The RFP Database
New business relationships start here

A/E Replace Primary Switchgear Project No. 667-17-100


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

CONTRACT INFORMATION: General. 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. 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 500 mile radius of the Overton Brooks VA Medical Center; 510 E. Stoner Avenue, Shreveport, LA 71101-4295 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 500 mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option).

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 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the 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 rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $1,000,000 and $2,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1. The completed SF 330 will be evaluated by the Overton Brooks VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer.





(1) Professional qualifications necessary for satisfactory performance of required services;
(2) 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;
(3) Capacity to accomplish the work in the required time;
(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
(5) 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; and
(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.



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 shall be submitted to:

VA Overton Brooks Medical Center
Network Contracting Office (NCO 16)
ATTN: Lori Gale, Contract Specialist
1800 Buckner Square, Suite C200 Rm 18
Shreveport LA 71101

(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA256-17-R- 0422. The SF 330 form 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.

(b) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 11:00 A.M. (CT) on April 20, 2017. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals.


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.




Request for Proposal
To Design
Replace Primary Switchgear

Project No. 667-17-100
Overton Brooks VA Medical Center, Shreveport, LA


A. General Information

A 1.0 Project Background, Description and Scope of Work

Overton Brooks VAMC has a requirement to replace the facilities primary switch gear and all related equipment. New switchgear shall be compatible with all existing emergency power equipment/ generators /transformers/automatic transfer switches and breakers. New switchgear shall consist of 2 primary breakers (2 separate electrical feeds) with automatic throw-over. Each switchgear (feed) shall be sized to power the entire complex independently. Construct a new slab on grade facility to house new switchgear, new facility shall meet all VA guidelines. New switch gear facility shall meet all VA physical security requirements to include security cameras for 360 degree coverage, exterior lighting and fencing. The existing security system memory shall be upgraded to accommodate the new cameras. All commercial risers and feeds shall be removed and new feeders shall be installed underground. A&E shall coordinate with local utilities company and incorporate applicable requirements into this project. Demolish in its entirety obsolete switch gear, associated components, exterior risers and enclosure. Phase project as to minimize electrical interruptions to the hospital.

This contract will provide for complete design (construction documents) and construction period services (CPS).

PERIOD OF PERFORMANCE
The delivery date for this contract shall be 175 calendar days from Notice to Proceed.

LOCATION
Overton Brooks Veterans Affairs Medical Center
510 E. Stoner Ave.
Shreveport, LA 71101

TERMS OF THE SOLICITATION

The term responsibility, used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC project no. 667-17-100. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional facility. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facility.
The terms Design Team , Design Offeror , or A/E refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors.
The term Design Team or engineer refers to registered/licensed Architects and Engineering professionals.
The terms the work and project refers to the all site investigation, site survey, calculations, testing and design for documents to construct the Correct Building 55 Accessibility Deficiencies, OBVAMC.
The term VA and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA.
The VAMC Coordinator and COR (Contracting Officer s Representative) for this project is Archie Lanham at 318-990-4721, archie.lanham@va.gov
The CO (Contracting Officer) for this project is Mark Wesson.

QUALITY ASSURANCE/QUALITY CONTROL (QA/QC)
The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved.

COST ESTIMATE
A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission.

DRAWINGS
This project will utilize AutoCad, version 2015. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the e-transmit function.

SITE AND TOPOGRAPHY SURVEY
A topographic survey is required to the extent required to facilitate the new switch gear design to include the National Guard and Shreveport city property.

GEOTECHNICAL SURVEY
A geotechnical survey of the area is required to facilitate the design. Part of the feeder system comes across the National Guard property.

UTILITY SURVEY
During the design phase, the A/E will coordinate with VAMC Staff, National Guard and the utility company (SWEPCO) to obtain utility information to facilitate the design. AE to verify utility locations/proximities.

ASBESTOS ABATEMENT SURVEY
An asbestos survey is NOT required.

FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION
A Fire Protection Engineer review and certification is NOT required.

SEISMIC DESIGN
In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required.

PHYSICAL SECURITY & BLAST DESIGN
The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities and in accordance with VA Handbook 0730/4 March 29, 2013.

LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED)
Not required.

COMMISSIONING
Required

GOVERNMENT FURNISHED INFORMATION
The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable:
PG-18-1 Master Construction Specifications
PG-18-3 Design and Construction Procedures
PG-18-4 Standard Details and CAD Standards
PG-18-10 Design Manuals (by discipline)
PG-18-12 Design Guides (graphical, by function)
PG-18-13 Barrier Free Design Guides
Uniform Federal Accessibility Standards (UFAS)
ABAAS (Architectural Barriers Act Accessibility Standards)
Physical Security Design Manual for VA Facilities, Life-Safety Protected
NOTE: Utilize the latest version of guidance at time of design award.

A 2.0 Design Deliverables

OBVAMC Design Submissions Statement of Task:
25% Schematic Design (SD)
65% Design Development (DD)
95% Design Development (DD)
100% Construction Documents (CD)

NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15.
NOTE 2: The VA staff shall have a minimum of 16 calendar days to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the 16 calendar day timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond 16 calendar days.

25% Schematic Design: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting any and all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall collaborate with VA staff/end user (VA Safety Staff) to review and finalize the identification of the accessibility deficiencies and the plan to correct each deficiency. The A/E shall develop schematic drawings for review. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital. Dimensions, slopes, etc will need to be indicated on the drawings. AE shall work with the VA staff until acceptable correction plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies):
OBVAMC Approved Plan
Preliminary Cost Estimate (RS Means, Cost Works)
List of probable Specification Sections for this project

65% Design Development: These drawings shall be at the largest scale possible
Drawings & Specifications: Provide one 22 x34 size D set, two 17 x22 size C sets and one unbound 11 x17 size B set of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the AE proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format).
Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead and Profit, Labor Burden (typically 28%) and material Sales Tax (typically 9%) costs. Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on a CD.
FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments.

95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 65% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the AE shall proceed to the 100% Final Construction Documents.
Drawings & Specifications: Submit in the same manner as the 50% DD submittal.
Cost Estimate: Submit in the same manner as the 50% DD submittal.
FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments.

100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding.
Drawings & Specifications: Provide one 22 x34 size D set, two 17 x22 size C sets and two 11 x17 size B sets of FINAL construction drawings (one set of the 11 x17 size drawings to be unbound). Provide two set of FINAL fully edited specifications (specs in a 3-hole punch notebook). Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format and AutoCAD, Specifications in Word format and PDF format).
Cost Estimate: Submit FINAL CostWorks cost estimate in the same manner as previous submittal.
FPE Certification: Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes.
Electronic Copies: Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2015) and scanned individual PDF files. The specifications shall be in separate Word and separate PDF files for each spec section.

Construction Period Services (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract. CPS s to include assistance with questions, request for information (RFI s), clarifications and addendums during the construction solicitation phase. CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, reviewing and responding to RFI s and review/coordination of contract modifications/change orders.

Lori Gale
Contract Specialist
1800 Buckner Square, Suite C200 Rm 18
Shreveport LA

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP