The RFP Database
New business relationships start here

561-18-101 Improve and Upgrade PI System


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 561-18-101 Improve and Upgrade PI System. This Project will furnish professional A/E services to provide a survey, as-Built drawings, evaluation and design for project 561-18-101 at the VA NJ Health Care System, 385 Tremont Ave. East Orange, NJ 07018.

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 $7.5 Million. Magnitude of Construction is between $1,000,000 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 April 13, 2018. 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 an SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to 48 CFR 852.219-10: 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
1. Contract Title. Furnish professional A/E services to provide a survey, as-Built drawings, evaluation and design for project 561-18-101 Improve and upgrade Plumbing system, Legionella, Ph. I at the VA NJ Health Care System, East Orange, NJ.

2. Background.

This requirement is necessary to correct existing Plumbing deficiencies in accordance to 1061VHA directive. And re-structural the plumbing system overall on the lower levels of the main hospital building from C-level to 2nd floor including buildings 2, 15, 16, 17 and 18.

3. Scope:

The A/E shall perform a complete survey to the existing conditions, generate the survey Drawings and report to the VA for approval, upon approval the A/E will develop and prepare the complete construction package. The A/E shall provide construction period services and post-construction services.

4. Specific Tasks:

The A/E contract shall be for complete detailed Survey to identify all plumbing system deficiencies mainly for domestic water distribution and other drainage systems such as waste and storm.

The A/E shall record all existing condition and generate all drawings and reports of these systems identifying all deficiencies, upon completion the A/E shall review with the facility engineer and the medical Center staff all these deficiencies and select the best approach for correction and deficiencies elimination in accordance to the VHA requirement, design criteria and all applicable standard and codes.
The A/E shall prepare the complete design package to correct all deficiencies, including necessary distribution piping replacement & modification, dead legs elimination, anti-scald devices installation, monitoring devices, new shutoff valves, automated flushing devices, etc.
All contract drawings shall be prepared on CD/ AutoCad Release 2016 and delivered to the VA Medical Center, East Orange, New Jersey.
The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. In each drawing System International Metric units shall only be used for markings, measurements, and dimensions.
The A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents.
The A/E will Retain and provide (VPIH/CIH) Monitoring services on behalf of the U.S. Department of Veterans Affairs for all abatements that will take place during construction period services. Have subcontracted firm supply state mandated/required sample readings as well as a certified final reports. The Subcontractor shall perform all requirements as specified on VA specification sections (02 82 13.19 27, 2.3.2 SCOPE OF SERVICES OF THE VPIH/CIH CONSULTANT) (02 82 11-30, 2.3.2 SCOPE OF SERVICES OF THE VPIH/CIH CONSULTANT) (02 82 13.13-27, 2.3.2 SCOPE OF SERVICES OF THE VPIH/CIH CONSULTANT)
The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including but not limited to the engineering of architectural, structural, mechanical, electrical and special systems as required by the project.

LOCATION
Place of performance shall be at both 385 Tremont Ave. East Orange NJ 07018 and the selected A/E firm site. Selected A/E firm shall provide several site visits during design and several during construction period services.

COST RANGE
Estimated Construction Cost Range: Between $1,000,000 and $5,000,000.

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

SP-13 DESIGN REVIEW AND COMPLETION SCHEDULE

(a) The A/E shall perform the work required by this contract within the limits of the following schedule. He/she shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following dates:

Project: 561-18-101

Receive Notice to Proceed from (NTP)

Deliver 100% Survey/as-build drawings to Contracting Officer, no later than 8 months of the NTP

Review 100% survey material with Contracting Officer within 1 Month from the receiving date above

Deliver 65% Construction Document Review Material to the Contracting Officer, no later than 4 months from the review date above

Review 65% Construction Documents with the Contracting officer within 2 weeks from the receiving date above

Deliver 95% Construction Document Review Material to the Contracting Officer, no later than 3 months from the review date above

Review 95% Construction Documents with the Contracting Officer within 2 weeks from the receiving date above

Deliver 100% Construction Document Package, including all bid document sets, CD s and all other required items no later than 1 month from the review date above

Deliver Final Bid Documents ..18 months from NTP

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.
15%
Examples of specialized experience and technical competence in various disciplines required for specific project.
30%
Capacity to Accomplish the work in the required time
10 %
Past experience and performance on government contracts.
5%
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.
10%
Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.
10%
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
Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.
If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects.
A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Department of Veteran Affairs
Attn: Victoria Clark, Contract Specialist, via email at victoria.clark6@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document

LOCATION
The A/E Firm proximity to the VA New Jersey Health Care System, East Orange, NJ 07018 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 SERVICE DISABLED 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) (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. 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. 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 three (3) 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: April 6, 2018 @ 4:00pm EST including Past Performance (CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of:

Mail (1) Hard Copy + CD to:
Victoria Clark-Contract Specialist
RE: 561-18-101
400 Fort Hill Ave
Building 34, Room 150
Canandaigua, NY 14424

Mail Remaining (2) Hard Copies to:
Eugene Seiter
Engineering Service
385 Tremont Ave.
East Orange, NJ 07018

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 _victoria.clark6@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.

Victoria Clark
585-393-8228
victoria.clark6@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP