The RFP Database
New business relationships start here

526-18-112 A/E Switchgear Inspection, Testing and Maintenance


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 526-18-112 Switchgear Inspection, Testing and Maintenance. This Project will complete and fully functional and maintained 480/120 V switchgear as per NEC and VA requirements at the James J Peters VA Medical Center, 130 W Kingsbridge Road, Bronx, New York 10468

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 $15.0 Million. Magnitude of Construction is between $100,000.00 and $200,000.00. 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 September 30, 2013. 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 in order 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. NOTE - Offerors are referred to 48 CFR 852.219-10(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible Service Disabled veteran-owned small business concerns . In order to assure compliance with this clause, all firms submitting a 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) 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).

SCOPE OF SERVICE REQUIRED
PROJECT NO. 526-18-112 Switchgear Inspection, Testing and Maintenance
Design will include but is not limited to the following:

A) 480 V Switchgear Inspection, Testing and Maintenance Service Contract

The entire 480 V switchgears Network #1, Network # 2, EER #1 and EER #2 is need of required maintenance and has not been done in several years.
Create a maintenance plan for the switchgear breakers, network protectors, tie breakers, transformers, spare breakers etc.
Create specific phasing plan for all work, clear detailed documents, drawings, notes, specs and plans to easily create service contract moving forward with service contractor.
Look into the integrity of all switchgears, transformers, etc of the system and detail any areas in design that may be in poor condition that should be replaced, repaired or maintained. Keep in mind some parts may only be able to be replaced with refurbished or custom fabricated parts if required.
Specify the conditioning, reprogramming, calibration, replacement of all batteries on each breaker inclusive of spares, etc for all rack in circuit breakers in network 1 and 2 not in use as well.
Create specific layouts, front and top view drawings to clearly show all breakers, parts, etc to be replaced, reprogrammed, serviced and/or maintained.
Design for machine or rack in mechanism that can easily install new future network protectors with minimal or no physical labor.
Work with Project Engineer and Electrical Foreman to provide excel or word document spreadsheet listing all parts to be maintained, replaced, serviced, etc, the length of time it takes to be done, specific work plan to be done, potential areas in the facility that will be affected if a brief shutdown is required and/or areas that do not need shutdowns listing the methods to avoid shutdowns. (Some equipment can be easily worked on with bypass methods)
A/E to include safety requirements for PPE, ICRA, 30 hr OSHA requirements, possible respiratory protection policies in the design documents, all rigging information if necessary for all parts that may have to be installed.
All design to be done as per VA specifications, NFPA 99, 101, NEC, VA design manuals. All scale is to be metric and standard.


B) Include following construction notes:

1) Coordinate all construction with Project Engineer prior to start of work.
2) All penetrations made during installation around wiring, conduits, junction boxes, pull boxes, pipes, etc must be sealed with Fire Sealant Caulking and/or materials. Hilti fire sealant is hospital standard.
3) Provide patchwork, paint, replacement of ceiling tiles, etc to any area destroyed during construction. All materials must match existing type.
4) Any drawings provided by the Government are for reference only and it is the
responsibility of the contractor to field verify all drawings, installation methods and dimensions for accuracy.
5) Must clean construction site on a daily basis.
6) Contractor is to furnish all warranties, operation and service manuals for the job and new equipment prior to final payment. All warranties begin when approved and accepted by Bronx VA.
7) Contractor is responsible for securing the construction site, while maintaining the integrity of the Medical Center security.
8) Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc.

B. 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.
C. The A/E shall develop an appropriate phasing and coordination plan for the construction of the project so as to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction.
D. 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 AutoCAD 2017. 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 10% less than the approved construction budget, based on the A/E's final cost estimate.


X. LOCATION
James J. Peters VA Medical Center, 130 West Kingsbridge Rd Bronx, NY 10468


COST RANGE
Estimated Construction Cost Range: Between $100,000 and $200,000.

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:

ITEM DATE

Receive Notice to Proceed from (NTP) TBD

Deliver 35% Schematic Review material to Contracting Officer not later than 45 Days After NTP

Review 35% Schematic Material with Contracting Officer on 60 Days After NTP

Deliver 100% Final Review material to Contracting Officer not later than_80 Days After NTP

Review 100% Final Material with Contracting Officer on ____90 Days After NTP

Deliver Final Bid Documents 100 calendar days from NTP

The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews.

Construction:
Number of calendar days to complete construction is to be determined by the AE firm after the design is complete.

SELECTION CRITERIA
The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following:
Selection Criteria
Weight
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
10%
Examples of specialized experience and technical competence in various disciplines required for specific project.
20%
Capacity to Accomplish the work in the required time
10 %
Past experience and performance on government contracts.
10%
Proximity of firm or working office providing professional services to the facility.
10%
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
10%
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
5%
Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.
25%
Total
100%


SELECTION CRITERIA DESCRIPTIONS
The selection criteria descriptions are provided below.

PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES.
Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope;

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

CAPACITY
This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects 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


PAST PERFORMANCE: VISN2 will evaluate 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).
Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought.
Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts.
Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation.
Submission Requirements:
Submit a minimal of three (3) references; any of the following evaluations are acceptable:
Contractor Performance Assessment Report System (CPARS), or
If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package
LOCATION
The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is an evaluation criteria.
This distance is determined according to http://maps.google.com/
This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below.

ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA.

LIMITATIONS
VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service Disabled Veteran-owned small business concern (1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable.
(2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled Veteran-owned small business concerns.B Offers received from concerns that are not verified service-disabled Veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled Veteran-owned small business concern.
(c) Agreement.B A service-disabled Veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B' 125.6.
(d) A joint venture may be considered a service-disabled Veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled Veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program
.

SUBMISSION REQUIREMENTS
Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 4PM 4/2/2018 including Past Performance (CPARS) evaluations or Questionnaires (attachment 1).
All submittals must be sent to the attention of:
Michael Giaquinto
Room 9B-67
James J. Peters Medical Center
130 W Kingsbridge Road
Bronx, New York 10468

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

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 to Michael.giaquinto2@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.

Michael Giaquinto

Contracting Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP