The RFP Database
New business relationships start here

DESIGN STEAM TRAP MANAGEMENT SYSTEM


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

VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the

Steam Trap Evaluation and Steam Trap Management System Update, Project# 528-17-101.


This is a 100% total service disabled veteran owned small business set aside.

This project proposes to design and provide construction period services for evaluation and proper condition of steam traps and piping insulation it is essential to maintaining the VAMC steam and hot water distribution system in energy efficient way in the Buffalo/ Batavia VAMC in Building. Services shall include, multi-disciplinary investigative services, initial conceptual drawings, attending required design/review meetings, preparation of contract drawings and specifications, cost estimating services, and construction period services which shall include final punch list compilation and as-built drawings. Deliverables being provided to the VA may include initial conceptual drawings, schematic drawings, 50%, 90%, and 100% drawings and specifications for review and approval, and 100% construction documents provided in multiple sized copies.

The intent is for the design to occur during FY2017 and continue in FY2018.

The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by Buffalo VAMC for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330:
Professional qualifications of the team proposed as specifically related to the requirements of this particular project (Background of Personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Provided resumes to include SDVOSB Owner, Project Manager, Lead Architect, and Lead Refrigeration Engineer. Also, provide current professional registrations/certifications of the person/people who will be stamping the drawings if not listed above.
Specialized experience of the team proposed for this project (Technical competence in the type of work required with specific emphasis on experience related to work for similar cooler and freezer projects). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects.
Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) and major subcontractor experience on projects (no more than ten (10)) awarded within the last five years for work similar in size, scope and complexity to this project. Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Include the following information for each project listed:
Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance.
Project location, award date, original completion date, actual completion date, original contract award amount, and final contract amount. Include names, addresses and phone numbers of subcontractors used.
Page 3 of 5
Also, provide a narrative indicating lessons learned from these projects that will be helpful or applicable to the steam and hot water distribution design. Indicate how these projects are similar in scope, design and complexity to this design.

Proposed Management Plan and Approach (Management plan for the design phase and the construction phase as well as overall design philosophy). Include information on how the prime firm will perform more than 50% of the work.

Location (Proximity of facilities and personnel to the geographical area of the work; corporate knowledge of local conditions related to the locality of the project)


Capacity to accomplish the work in the required time (Assume an August/September 2017 start date with a requirement to provide the 100% design not later than August 2017.)

Estimating Effectiveness (Construction estimate versus construction award amount: provide data/information on the ten most recently completed projects) and Project Control (Describe techniques used by the AE to control the schedule and costs and identify personnel responsible for these functions).


For estimating effectiveness, you may include any project. Include who is responsible for quality control/quality assurance of drawings and how that process works with subcontractors.

Miscellaneous Experience and Capabilities (CADD & Other Computer Applications, Value Engineering and Life Cycle Cost Analyses, and Environmental Considerations).


Awards and Recommendations (Identify any awards received for design excellence).

Insurance and Litigation (Identify the type and amounts of liability insurance carried and the name of the provider. Identify litigation involvement over the last five years with resulting outcome, positive or negative).


The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 300 mile radius of the Buffalo VAMC as indicated by a mapquest.com driving directions search from the prime designer s address listed in Vetbiz to the VAWNYHCS Buffalo VAMC, 3495 Bailey Avenue, Buffalo, NY 14215. The address of the prime designer will be the main office address listed in Vetbiz, not a satellite office or an office of another company or subcontractor.

All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows:
All information provided via Standard Form 330 or on supplemental pages is to be typed in Times New Roman Font no smaller than point 12 font size. Further, margins shall be no less than one (1) inch on all sides. The font size and margins prepared by the government on the SF 330 shall remain as formatted by the government. In the page limits discussion, one (1) page refers to one (1) side of a typed page. Additional addenda and/or supplements beyond the descriptions below are not to be provided and will not be considered.

Section D Organizational Chart of Proposed Team
Limit of one (1) page for this section

Section E Resumes of Key Personnel Proposed for this Contract

Limit of one (1) page per resume
Limit of five (5) resumes total

Section F Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract
Limit of one (1) page per project
Limit of ten (10) projects total

Section H Additional Information
Include current professional registrations/certifications of the person/people who will be stamping the drawings if not listed above
Include Proposed Management Plan and Approach
Include discussion of the following evaluation factors: a. Location
b. Capacity
c. Estimating Effectiveness
d. Project Control
e. Awards and Recommendations
f. Insurance and Litigation

Section E Resumes of Key Personnel Proposed for this Contract
Limit of one (1) page per resume
Limit of five (5) resumes total

Section F Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract
Limit of one (1) page per project
Limit of ten (10) projects total

Section H Additional Information
Include current professional registrations/certifications of the person/people who will be stamping the drawings if not listed above
Include Proposed Management Plan and Approach
Include discussion of the following evaluation factors: a. Location
b. Capacity
c. Estimating Effectiveness
d. Project Control
e. Awards and Recommendations
f. Insurance and Litigation

Page 4 of 5
Section E Resumes of Key Personnel Proposed for this Contract
Limit of one (1) page per resume
Limit of five (5) resumes total

Section F Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract
Limit of one (1) page per project
Limit of ten (10) projects total

Section H Additional Information
Include current professional registrations/certifications of the person/people who will be stamping the drawings if not listed above
Include Proposed Management Plan and Approach
Include discussion of the following evaluation factors: a. Location
b. Capacity
c. Estimating Effectiveness
d. Project Control
e. Awards and Recommendations
f. Insurance and Litigation

Overall limit of ten (10) pages for this section

Your Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY AND IN HARD COPY FORM to the Contract Specialist no later than 9 June 2017 by 10:00 A.M. EST. The overall size of the electronic file shall not exceed 8MB; if additional space is required, divide the file into segments with each file size less than 8MB and email each file attachment separately. No more than the first 2 files at 8MB each will be considered. Additionally, 5 hardcopies of the Standard Form 330s along with a CD containing an electronic copy of the Standard Form 330 in *.pdf form must be submitted to the Contract Specialist and received by no later than 6 June 2016 by 10:00 A.M. EST.

PLEASE NOTE: Hard copies of SF330s must be sent to the following address:


Nicholas Winne, Contract Specialist

Department of Veterans Affairs - NCO2
Appletree Business Park
2875 Union Road, Suite #3500
Cheektowaga, NY 14227

Electronic copies must be sent to Nicholas.winne@va.gov.

Both electronic copies and hard copies must be received by the due date/time listed above.


ALSO NOTE: This project will be completed for the VAWNYHCS Buffalo/Batavia VAMC, 3495 Bailey Avenue, Buffalo, NY 14215/ 222 Richmond Avenue Batavia, NY 14020.

It is anticipated that discussions with the highest rated firms will be conducted in June/July 2017.

This is not a request for proposal. NAICS 541310 applies. Service Disabled Veteran Owned Small Business size standard for this NAICS is $7.5 million. The construction cost estimate is between $500,000 and $1,000,000.

Nicholas Winne
Contract Specialist
585-297-1460 X72438
Nicholas.winne@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP