The RFP Database
New business relationships start here

561-18-135 Improve Electrical Deficiencies, Phase II


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 561-18-135 Improve Electrical Deficiencies PH II 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 541330 and small business size standard of $15.0 Million. Magnitude of Construction is between $5,000,000 and $10,000,000. 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 September 30, 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 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

1. Contract Title. Furnish professional A/E services to provide an Evaluation, survey and Design for project 561-18-135 Improve Electrical Deficiencies, Phase II A & B at the VA NJ Health Care System, East Orange, NJ.

2. Background.

This requirement is necessary to correct existing electrical FCA deficiencies, upgrade and replace unsafe equipment and modify short circuit and Arc flash recent Study.

3. Scope:

The A/E shall perform a complete survey & evaluation to the existing conditions and provide recommendation to the VA for approval, upon approval the A/E will develop and prepare two complete construction document packages separate titled Phase IIA and Phase IIB with bid alternatives that can be readily identified and listed in the procurement documents. The A/E shall provide construction period services and post-construction services for both projects.

4. Specific Tasks:

The A/E contract shall be for two independent complete construction packages A&B including preliminary drawings, contract drawings, contract specifications, and a detailed cost estimate to evaluate and design the following system/s, at the East Orange NJ campus;

Project 561-18-135, Phase IIA;
Replace/Upgrade the main Substation Shed includes the main(2) 4160 Breakers,
AE Switchgear Located in A-Vault Electric room, and
BE Switchgear Located in B-Vault Electric room.
The A/E should investigate these obsolete units for replacement with similar more modern equipment. That investigation should include in addition its replacement running the short circuit analysis and arc flash analysis. Both of which will indicate whether near bye electrical equipment are exceeding any short circuit limits and arc flash analysis any safety limits with respect to our newly established electrical worker personal limits.

Project 561-18-135, Phase IIB;
Replace the existing Interior AN Switchgear Located in A-Vault Electric room,
Replace the existing Interior BN Switchgear Located in A-Vault Electric room,
Install outdoor portable Generator hookup for all 3 Vaults A, B and C
Replace/modify misc. outdated distribution panels in buildings 1, 2, 5, and 7 as follow:
Building 1:
C-112: Replace panel PP9 this is a surface mount 100amp 3phase 4wire main breaker panel.
B-E-107: Replace panel EMP-BC this is a 3phase 4wire 110/208V 60amp surface mount main lug panel. Replace with main breaker panel.
C-E-106: Replace panel EMP-BC this is a 3phase 4wire 110/208V 60amp main lug panel in block wall. Replace with main breaker panel.
A-E-102: Replace panel AD this is a 3phase 4wire 110/208V 60amp surface mount main lug panel. Replace with main breaker panel.
A-E-238: Replace panel EMP-AC this is a 3phase 4wire 110/208V 60amp surface mount main lug panel. Replace with main breaker panel.
Building 2
Replace panels 1A 200amp, 2A 100amp & 3A 100amp, these panels are recessed in block walls and are 3phase 4wire 110/208v
Building 5
Install a new sub panel on the 2nd floor and run circuits to window air conditioners.
Building 7
Replace with new and relocate 25 away in same room panel 1CB in B-143 mechanical room. This panel is 300amp 3phase 110/208V.
Replace and relocate to room B-178A 25 away panels P7A 300amp, P7B and P7C (100amp each) in room B-158.
The A/E should investigate these obsolete units for replacement with similar more modern equipment. That investigation should include in addition its replacement running the short circuit analysis and arc flash analysis. Both of which will indicate whether near bye electrical equipment are exceeding any short circuit limits and arc flash analysis any safety limits with respect to our newly established electrical worker personal limits.

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.


5. Performance Monitoring

The designated COR will monitor the contract performance and make sure the A/E adheres to VA standards and designated project milestones as well as provide all necessary support required to complete the subject design.
6. Security Requirements.
The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required


7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).

N/A

8. Other Pertinent Information or Special Considerations. N/A

Inspection and Acceptance Criteria: The designated COR will certify the work done under the contract shall be performed to time and standard. Designated COR is also responsible to assure the inspection and acceptance of products provided incidental to services.
9. Risk Control
The chosen firm shall provide a phasing and ICRA (infectious control risk assessment) drawing and specifications section. Drawing and specs shall determine vulnerable areas and their pertaining level of risk and methods of infections controls measures.

10. Place of Performance.

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.
11. Period of Performance.
14 Months from the NTP date, in addition to the Construction Period Service.


SELECTION CRITERIA
The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following:

Selection Criteria
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
Examples of specialized experience and technical competence in various disciplines required for specific project.
Capacity to Accomplish the work in the required time
Past experience and performance on government contracts.
Proximity of firm or working office providing professional services to the facility.
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 assignment to the project and their record of working together as a team.




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 VA East Orange Campus, 385 Tremont Ave, East Orange, NJ, 07018.
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.

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

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

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

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) Compact Disc (CD) which contains digital copies of the SF 330. (which can be downloaded from www.gsa.gov/forms ). All packages including Past Performance (CPARS) evaluations shall be submitted no later than 4PM 4/18/2018.

All submittals must be sent to the attention of:
Phillip Kang
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 Phillip.kang@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.

Phillip Kang
phillip.kang@va.gov

Phillip.Kang@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP