The RFP Database
New business relationships start here

DESIGN INSTALL SPRINKLERS B108


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, Bath, 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 to Install Sprinklers in Building 108. SDVOSB Vendors with an SF-330 on file within the past twelve months are being considered. If you believe you have an SF 330 on file and would like to be considered for this procurement please send an e-mail to Mark.Simonson@va.gov expressing your interest in being considered. Other SDVOSB firms having a working office within a 300 mile radius from 76 Veterans Avenue, Bath, NY may submit SF 330 s for consideration, to the Contracting Officer at Mark.Simonson@va.gov by 4:30 PM EST, November 8, 2017.

The purpose of this project is to design a fire suppression (sprinkler) system for the Bath VA s cold equipment storage barn. The system will have to be a dry type sprinkler system as the vast majority of the sprinkler heads will be in an unheated area. The design will also need to upgrade the existing fire alarm system to meet current code requirements. All designs will follow, but are not limited to, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. The design will also be done to ensure that the design meets all the requirements/specifications for local, state, and federal codes. The estimated construction cost for the design must fall within the VA budget.

EXISTING CONDITIONS
Currently, the building has no fire suppression system

SCOPE OF SERVICES
1. Provide investigative and schematic design services, construction documents including submittals, working drawings, specifications, cost estimates, shop drawing review and construction period services as required to renovate the area. Services will include all Mechanical, Electrical, Plumbing or any other Engineering or Architectural work associated with this project. Final design submission shall include phased drawings of all abatement, demolition, and construction work as required to allow the continuous use, with minimal interruption of services, to all of the associated areas. Provide an NFPA/Life Safety Code review and make sure all building codes are addressed with the project. Provide an asbestos review during the design as needed.
2. Provide contract specifications utilizing the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Bath VAMC electronically by either email or on a CD rom. All edited specifications are to be edited to the specified project and have all impertinent specs and information removed.
3. 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.
4. 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 Bath Engineering Service, VA Network 2, or any other government comments.
5. Provide one (1) hard copy set of Architectural E1 (30 x42 ) size working drawings, specifications, and cost estimate at the 50% and the 90% (red line) review stages. Also, provide one (1) electronic set and provide one (1) set of drawings stamped and signed by an Engineer and /or Architect licensed in the State of New York, specifications, and cost estimates at final design submission. Electronic set on CD/DVD, at 100% final stage is to be provided in both PDF and AutoCAD 2014 formats w/ reference files.
6. Upon completion of the 90% documents and prior to the red line and final adjustments, the A/E shall take the drawings and go completely through the design in the purposed spaces and make sure the contract drawings and specifications are doable and complete.
7. Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 120 days from award of contract.
8. Provide a detailed material/labor cost estimate for construction of this project at the 100% review stage.
9. Bring final construction documents back to site and ensure that the design is complete and construction will to be able to be done, with no/minimal changes required. Complete understanding of design vs. actual site conditions.
10. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary.
11. Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner. A walk through is required at the end of the construction to provide a punch list of items to ensure the completeness of the construction, both technologically and physically.
12. Provide expeditious responses to all design/conflict questions encountered during the construction phase.
13. Upon completion of the project, provide two (2) sets of stamped Architectural E1 (30 x 42 ) as-built drawings, as well as a complete set in PDF and AutoCAD 2014 formats.

The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Bath 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


1. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required
Assignable point rang ..(0 to 40)

2. Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team
Assignable point range .(0 to 40)

3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously
Assignable point range .(0 to 20)

4. Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. (Firms with no previous VA experience receive a +5 rating)
Assignable point range (-20 to 20)

5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located
Assignable point range (0 to 20)

6. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design
Assignable point range (0 to 20)

7. Inclusion of small business consultant(s) (1 point), and/or minority owned consultant(s) (1 point), and/or women-owned consultant(s) (1 points), and/or veteran owned consultant(s) (1 point), and/or disadvantage veteran owned consultant(s) (1 point), and/or HUBZone consultant(s) (1 point)
Assignable point range (0 to 6)



SCORING KEY
SCORING FACTORS
RANGE
POOR
MARGINAL
ACCEPTABLE
VERY GOOD
OUTSTANDING
1 and 2
0 40
0
5-10
15 25
30 35
40
3,5,6
0 20
0
5
10
15
20
4
(-20)-(+20)
(-20)
(-10)
0
10
20

7
0-6
0
1-2
3-4
5
6


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 SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above.

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.

Mark Simonson
Contracting Officer
607-664-4755

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP