The RFP Database
New business relationships start here

528A5-19-515 DESIGN AC IN SWITCH ROOMS


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

General

The VA Medical Center, Canandaigua, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the design of a project titled: Design AC in Switch Rooms Project Number: 528A5-19-515. SDVOSB AE Firms with a SF 330 on file within the past twelve (12) months and within a 400 mile radius to the Canandaigua VAMC are being considered. If you believe you have a SF 330 on file and would like to be considered for this procurement please send an e-mail to Rachel.Beason@va.gov expressing your interest in being considered. If your firm does not have a SF 330 on file, or you wish to update previously submitted SF 330 s, please do so by emailing the Contract Specialist at Rachel.Beason@va.gov by 4:00 PM (Eastern), March 27, 2019.

The general scope of this project is perform design services to install air conditioning in nearly all existing switch rooms on campus. The design shall include full scope of work, construction specifications, design drawings, and construction estimate. The design firm will also be needed to perform construction period services.

EXISTING CONDITIONS
The Canandaigua VAMC is located at 400 Fort Hill Avenue, Canandaigua, NY 14424. The layout is a campus with more than 30 buildings located on over 20 acres. Normal working hours are Monday Friday 8:00am 4:30pm. The existing switch rooms do not have adequate cooling to maintain proper temperature controls for the VA communication infrastructure. Some rooms have exhaust fans, some have window A/C units, and a few have ductless mini split AC units.

A/E SCOPE OF SERVICES
Provide site investigation and field measurements for all aspects of design requirements. This shall include utility locations, specific field measurements, proper spacing of equipment, and proper tie in locations. The buildings required under this contract are as follows: B5, B6, B7, B8, B9, B10, B11, B20, B36, B37, and B118.
Provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to install year round climate control to all switch rooms. Services will include all Mechanical, Electrical, Site/Civil, and Architectural work associated with this project. Provide for necessary utilities to support the project and operations outside the construction area. Final design submission shall include phased drawings of all demolition, and construction work as required to allow the continuous utility operations for all buildings.
Provide contract specifications utilizing as a template the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Canandaigua VAMC electronically by either email or on a CD rom. All edited specifications shall be edited to the specified project and have all impertinent specs and information removed. The designer shall provide to the VAMC a comprehensive electronic spreadsheet listing, by specification, all required submittals for the project for use as a submittal log.
Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. This should include an identified number of visits included in the proposal. The VA shall provide access to hardcopy files of existing drawings, and the AE shall perform all searches of these files for any required reference materials to support design efforts.
Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, or any other government comments.
The design must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.).

A full scope of services will be included in the formal solicitation after a review of the SF330s
The following evaluation criteria will be used when reviewing submitted SF330 data and will comprise the basis of information to be used by Canandaigua VAMC for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330:

SHORT-LIST CRITERIA UTILIZING THE SF330 FORM
Department of Veterans Affairs Architect/Engineer Evaluation Board

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.

Capacity to accomplish the work in the required time.

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules

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

Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above as applicable.

This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $250,000 and $500,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $15 million.

Rachel Beason
Contracting Officer
Rachel.Beason@va.gov

rachel.beason@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP