Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
DOCUMENT

C -- USP 800 compliance HVAC Renovation #562-18-402 - Attachment

Notice Date
8/9/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
36C24418R0655
 
Response Due
9/10/2018
 
Archive Date
12/9/2018
 
Point of Contact
Paul Bosak
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for the selection of an Architect and Engineering Service (AE) for the USP 800 Design project. The location of the projects will be at the Erie Veterans Administration Medical Center, 135 East 38th Street, Erie, Pennsylvania. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website http://www.gsa.gov/portal/forms/download/116486 Forms Library. CONTRACT INFORMATION: The project will include the following: A/E to investigate the clean room used by the pharmacy, catalog and report deficiencies with USP 800 standard, and create a construction design to improve clean room compliance with the USP 800 standard. These deficiencies and points of note include, but are not limited to the following: Install full temperature and humidity control capability and readable sensors to the clean room area to allow end users and the facility to tune the environment to meet standard requirements. A/E shall price a standalone, independent system with these capabilities as alternate #1, with choosing of option dependent upon price and budget. Replace refrigeration unit with one that meets USP 800 standards. Investigate electrical wiring and receptacles and replace as needed to meet USP 800 standards and user needs. Reinstall existing fume hoods that are compliant with USP 800 to ensure proper wiring and hook ups are in place to meet USP 800 standards. Ensure existing or newly installed HVAC equipment meets USP 800 standard including proper number of air exchanges. If existing HVAC equipment is to be reused, data must be collect to ensure and prove compliance with USP 800 standard. HVAC equipment modifications may need to be made to ensure proper filtration and maintenance can be done easily. Investigate the status of the current ceilings with compliance to USP 800 standard. Current ceilings are impervious acoustical ceilings with gaskets, but A/E to investigate and price a solid ceiling as alternate #2, with choosing of option dependent upon price and budget. Investigate placement of existing eye wash station in relation to current hazards drug room and if it being two doors away from that room is compliant with USP 800 standards. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.602-5 Short Selection Process for Contracts not to Exceed the Simplified Acquisition Threshold and Veterans Administration Acquisition Regulation (VAAR) 836.6. The final selection will be based on the SF 330 that is submitted. There will be no oral presentations held. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310 Architect and Engineering Services. The contract will be awarded as a Firm Fixed Price (FFP) contract. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic CD copy of Parts I and II in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than 2:00 pm on September 10, 2018. All SF330 submittals must be sent to the attention of: Erie VA Medical Center Attention: Paul Bosak/Donald Kalivoda Contracting Building 9 Room 107-9 135 East 38th Street Erie, PA 16504 Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of Paul.Bosak@va.gov. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact A printed copy of the firms VetBiz Registry In order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting, all firms submitting SF 330 s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime AE firm s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Personal visits by AE firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to submittal of the SF 330, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov and must also be registered in VetBiz and be verified. SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received. If a submitting firm fails to meet these criteria they will be deemed non-responsive and shall be rated accordingly. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The three (3) factors (Professional Qualifications to Perform the Services Required, Specialized Experience and Technical Competence, and Past Performance) are more important than the other five (5) factors and are of equal weight among themselves. The remaining five (5) factors are of equal weight among themselves. Professional Qualifications to Perform the Services Required: This factor is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Civil Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. Specialized Experience and Technical Competence: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The project will include replacing the existing dry cooler with a new cooler, existing pumps, expansion tank, piping and replace damaged concrete. Project shall include equipment planning and site preparation, necessary improvements to the physical structure and also addressing documented deficiencies in the area. NOTE: Ensure that projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm. Capacity to Accomplish Work: This factor evaluates the ability of the AE firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. Past Performance: This factor considers each offeror s recent and relevant record of performance. This factor evaluates the past performance information provided by the AE firm as well as performance appraisals on file in the Past Performance Information Retrieval System (PPIRS). Geographical Location: This factor evaluates the distance from the AE firms design office to the location of work (Erie VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Distance will be driving distance measured from the Erie VA Medical Center, Erie, PA Reputation of Firm and its Principle This factor used past performance information to evaluate the AE firm s professional performance and management practices of the in-house personnel and subcontractors that are to be assigned to this contract Record of Significant Claims This factor evaluates the individual AE firm s record of claims filed against it for errors and omissions. Specific Experience and Qualifications of proposed members working on projects as a Team: This factor evaluates the individual AE firm s experience of the in-house personnel and subcontractors that are to be assigned to the AE team performing under this contract and their record of working together as a team. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0655/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418R0655 36C24418R0655_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534923&FileName=36C24418R0655-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534923&FileName=36C24418R0655-000.docx

 
File Name: 36C24418R0655 S02 36C24418R0655.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534924&FileName=36C24418R0655-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4534924&FileName=36C24418R0655-001.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: Erie VAMC;135 E. 38th St;Erie, PA
Zip Code: 16510
 
Record
SN05028951-W 20180811/180809231119-d0e9d8aa04bbdb61965ad92fa40e1b58 (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.