, and Local standards and codes. VA Whole Building Commissioning Process Manual VA Directive 0056 VA Sustainable Building Program ASHRAE 90.1-2013 VA HVAC Design Manual Note: Above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF DESIGN/CONSTRUCTION PROJECT: The Project will renovate and expand existing boiler plant Building to accommodate code compliant installation of three (3) new boilers and new supporting ancillary equipment and controls. It is anticipated that: temporary utility tie-ins as necessary, will be constructed, to maintain operation of the existing boilers during construction operations until switchover to, and operation of, the new boilers. Work will also include relocation of all utilities as necessary; some lead paint and asbestos remediation; installation of a new emergency generator set; worker cooling stations and associated chiller equipment, makeup air fan units, air intake preheat units; and containment vaults for double walled, leak detection monitored, new fuel storage tanks. The project will provide new energy efficient windows on the existing building, new office, storage area and electrical room and a 2500 square foot addition to the building. The A/E shall conduct a survey/investigation to evaluate the whole boiler plant in Building 13 to ensure correct boiler size and condition of steam system components. Survey/investigation shall evaluate the size of the boilers to meet the current demand as well as future Medical Center Loads. Survey/investigation shall evaluate the condition of steam system components in the whole boiler plant, building 13. This will include but not limit to feed water pumps and piping, feed water deaerator, chemical pumps, condensate pumps and piping, vacuum pumps, PRV, steam traps, stop valves, gate valves, boiler stacks, boiler blowdown, and main system piping. A&E shall produce during Concept (Schematic) three (3) alternatives that will meet the Medical Center demand loads as well as the necessary work from paragraph one. Each concept shall list the pros, cons and energy efficiency. The A&E shall be responsible for air monitoring services to be provided during remediation. Construction will consist but is not limited to, the following: necessary demolition and removal of utilities and boilers, installation of new equipment and boilers, finishes, specialties; new and reconfigured drywall partitions; mechanical, plumbing, lighting, fire protection, and electrical systems upgrades (as necessary); new interior and exterior finishes all as necessary to complete the scope of work above. The construction of this project will take place at a very busy occupied medical center and is to be completed to allow boiler functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. Design to the Government s Guiding Principles for Sustainable Federal Buildings standards with verification by a Professional Engineering stamp and completion of the Guiding Principles Checklist. Architect is responsible for verifying that the construction meets the Guiding Principles for Sustainable Federal Buildings. Full commissioning per the VA Whole Building Commissioning Process Manual as applicable to this building is required. All associated costs and labor (Commissioning agent(s), inspections/witnessing, and documentation) shall be the responsibility of the Architect. Provide cost estimates associated with deduct alternates. Building design shall meet all applicable/current codes for mechanical, plumbing, electrical, fire protection, and life safety, VA standards, VA Design Manuals, and VA Design Guides standards. All spaces will be designed to meet relevant physical security guidelines. The completed project shall be capable of achieving LEEDS certification. Anticipated time for completion of design is 280 calendar days including time for VA reviews. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction price range is estimated to be between $10,000,000 and $20,000,000. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services, small business size standard of $15.0 million in average annual receipts for the preceding three years. Interested firms must be registered in www.SAM.gov and qualified as a service disabled veteran owned (SDVOSB) small business under this NAICS code. Qualified service disabled veteran owned businesses are encouraged to respond and required to be registered in the VetBiz registry http://www.va.gov/osdbu/ on or before the response date. ALL firms desiring to be consideration must have a working office located within 250 miles of the Robert J. Dole VA Medical Center located at 5500 E. Kellogg Ave, Wichita, Kansas 67218. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located. Firms must be licensed to work in the state of Kansas. This distance is determined according to http://maps.google.com/ The response to this notice shall be in summary format and shall not exceed ten (10) pages and include the following: company name, DUNS number, social economic category (SDVOSB only), address, point of contact, telephone number and email address, sample information on same or similar type projects involving the design for the installation of multiple new boilers for a medical center, Federal, State, or Local agency, or large business completed within the last 5 years. No basis for claim against the Government shall arise as a result of a response to this sources sought notice or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy. Responses must be received by 3:00 PM CDT on March 27, 2018 via e-mail to the Contracting Officer at sean.jackson@va.gov. PLEASE REFERENCE "SOURCES SOUGHT: Project 589A7-18-302 Install New Boilers" IN THE SUBJECT LINE or cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the FBO website at https://www.fbo.gov. The FBO website is the only official site to obtain these documents. Contracting Office Address: Network Contracting Office (NCO) 15, 3450 S. 4th Street, Leavenworth, KS 66048 Point(s) of Contact: Sean Jackson, Contracting Officer, e-mail address: sean.jackson@va.gov Jennifer Sotomayor, Contracting Specialist e-mail address: jennifer.sotomayor@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518R0323/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25518R0323 36C25518R0323.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4142081&FileName=36C25518R0323-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4142081&FileName=36C25518R0323-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wichita VA Medical Center;5500 E. Kellogg;Wichita, Kansas
Zip Code: 67218
 
Record
SN04850428-W 20180313/180311230056-c5df076174c2fd8532e0b10cdd0078c6 (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.