SOLICITATION NOTICE
C -- A/E Design External Switchgear to Accept External Generator
- Notice Date
- 1/16/2020 5:41:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620R0038
- Response Due
- 2/14/2020 8:59:59 PM
- Archive Date
- 05/14/2020
- Point of Contact
- Department of Veterans AffairsSoutheast Louisiana Veterans Healthare SystemNetwork Contracting Office (NCO) 16Attn: Leslie Robinson1515 Poydras St. Ste. 1100New Olreans, LA 70112
- E-Mail Address
-
leslie.robinson@va.gov
(leslie.robinson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 600-mile radius of the VA s Southeast Louisiana VA Health Care System (New Orleans VAMC), 2400 Canal Street, New Orleans, LA 70119, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 600-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/vets/vets4212.htm. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $500,000 and $700,000. SELECTION CRITERIA: Discussions with at least three of the most highly qualified firms will be held after the evaluation board s review of the information submitted in response to the selection criteria. The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. Professional qualifications necessary for satisfactory performance of required services. 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. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Capacity to accomplish the work in the required time. Please include information concerning current workload, workload in-place but yet to be started, and workload anticipated for the next 12 months. Please specifically address how this requirement would be met when the above workload is taken into consideration. Quality Control Program with specific demonstrated results of reducing design errors and/or omissions. (6) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please address each of these areas individually. The Government reserves the right to also check any applicable data bases for information concerning Past Performance on contracts. (7) Location in the general geographical area of the project and knowledge of the locality of the project. (8) Complete record of all Design Estimates versus Actual Bid Results on all construction projects bid out within the past 5 years of the SF330 due date for this requirement. (9) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (10) Record of any claims against the firm. This includes, but is not limited to, improper or incomplete architectural and engineering services. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted to: Network Contracting Office (NCO) 16 Attn: Leslie Robinson Reference No.: 36C25620R0038 1515 Poydras St. Ste. 1100 New Orleans, LA 70112 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25620R0038. The SF 330 may be downloaded from www.gsa.gov/forms. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. (b) Firms that meet the requirements listed in this announcement are invited to submit five (5) hard copies of the completed SF 330 including Parts I and II as described herein and one (1) CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 4:00 P.M. (local) on Friday, February 14, 2020. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above. (c) Interested firms shall address each of the ten (10) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all ten (10) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the ten (10) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. PROJECT INFORMATION: Department of Veterans Affairs Southeast Louisiana Veterans Health Care System 2400 Canal Street, New Orleans, LA 70119 A/E Design Modify External Switchgear to Accept External Generator Statement of Work Firm Fixed Price Contract December 10, 2019 GENERAL GUIDANCE Title of Project: Investigate and design a modification to the external switchgear to accept an external generator(s) in the Central Energy Plant, 2400 Canal Street, New Orleans, LA 70119 Scope of Work: The Contractor (A/E, Architect Engineer) shall provide all labor, supervision and resources required to achieve the following: Complete the investigation, design, construction documents and construction period services for the following: installation of a 5500 kW load bank on a raised pad; modification of the existing switchgear that sits outside of the Central Energy Plant in order to allow the hookup of an external generator(s) that will provide power to the facility via the external generator(s); modification of the same external switchgear to allow load bank testing of the facility s internal generators. Currently, the external switchgear is designed to accept power from the internal backup generators and supply that power to a portable load bank for periodic testing of the generators. The switchgear has two switches, each of which can handle 2.25 MW of power, however the internal bus bar was not designed to allow both switches to operate in unison. The new design of this switchgear will allow the hookup of external generators, allow both switches to operate in unison, be capable of handling 4.5 MW of power at 13.2kV from the external generators, and allow load testing of the internal generators via a permanently placed load bank. Additionally, the Programmable Logic Control (PLC) will need to be changed so that power can be delivered from external generators, through the Central Energy Plant, to the rest of the campus and allow load bank testing of the internal generators. The Contractor (A/E, Architect Engineer) shall deliver the requirements as specified in this statement of work. The Contractor (A/E, Architect Engineer) for this design shall provide all necessary investigation, verification of as-built conditions, development of specifications, development of cost estimates, development of construction documents, and contract administration for the execution of the project referenced above. The A/E shall review all product submittals for construction plan compliance, offer recommendations to the VA concerning all submittals, conduct site visits, review requests for information (RFI), maintain and produce accurate post construction documents for submission to the VA. This design shall include all site development services and construction services necessary to complete the improvement tasks described herein. Work shall occur for the following location: Southeast Louisiana Veterans Health Care System, 2400 Canal Street, New Orleans, LA 70119 Performance Period: The Contractor (A/E, Architect Engineer) shall complete all designs and documents required under this SOW in 145 calendar days of issuance of the Notice-To-Proceed. Work on site shall begin no more than ten (10) calendar days after notice of award. Work at the Government site is permissible on Federal holidays or weekends, but subject to approval by Contracting Officer s Representative (COR) and/or the Contracting Officer (CO). Recognized Federal Holidays: New Year s Day, January 1* Martin Luther King Jr. Day, Third Monday in January Washington s Birthday (President s Day), Third Monday in February Memorial Day, Fourth Monday in May Independence Day, July 4* Labor Day, First Monday in September Columbus Day, October 12* Veterans Day, November 11* Thanksgiving, Fourth Thursday in November Christmas, December 25* *Note: Federal Holidays that fall on a Saturday will be observed the Friday prior. Holidays that fall on a Sunday will be observed the Monday following. Construction period services, such as site visits for specific tasks that cannot be completed during regular work hours (7:30 am 4:00 pm), may be required as part of this contract. The Contractor (A/E, Architect Engineer) shall also complete preconstruction, construction and post construction period services upon the completion of the design. The current estimated construction time frame is 180 calendar days but is subject to change based on final design. This does not include the solicitation period required for bidding the construction of this project. Type of Contract: This contract shall be a firm-fixed price. Cost Range: The anticipated total cost range (estimated cost of construction) for this project is between $500,000 and $700,000.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/801991c1330844619c7d7497fdcd5d4a/view)
- Place of Performance
- Address: Department of Veterans Affairs;Southeast Louisiana Veterans Healthcare System;Central Entergy Plant Bldg.;2400 Canal Street;New Olreans, LA 70119
- Zip Code: 70119
- Zip Code: 70119
- Record
- SN05536657-F 20200118/200116230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |