SOLICITATION NOTICE
C -- Consolidate HVAC Controls Project No. 542-19-102
- Notice Date
- 11/27/2018
- Notice Type
- Synopsis
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;19320
- ZIP Code
- 19320
- Solicitation Number
- 36C24419R0022
- Response Due
- 12/27/2018
- Archive Date
- 2/25/2019
- Point of Contact
- 610-383-0202
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 7 of 8 ACQUISITION INFORMATION: The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A/E) services for Project No. 542-19-102, Consolidate HVAC Controls. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A/E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. Existing Systems Overview: There are 27 normally occupied buildings on campus, of which 22 have central air handling (AH) systems and pumps. There are 12 buildings with Direct Digital Control (DDC) systems to control the equipment. Two other buildings have DDC systems to control specialty areas, even though the central AH systems are not. Four buildings have monitoring only by DDC systems. There are 4 different DDC systems installed across the campus JCI Metasys, Niagara AX, Delta Controls, and Trane Summit. Since the installations have been done by different vendors, there are 7 different web sites needed to access the systems. The facility was never given full administrative control of some of the systems, so controllability is limited. There are other problems as well. Scope of Work: This project will integrate all HVAC Direct Digital Control (DDC) systems on this campus for full functionality of the systems controls and the user interfacing. The integration must apply not only to existing DDC systems, but to planned implementations of new systems either in design, or construction. The infrastructure must be expandable to allow for future incorporation of all remaining pneumatic/local systems upon replacement with DDC systems. The new DDC network must be secure, yet readily accessible by all authorized users with varying access levels. Human Interface must be available through both web-based access and local access at the equipment rooms. The new DDC network must have ease of maintenance, without any requirement for proprietary licensure. The new DDC network must be in accordance with VA requirements as much as applicable. Where technology has developed beyond the current VA Masterspec, the application must be thoroughly vetted through VA Central Office. Within the Schematic Design submission, the A/E shall provide options and recommendations for the system architecture and interoperability platforms. Address the advantages and disadvantages of each option. Additionally, provide phasing recommendations in order to streamline the construction and maintain HVAC system functions during the construction. Identify any required temporary apparatus. The scope of work includes but is not limited to the following: Coordinate with CVAMC Chief Information Officer (CIO) or designee through the COR throughout the project in order to ensure that all IT and information security requirements are followed and maintained. Coordinate with CVAMC CIO regarding the application of government furnished equipment (GFE) for the new system or its setup. Coordinate the locations of all new panels and equipment with the CVAMC. Ensure that the appropriate ambient conditions will be maintained for all agreed upon locations. Include building system modifications in the design if necessary to accomplish this. Subcontract a commissioning organization to ensure that all HVAC functionality is accomplished and demonstrated prior to construction project completion acceptance. Coordinate with the various vendors of the existing direct digital control (DDC) building automation systems (BAS) for HVAC systems through the COR for successful integration with such systems. Coordinate with A/E firms of other projects for any new HVAC control systems being designed. Provide clear descriptions of all requirements for future new HVAC systems to ensure seamless integration. Provide uninterruptible power supply (UPS) as required for new computers, panels and devices. The system shall have all required lightening/surge protection. Re-landscape any existing landscaping damaged or removed during construction activities such that the final conditions match or improve upon the pre-construction landscape conditions. (The construction contractor shall photograph all areas of the CVAMC campus to be affected by construction activities, equipment, vehicles or materials staging prior to commencement of such activities.) Provide new materials as required. Patch all surfaces and finishes where existing control system components are removed and where surfaces and finishes are damaged by the construction and removal activities. Replace ceilings and provide access panels as required to accomplish the work. Instruct designated VAMC staff in the proper operation of the new system. All construction activities shall comply with OSHA requirements. The Following Investigative Work shall also be included Within the Scope of this Project: Perform a Code analysis to insure that the applicable Codes are being applied. Provide any civil, structural, architectural, electrical and mechanical and underground utility investigative work of existing systems necessary to insure the accuracy of your design. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Take digital photos of site major features and connection points. Digital format must be compatible with VA software. VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits. Other: Complete review and analysis of contractor's project cost proposals. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Technical Representative, request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A/E shall notify the Contracting Officer's Technical Representative in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay. Site visits as required. Include ten (10) full-day visits; eight (8) hours each for budget purposes. (Additional site visits must be included should they be desired.) Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover. Infection Control: The A/E shall incorporate into their documents engineering asepsis controls. The A/E shall coordinate with the VA s Infection Control Practitioner to determine the infection control measures required during the projects construction period. Additionally, the "Pre-Construction Risk Assessment (PCRA)", located at the end of this Attachment, shall be completed and incorporated into the final construction documents. The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide to the COR a complete set of mylar as-built drawings and compact disks (CD) of electronic contract documents as described in Article III, CONSTRUCTION PERIOD SERVICE REQUIREMENTS. Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission CD compact disk requirements include: Drawings in AutoCAD 2014 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines. II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: This article specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review and the due dates for each submission. Available reference materials pertinent to the design and submittal requirements are indicated in Article IV, AVAILABLE REFERENCE MATERIALS. The A/E shall complete the design within 170 days. Refer to the Contract clauses for application of delivery dates. Schematic Documents Review The objective of this submission is to provide the VA with an overview of the A/E design approach, to present any fundamental design options for consideration and selection by the VA, and to insure that the design development of the project is properly focused, aligned with VA requirements and within the scope of the Contract. Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. Schematic documents are due 30 days after Notice to Proceed. 50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents. Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. 50% construction documents are due 75 days after Notice to Proceed. 95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. 95% construction documents are due 120 days after Notice to Proceed. 100% Construction Documents Review The objective of this submission is to for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents. (This submission may be waived by the VA if the 95% submission is substantially and technically complete and the VA has confidence that the remaining comments will be effectively addressed by the A/E for the final construction documents submission.) Provide complete sets of documents as outlined and in quantities as required by the table below. Submissions shall be FedEx or other overnight delivery service to the addresses listed below. 100% construction documents are due 150 days after Notice to Proceed. III. CONSTRUCTION PERIOD SERVICE REQUIREMENTS. Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omissions of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate. Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Technical Representative (COR) within 10 working days, or as otherwise required by the Contract. Review of Change Order Requests and Requests for Information (RFI): The A/E shall respond promptly to all Change Order Requests and Requests for Information as required by the Contract. Site Visits: The A/E shall provide up to ten (10) full-days; eight (8) hours each Construction Phase site visits including the final inspection when requested by the COR. (Please include price for additional site visits should they be desired by the Resident Engineer). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. "As-Built" Document Requirements: Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide a complete set of mylar as-built drawings and three (3) compact disks (CD) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A/E title block information erased per A/E requirements. Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (CD) to the COR, each containing this complete set of the final specifications in Adobe PDF format. IV. AVAILABLE REFERENCE MATERIALS: Prints of the station site, utility drawings and building floor plans may or may not be available. The accuracies of these drawings are not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E. A/E Submission Instructions for Minor and NRM Construction Program: Program Guide PG-18-15 Volume C, November 2008 available on-line at https://www.cfm.va.gov/til/aeDesSubReq.asp. Otherwise, navigate as follows: Office of Construction and Facility Management Web Site (https://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "A/E Submission & Review" link under "TIL NAVIGATION" section and the TIL CATALOG index of resources heading on the right side of the web page "Volume C - Minor and NRM Projects" link under "PG-18-15 A/E Submission Requirements" heading in the middle of the web page. Additionally, the A/E Submission Requirements for VA Medical Center Major New Facilities, Additions, & Renovations spreadsheet: Program Guide PG-18-15 Volume B, March 1, 2017, has good information regarding the levels of documentation suitable for each submission. It is available on-line from the same web page. Download from the Technical Information Library (TIL) copies of the Master Construction Specifications list and unedited copies of each specification section applicable to this project as determined by the A/E. The VA unedited master Specifications are available on line from the Technical Information Library at https://www.cfm.va.gov/til/spec.asp. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "PG-18-1 Master Construction Specifications" link under the "VA Numbered Standards for Construction" heading near the bottom of the web page Drawing Requirements Overview: Refer to "Topic 02 Drawings" from the VA Program Guide PG-18-3, available on line in the TIL (Technical Information Library) at http://www.cfm.va.gov/TIL/cPro.asp. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (https://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "PG-18-3 Design and Construction Procedures" link under the "VA Numbered Standards for Construction" heading near the bottom of the web page "Topic 02 Drawings" link from the list on the web page CAD deliverables must conform to the current VA Drawing Deliverable Requirements (DDR), available on line at https://www.cfm.va.gov/til/bim/DwgDelivRqmts.pdf. Otherwise navigate as follows: Office of Construction and Facility Management Web Site (https://www.cfm.va.gov/) Tech Info Library (from menu on right side of web page) "PG-18-4 Standard Details and CAD Standards" link under the "VA Numbered Standards for Construction" heading near the bottom of the web page "VA CAD Standards" link from the list of Divisions in the middle of the web page (and above the links to Standard Details) VA Drawing Deliverables (DDR) link under the heading VA BIM Standard Other relevant information is available on the web page, as well. One copy of the legal documents and bidding forms applicable to this project. Contact Acquisitions Management Service (AMS) Contracting Officer as listed in the solicitation. Cost Estimates: Review the Manual for Preparation of Cost Estimates & Related Documents for VA Facilities, available from the following link: https://www.cfm.va.gov/til/dManual/dmCost.pdf. Otherwise navigate as follows: Office of Construction and Facility Management (CFM) web site (https://www.cfm.va.gov/) Click on Cost Estimating link listed under the TIL Quick Links heading in the middle of the web page) "Manual for Preparation of Cost Estimates" link in the middle of the web page under the Cost Estimating heading. Labor Rates: Current Construction Wage Rate Requirements (Davis-Bacon Act) labor rates are available through the Contracting Officer. Energy, Water Efficiency and Renewable Energy: The A/E shall specify in the construction specifications the use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness. The A/E shall also consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications. Energy-consuming products must comply with the requirements of 42 U.S.C. § 8259b. When acquiring energy-consuming products listed in the ENERGY STAR ® Program or Federal Energy Management Program (FEMP): Agencies shall purchase ENERGY STAR ® or FEMP-designated products; and For products that consume power in a standby mode and are listed on FEMP s Low Standby Power Devices product listing, agencies shall Purchase items which meet FEMP s standby power wattage recommendation or document the reason for not purchasing such items; or If FEMP has listed a product without a corresponding wattage recommendation, purchase items which use no more than one watt in their standby power consuming mode. When it is impracticable to meet the maximum one-watt requirement, agencies shall purchase items with the lowest standby wattage practicable. Information is available via the Internet about ENERGY STAR ® at https://www.energystar.gov/products; and FEMP at https://www.energy.gov/eere/femp/search-energy-efficient-products. V. Evaluation Criteria: The A/E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance. Team Proposed for This Project Background of Personnel Project manager Other key personnel Consultants Previous Experience of Proposed Team Project experience Multi-building campus, Hospital, VAMC At least three similar projects in size and scope and specialization Specialized Experience i.e. specifically DDC Network Control Systems and platforms Breadth of experience Successful projects Proposed Design Approach Technology options, i.e. identifying key technology options which would factor into design System architecture Primary factors of consideration of proposed design approach Proposed Management Plan Design phase Construction phase Client communication Project Control Techniques planned to control quality of design and documentation Techniques planned to control the schedule and estimated construction costs Personnel responsible for schedule and cost control Estimating Effectiveness Ten most recently bid projects Construction Period Services Experience Change Orders Cost Percentages (of total construction budget) Organization and Turn-around time for RFI's and Submittals VI. Contract Award Procedure: Interested A/E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Contracting/Building 16, 1400 Black Horse Hill Road, Coatesville, PA 19320 by close of business (4:30 PM, EST), December 27, 2018. A/E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A/E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541512 and size standard $27.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 19 funding. Magnitude of construction project estimate is between $500,000 and $1,000,000. (End of Document) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419R0022/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
- Zip Code: 19320
- Country: U.S.A.
- Zip Code: 19320
- Record
- SN05159859-F 20181129/181127230018 (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 |