Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
DOCUMENT

C -- DESIGN REPLACE STEAM DISTRIBUTION PIPING 630-15-111 - Attachment

Notice Date
9/20/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural 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
36C24218U0126
 
Response Due
11/15/2018
 
Archive Date
2/22/2019
 
Point of Contact
Sharon Pierce
 
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 #630-15-111 REPLACE STEAM DISTRIBUTION PIPING at the VA New York Harbor Healthcare System, Manhattan Campus. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. The magnitude of Construction is between $2,000,000 and $5,000,000. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before January 31, 2019. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. LOCATION This Project will be designed to Replace Steam Distribution Piping at the VA New York Harbor Healthcare System, Manhattan Campus, 423 E. 23rd Street, New York, NY 10010. GENERAL SCOPE Provide all necessary Architect/Engineer services to complete construction documents for the Replace Steam Distribution Piping project, 630-15-111, at the New York Harbor Healthcare System. Scope of Work: The A/E shall design replacement of the existing Steam Distribution Piping and associated systems in Bldg1 and Bldg 6. The A/E shall perform a thorough study of the existing Steam Distribution Piping and associated systems to determine the best new type of system and replacement components items are to be installed. The A/E shall review the existing Pennoni drawings and Facility Condition Assessment (FCA) and present options available and provide a narrative of the positives and negatives for each item. The design includes modifying the existing piping, tanks, valves, pumps, exhaust fans, mechanical & electrical connections, structural steel supports, concrete pads, replacing pneumatic controls and integrating into the building management system as required for the installation of the new Steam piping and associated components. The project design includes installing and replacing: Evaluating recoating the three 15,000 gallon tanks in the  21st Floor North Tank Room. New controls and floats are to be installed removing the existing pneumatic controls. - Replacing the three dilution tanks for cooling condensate prior to drainage in the Ground Floor West, South and North Tank Rooms. Replacing all control valves  and pressure reducing stations, vacuum pumps and traps. Ejector sump pumps in these three rooms are replaced. Exhaust ventilation fans and ductwork are to be installed or replaced. - Evaluate the Domestic water tank in South Tank Room and replacement of one pump. South Tank Room HW tanks (if adequate  steam  supply, then remove hot water tanks) Replacing or repairing existing pipe insulation New Supply and Return Piping in the Sub-Basement New Hot water heaters in the Main Building The Steam distribution piping controls shall be tied into the existing Building Management control system in the chiller plant. All work shall conform to VA criteria and regulation. The project design shall comply with VA HVAC Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes. The A/E shall provide all 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. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. The Architect/Engineer shall provide calculations comparing the energy consumption of the existing steam system to the new proposed systems and determine the cost savings for the Medical Center. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. Training Contractors working on site must be compliant with Privacy training.   When coming on site all contractors must read and sign VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information a signed copy of the training will be provided and maintained by the COR.   This training needs to be completed annually. The piping replacement work shall begin when most of the steam usage declines from May 1st to October 15th. The A/E will provide preliminary, 35%, 65%, 95% and 100% design submissions. The A/E will also provide submittal reviews, construction period services, site visits and inspections. The A/E will meet with VA staff to establish a scope of project. The A/E will review existing drawings and make recommendations for modifications as needed. The project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). The A/E services will include various phases of design starting with a site survey and design analysis and following through with working drawings and construction specifications. A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. Extra efforts are required towards project phasing to provide a minimum interruption to the Medical Centers normal activity. The A/E shall address the need for special protective construction (Pre-construction risk assessments) and methods of work to assure the continued operation of medical center. To include addressing asbestos, lead base paint and environmental controls as regulated by local, county, state, federal and Department of Veterans Affairs regulations. The A/E shall develop an appropriate phasing and coordination plan for the construction of the project to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction. As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on Auto CAD 2012.VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 20% less than the approved construction budget, based on the A/E's final cost estimate. (1)      Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the  Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2)      Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3)      Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4)      Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements. a.       The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.   b.       Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until the training and documents are complete. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy and Information Security Awareness and Rules of Behavior Training   -   TMS Code 10176 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). Metrics and Green Procurement initiatives are to be included. Completion Time for Design: 210 Calendar Days for Design The Magnitude of construction project: Between $2,000,000 and $5,000,000. Location: Manhattan Campus, VA New York Healthcare System, New York, NY 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; The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; VISN 2 will evaluation past performance on recent and relevant contracts with government agencies (Emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). (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; and (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperatives. (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. (9) Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) Compact Disc (CD) which contains digital copies of the SF 330. No hard copies are required. Two CDs shall be submitted no later than 3:00 PM, EST on October 22, 2018. All submittals must be sent to the attention of Sharon Pierce (NCO2), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904. 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; 4. A copy of the firms CVE verification as a Veteran Owned Small Business. 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 (Sharon.Pierce@va.gov); telephone 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. ATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm s SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications For This Contract. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to VA New Jersey Healthcare System, Lyons Campus request for SF 330, Architect-Engineer Qualifications for the Plumbing and Mechanical System Study. This Request for SF 330 s requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to James J. Peters VA Medical Center relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by 3:00 PM, EST on Monday, October 22, 2018 directly to the VISN 2/Network Contracting Office (NCO) Contract Specialist. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. Sharon Pierce Contract Specialist VISN 2 Networking Contracting Office (NCO2) James J. Peters Medical Center 130 West Kingsbridge Road, Room 9B-67 Bronx, New York 10468 Email: Sharon.Pierce@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 2 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________ __________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms Responsibilities:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the o Prime Contractor o Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) __________________ B. EVALUATOR INFORMATION: Evaluator s Company or Agency Name: ____________________________ Evaluator s Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone: __________________________ __________________________ E-mail: ______________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D)TO: Sharon Pierce Contracting Officer VISN 2 Networking Contracting Office (NCO2) James J. Peters Medical Center 130 West Kingsbridge Road, Room 9B-67 Bronx, New York 10468 Email: Sharon.Pierce@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: _______________ PROJECT NAME: _______________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this contract? 20. How would you rate the A/E s overall technical/quality performance on this contract? 21. Would you use this A/E again? (If No, please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions:_______________ CONTRACTOR S NAME: ___________________ PROJECT NAME ______________________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0126/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0126 36C24218U0126.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4602196&FileName=36C24218U0126-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4602196&FileName=36C24218U0126-000.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: New York Harbor Healthcare System;Manhattan Campus;423 E. 23rd St;New York;New York
Zip Code: 10010
 
Record
SN05098378-W 20180922/180920231122-270a19821103014ad4b462e04885f5e4 (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.