The RFP Database
New business relationships start here

A/E Upgrade Boiler Plant Equipment (FM)


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

INTRODUCTION: This is a Pre-Solicitation Notice for project number 568-16-104 that requires Architect and/or Engineering (A-E) Design Services to Upgrade Boiler Plant Equipment at the Fort Meade VA Medical Center located in Fort Meade, South Dakota. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE SUBMITTED SF-330s. The contemplated A-E Services that are anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation 836.6.

DESCRIPTION: The Black Hills Health Care System, Fort Meade VA Medical Center Campus, is seeking a professional A-E firm to provide all A-E services required for the design and delivery of plans, specifications, cost estimates, related studies, and all associated engineering services to make necessary changes to the existing Boiler Plant Automation Equipment to include at a minimum replacing all PLC 5 s, upgrades to burner management and combustion controls.
The work encompassed by this project involves design of construction alterations to the existing Boiler Plant Automation Equipment to include upgrading the burner management controls, combustion controls, and PLC s to interface with the existing Rockwell Automation System. All components of the existing boiler control systems will be evaluated for life expectancy/replacement. All three central heating plant boilers ( #1 1957 Murray steam boiler, #2 1957 Murray steam boiler, #3 1968 Cleaver Brooks steam boiler), are included in the scope. The boilers are duel fuel (natural gas primary, diesel fuel secondary). The desired outcome will be one control and software system to fully integrate with the existing Rockwell Automation HMI work station and Rockwell Automation Software. Modifications and additions to software and hardware all require programming as needed to incorporate integration and monitoring of desired alarm/fault/status/control is included in the scope.

A Phasing Schedule shall be coordinated with Hospital Staff and Facilities Engineering to establish a phasing schedule that addresses both possible budgetary considerations and accommodating on-going patient/hospital functions in adjacent areas that will be renovated in the next sequence/phase of the project. This Phasing shall consider all aspects of the area under construction and those areas that must maintain patient care (all utilities, safety, access, etc.)

FINAL CONSTRUCTION: Drawings for Bid (Sealed by A-E) including cost estimates, specifications, and calculations, shall be completed within 180 calendar days after issuance of the Notice to Proceed. The A-E schedule shall allow for VA review period ending with A-E receipt of VA comments for each submission no later than 15 business days after VA receives the submission. The A-E work shall include, but is not limited to:

Site Investigations necessary to determine the existing conditions at the site of work.

Schematic plans, design development plans, and final construction drawings.

Specifications, phasing plan and cost estimates.

Design narrative and engineering calculations.

Construction period services to include submittal review, site visits and construction inspections.

Bid Deduct Alternates of 10% of the approved construction budget shall be developed, planned, and estimated as necessary to assure award of contract within available funds. Bid Deduct Alternates shall be clearly identified on contract drawings and price breakdown shall be provided for in addition to the base offer s construction estimate.
All offerors are advised that in accordance with VAAR 836.606-73, the total cost of the contract for A-E services must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 (c) - Design within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated A-E firm selected to complete the design.
Interested firms should submit one paper copy and one CD copy of their current SF-330 to: Nebraska-Western Iowa HCS, Omaha VA Medical Center, ATTN: Dennis Fish, 4101 Woolworth Avenue- 90C, Omaha, NE 68105-1850. The SF-330s are due on February 2, 2017 at 12:00 PM (CT). Use the instructions located in section fourteen (14) below for submitting your SF-330.
NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED: Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered Most Highly Qualified. Questions may be directed only by e-mail to dennis.fish@va.gov.
In accordance with FAR 36.209 Construction Contracts with A-E Firms and 36.606 (c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement.
Security Issues, Late Bids, Unreadable Offers
(a) Late submission of offers are outlined at FAR Parts 52.212-1(f) and 52.215-1(c). Particular attention is warranted to the portion of the provision that relates to the timing of submission.
(b) Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers.
(c) To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.B Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR 15.207(c ).
(d) Password protecting your SF-330 is NOT permitted. The Contracting Officer will file the offer electronically which will allow access only by designated Government individuals.

The selection of the most qualified contractor will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Additionally, this solicitation is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors. Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation.
Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF-330s are submitted, when the proposal is received as a result of the solicitation issued to the most qualified firm, and on the date of contract award will result in the offeror s proposal/SF-330 being deemed not acceptable. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so.
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 estimated magnitude for construction (not design) of this project is between $25,000.00 and $100,000.00.
(a) Contract Award Procedure: At time of award, the contractor must be certified by VetBiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of an SDVOSB to be VERIFIED by CVE and VISIBLE in VetBiz shall result in elimination from consideration as a potential contract awardee. Failure of a SDVOSB to be registered in SAM at the time of contract award shall result in elimination from consideration as a proposed contract awardee. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract.
(b) The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia.
(c) The project drawings/design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/.
The awarded A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A-E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The NAICS code for this project is 541330 with a small business size of $15 million. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF-330 in the Find a Form block and click on search.

SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance:

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. In this case, experience in electronic control systems.

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

Professional qualifications necessary for satisfactory performance of required services;

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.

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

Capacity to accomplish the work in the required time;

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.

Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, traffic engineering, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, Building Commissioning, Leadership in Energy and Environmental Design, specification writing, and construction surveillance skills as described herein.

THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF-330 A-E Qualification packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued.

The most highly rated firm based on the technical review of all of the SF-330 s received will be given a request for proposal.

SUBMISSION REQUIREMENTS:
Firms having received design awards will be fully recognized in judging that firm against other qualified firms. Firms must provide a customer reference list with addresses and telephone numbers for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. All responding firms are required to submit one completed original and 1 copy of Standard Form 330, Architect-Engineer Qualifications, Part I and Part II. The SF 330, Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location.
You must submit your CD copy, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. However, contractors will be notified of the award via an electronic Notice of Award e-mail.B The award document will be attached to the Notice of Award e-mail. Acceptable Electronic FormatsB (Software) for Submission of SF-330 packages:
(a) Files readable using the current Adobe Portable Document Format (PDF). When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files);

(b) Files in Adobe* PDF Files:B When scanning documents scanner resolution should be set to 200 dots per inch, or greater;

(c) Other electronic format.B B If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation.B B Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.B B Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer;

(d) SF-330s shall be provided as a PDF, via email, on standard letter size 8-1/2 by 11 inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger.

(e) Please note that we can no longer accept .zip files due to increasing security concerns.
VA PRIMARY POINT OF CONTACT:

Dennis Fish, NCO 23 Purchasing Agent
Email: dennis.fish@va.gov

Dennis Fish
Dennis.Fish@va.gov

Contracting

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP