DOCUMENT
C -- PROJECT # 630A4-14-434 UPGRADE STEAM DISTRIBUTION SYSTEM ST. ALBANS VA MEDICAL CENTER - Attachment
- Notice Date
- 8/30/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218U0024
- Response Due
- 10/2/2018
- Archive Date
- 1/9/2019
- Point of Contact
- Vladimir.Stoyanov@va.gov
- E-Mail Address
-
Contract Specialist
(Vladimir.Stoyanov@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project No. 630A4-14-434, UPGRADE STEAM DISTRIBUTION located in St. Albans NY VAMC, St. Albans Campus. This procurement is restricted to Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms ONLY. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $7 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. The anticipated award date of the proposed A-E Contract is on or before 12/01/2018. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. In order to assure compliance with this clause, all firms submitting an SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) - subcontracting will not be permitted under this contract. I. The scope of Work: Provide all necessary labor and material for A/E services to design the Upgrade Steam Distribution System project at the New York Harbor Healthcare System-St Albans Campus. Develop construction documents, construction period services, and site trips. II. Specific Requirements: 1. Provide all necessary Architect/Engineer services to complete construction documents and specifications for the Upgrade Steam Distribution System project at the New York Harbor Healthcare System- St Albans Campus. 2. The A/E shall perform a thorough study of the existing steam distribution system and all associated piping, equipment, valves, pumps, traps, controls related to the steam distribution system and provide a recommendation for replacement. The project design shall include all items recommended for replacement. 3. The A/E shall provide construction documents and specifications to replace the steam supply and return main distribution piping from the Boiler Plant to the Laundry Building 173, and from the Boiler Plant to Building 88 and Building 89. 4. The project design involves removing the abandoned steam supply line that feeds Building 88 and Building 89 and replacing this line with a new steam supply line. The project design involves installing a new steam return line that serves Building 88 and building 89 and removing the existing steam return line serving Building 88 and Building 89. The project design includes repairing the existing steam supply that serves Building 88 and Building 89. The project design includes installing pipe hangers and supports, new valves, steam traps, strainers, check valves and expansion joints as required for the installation of the new steam supply and return lines. The project design includes replacing any missing or damaged pipe insulation on the steam lines serving Building 88 and Building 89. The A/E shall be responsible for developing a phasing plan for the steam line replacement. 5. The project design involves removing the existing steam supply line that is currently turned off that feeds Building 173 and replacing this line with a new steam supply line. The project design involves installing a new steam return line that serves Building 173 and removing the existing steam return line serving Building 173. The project design includes repairing the existing steam supply that serves Building 173. The project design includes installing pipe hangers and supports, new valves, steam traps, strainers, check valves and expansion joints as required for the installation of the new steam supply and return lines. The project design includes replacing any missing or damaged pipe insulation on the steam lines serving Building 173. The A/E shall be responsible for developing a phasing plan for the steam line replacement. 6. The project design includes removing and replacing the existing steam condensate pumps, vacuum pumps, steam valves, steam control valves, steam traps, expansion tanks and piping in the basement machine room pits in Buildings 88, 89, and 91. The project design includes installing new pipe insulation in the basement machine room pits in Buildings 88, 89 and 91. 7. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing steam distribution system to determine the quantities of asbestos-containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. 8. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. 9. All work shall conform to VA criteria and regulation. The project design shall comply with VA HVAC Design Standards & Criteria, VA Sustainability Design Guide, ASHRAE 90.1 and all applicable NFPA codes. 10. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. 11. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. 12. The A/E shall provide construction period services to include submittal review; shall also provide a response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. 13. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. 14. The A/E shall be responsible for the development of the construction phasing plan, infection control risk assessment plan, and the interim life safety measures plan. 15. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in the VA Program Guide PG 18-15 Volume C. 16. The A/E shall provide a share point or FTP site that the VA does not have restricted access to for drawing transfer, submittal submission and review during the project. III. Industrial Hygienist 1. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing steam distribution system to determine the quantities of asbestos-containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. IV. All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1 and VA Standards & Criteria. V. The following must be incorporated into the A/E design: 1. Meet with the VA Engineering Staff to determine the exact functional requirements to be used for the design. 2. Recommend various options for the hospital engineers to evaluate. Options should include completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. 3. Provide all necessary site survey work to verify As-Built drawings and field conditions. 4. Provide construction period services and site visits. VI. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings): 1. Mechanical 2. Electrical 3. Architectural 4. Structural 5. Plumbing VII. Document reviews The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60%, 90% and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. Contract Originals and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets using AutoCAD (version 14 and 2016). The A/E shall provide one (1) set of drawings to the VA for record plans at the completion of the design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction, and the A/E shall turn over the changes in the As-Built drawings to the VA. AE shall incorporate the service of Multivista Photograph or equivalent to take construction documentation photos for photographic documentation of the project at 8 Interior Progressions, a Detailed MEP Exact Build, and Finished Exact Build. All contractor employees under this contract are required to complete the VA's online security awareness training course and the privacy awareness training course annually. The privacy awareness training requirement may be fulfilled under additional privacy awareness training options. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the Contractor and subcontractor(s). The C&A requirements do not apply, and a Security Accreditation Package is not required. All work shall be done at the VA Medical Center, 179-00 Linden Blvd., St. Albans, NY 11425 in accordance with the work described above and/or tasks described in this contract. COST RANGE Estimated Construction Cost Range: $2,000,000.00 and $5,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: Design: Start Preliminary and Schematic Design Phase - 14 days Submit 30% Preliminary and Schematic Design Phase for VA review - 90 days Review 30% Preliminary and Schematic Design Phase (VA comments to A/E) - 105 days Submit 30% Preliminary and Schematic Design Phase - 112 days Review 60% Design Documents for VA review - 157 days Submit 60% Design Documents (VA comments to A/E) 171 days Review 60% Design Documents - 178 days Submit 90% Design Documents for VA review - 223 days Review 90% Design Documents (VA comments to A/E) - 237 days Submit 90% Design Documents - 244 days Review 100% Design Documents for VA review - 274 days Submit 100% Design Documents (VA comments to A/E) - 288 days Review 100% Design Documents - 295 days Contracting Review 316 days Deliver Final 100% Design Documents for Bidding Purposes - 323 days A total number of days for entire design is 323 calendar days from notice to proceed. Construction: Number of calendar days to complete construction and IGCE to be proposed by the AE firm upon completion of the design. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its: (1) Professional qualifications necessary for satisfactory performance of required services; (2) 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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) 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; experience presented in SF330 must indicate/reflect same or greater magnitude projects with similar or greater complexity and must be designed and constructed within last 5-7 years within design and construction funding limitations. (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. LIMITATIONS This procurement is restricted to Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms ONLY. SUBMISSION REQUIREMENTS Qualified Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms are required to submit three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms). All packages shall be submitted no later than 4:00 PM, EST on 10/02/2018. All submittals must be sent by EMAIL to Vladimir.Stoyanov@va.gov. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Vladimir.Stoyanov@va.gov ); telephone and mail inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0024/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218U0024 36C24218U0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570071&FileName=36C24218U0024-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570071&FileName=36C24218U0024-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218U0024 36C24218U0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570071&FileName=36C24218U0024-000.docx)
- Place of Performance
- Address: UNITED STATES DEPARTMENT OF VETERANS AFFAIRS;NEW YORK HARBOR HEALTHCARE SYSTEM ST. ALBANS;179-00 LINDEN BLVD.;ENGINEERING SERVICE (138);ST. ALBANS, NY
- Zip Code: 11425
- Zip Code: 11425
- Record
- SN05065951-W 20180901/180830232155-99799c09f263e9ddc9f6103cd2e6fc44 (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 |