The RFP Database
New business relationships start here

Replace Steam & Condensate System - Oval 1 and Outlying, Project No. 542-18-104


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

Page 7 of 8
ACQUISITION INFORMATION:

The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A/E) services for Project No. 542-18-104, Replace Steam & Condensate System Oval 1 & Outlying Buildings.

This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A/E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS.

Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement.

GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work.

Existing Systems Overview:
The existing steam system consists of four water-tube boilers (Building 14 Boiler House) generating 110 psig steam and distribution throughout the campus at 60 psig to PRV and steam-to-water converters located in each building. The current boilers were installed in 1968 and the underground steam distribution was replaced in 1979. Various segments have been replaced since. The system distributes approximately 30,000 pounds per hour during the winter to 34 buildings.
Existing steam and condensate piping between buildings is run underground. Most of the underground pipes are run between manholes in vitrified clay tile conduit, some of the underground piping runs through buried concrete vaults. The underground steam and condensate generally enter each building in a pit and run under the floor slab to the mechanical service room. Steam traps in manholes are generally not maintained due to limited accessibility and manhole conditions.
The original system had vacuum returned condensate, although vacuum return is no longer used and condensate mains are gravity drained back to the boiler plant.
The existing steam distribution system has had multiple leaks and is generally considered to be in failing condition. Insulation around underground pipes is largely ineffective due to leaks and groundwater accumulation in manholes and vaults. Many of the steam system heat exchanger and valves are not readily accessible. There are other distribution system problems as well which will be discussed during the A/E site investigation.
Scope of Work:

This project will comprehensively redesign the entire steam distribution system from the boiler plant to the mechanical service rooms in all Oval 1 and outlying buildings. Underground drip leg locations and pipe pitches must be fully evaluated for efficient condensate evacuation with steam drip stations in more accessible locations. New routing should be considered. The redesign must include relocation of service room equipment, or installation of platforms to facilitate appropriate accessibility.
The redesign must also evaluate down-sizing of the system by removing some outlying buildings from the system and reserving those buildings with other means of heating, such as gas-fired boilers or geothermal heat pumps.
The goal of the project is to minimize steam and heat losses and to maximize energy savings and long term maintainability. This project will include any associated work necessary to implement the selected corrections. This project must be designed to have minimal downtime during construction and shall be in accordance with the Department of Veterans Affairs (VA) requirements, industry standards and all applicable code requirements.
The scope of work includes but is not limited to the following:
Sizing calculations of all steam and condensate mains.
Reconfiguration of the distribution system where appropriate.
Redesign of condensate removal and return systems for effective operation with ease of maintenance.
Evaluation of restrictions due to existing underground utilities and structures. Involve a subsurface utility locating service as required.
Involve a certified industrial hygienist (CIH) to incorporate the necessary guidance in the construction documents as applicable.
Provide submittals and final documents as indicated below.

The Following Investigative Work shall also be included Within the Scope of this Project:

Perform a Code analysis to insure that the applicable Codes are being applied.
Provide any civil, structural, architectural, electrical and mechanical and underground utility investigative work of existing systems necessary to insure the accuracy of your design.
Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design.
Take digital photos of site major features and connection points. Digital format must be compatible with VA software.
VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits.

Other:

Complete review and analysis of contractor's project cost proposals.
The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Representative (COR), request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals.
The A/E shall notify the COR in writing of any and all deviations from the
requirements of the construction documents that he has found in the Construction
Contractor's submittals. Such responsibility shall be carried out with reasonable
promptness as to cause no delay.
Site visits as required. Include ten (10 full-day site visits for budget purposes. (Please include the price for additional site visits should they be desired.)
Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover.
Infection Control: The "Pre-Construction Risk Assessment (PCRA)", located at the end of this Attachment, shall be completed and incorporated into the final construction documents.
The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide to the COR a complete set of mylar as-built drawings and compact disks (CD) of electronic contract documents as described in Article III, CONSTRUCTION PERIOD SERVICE REQUIREMENTS.

Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission CD compact disk requirements include: Drawings in AutoCAD 2014 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines.

II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS:
This article specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review and the due dates for each submission. Available reference materials pertinent to the design and submittal requirements are indicated in Article IV, AVAILABLE REFERENCE MATERIALS. The A/E shall complete the design within 200 days. Refer to the Contract clauses for application of delivery dates.

Schematic Documents Review The objective of this submission is to provide the VA with an overview of the A/E design approach, to present any fundamental design options for consideration and selection by the VA, and to insure that the design development of the project is properly focused, aligned with VA requirements and within the scope of the contract. Provide complete sets of documents as outlined and in quantities as required.
50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents. Provide complete sets of documents as outlined and in quantities as required.
95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are substantially and technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. Provide complete sets of documents as outlined and in quantities as required.
100% Construction Documents Review The objective of this submission is to for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents. (This submission may be waived by the VA if the 95% submission is substantially and technically complete and the VA has confidence that the remaining comments will be effectively addressed by the A/E for the final construction documents submission.) Provide complete sets of documents as outlined and in quantities as required.
Final Submission of Construction Documents Provide complete sets of documents as outlined and in quantities as required. Final construction documents are due 10 days after the 100% (or 95% if applicable) design review meeting.

III. CONSTRUCTION PERIOD SERVICE REQUIREMENTS.
Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omissions of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate.

Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within 10 working days, or as otherwise required by the Contract.

Review of Change Order Requests and Requests for Information (RFI): The A/E shall respond promptly to all Change Order Requests and Requests for Information as required by the contract.

Site Visits: The A/E shall provide up to ten (10) half-days; four (4) hours each Construction Phase site visits including the final inspection when requested by the COR. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR.

"As-Built" Document Requirements:

Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide a complete set of mylar as-built drawings and two compact disks (CD) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A/E title block information erased per A/E requirements.
Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (CD) to the COR, each containing this complete set of the final specifications in Adobe PDF format.

IV. AVAILABLE REFERENCE MATERIALS:
Prints of the station site, utility drawings and building floor plans may or may not be available. The accuracies of these drawings are not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E.

A/E Submission Instructions for Minor and NRM Construction Program: Program Guide PG-18-15 Volume C, November 2008 available on-line at http://www.cfm.va.gov/contract/aeDesSubReq.asp. Otherwise, navigate as follows:

Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/)
Contracting and A/E Info (from menu on left side of screen)
"A/E Design Submission Requirements" link under "A/E Information" of outline on screen
"Volume C - Minor and NRM Projects" link under "Design Submission Instructions (PG-18-15C)"

Additionally, the A/E Submission Instructions for Major New Facilities, Additions, & Renovations: Program Guide PG-18-15 Volume B, March 2009 has good information regarding the levels of documentation suitable for each submission. It is available on-line from the same web page.
Download from the Technical Information Library (TIL) copies of the Master Construction Specifications list and unedited copies of each specification section applicable to this project as determined by the A/E. The VA unedited master Specifications are available on line from the Technical Information Library at http://www.cfm.va.gov/til/spec.asp. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/)
Tech Info Library (from menu on left side of screen)
"PG-18-1 Master Construction Specifications" link under the "VA Standards for Construction by Number" heading near the bottom of the web page

Drawing Requirements Overview: Refer to "Topic 02 Drawings" from the VA Program Guide PG-18-3, available on line in the TIL (Technical Information Library) at http://www.cfm.va.gov/TIL/cPro.asp. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/)
Tech Info Library (from menu on left side of screen)
"PG-18-3 Design and Construction Procedures" link under the "VA Standards for Construction by Number" heading near the bottom of the web page
"Topic 02 Drawings" link from the list on the web page

CADD deliverables must conform to the current VHA National CAD Standard Application Guide, available on line at http://www.cfm.va.gov/til/sDetail.asp. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/)
Tech Info Library (from menu on left side of screen)
"CAD Standards" link under "PROJECT DOCUMENT REQUIREMENTS" near the bottom of the outline menu at the right side of the screen
"VA National CAD Standard Application Guide" link in the first paragraph under "CAD Standards" in the middle of the screen

Additionally, the plot style table (NCS.ctb) and the linetype definition file (NCS.lin) associated with the VHA National CAD Standard Application Guide may be accessed by link under "CAD Standards" on the same web page as this Guide.
One copy of the legal documents and bidding forms applicable to this project, contact Contracting Officer.

Metric Requirements: Construction Subcommittee of the Interagency Council on Metric Policy Metrication Operating Committee. Metric Guide for Federal Construction First Edition. Washington: National Institute of Building Sciences, 1993. Available on line in the TIL (Technical Information Library) at http://www.cfm.va.gov/CFM/TIL/metric/metricGuide.doc. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/)
Tech Info Library (from menu on left side of screen)
"Metric" link under "DESIGN CRITERIA Special Requirements" in the outline menu at the right side of the screen
"Metric Guide for Federal Construction" link under "Metric" in the middle of the web page

Cost Estimates:

VA Form HO-18B is available on-line at http://www.cfm.va.gov/cost/cost_ws.doc. Otherwise navigate as follows:

Office of Construction and Facility Management (CFM) web site (http://www.cfm.va.gov/)
Cost Estimating (from menu on left side of screen)
"Cost Estimate Worksheet" link in the middle of the web page

Labor Rates: Current Construction Wage Rate Requirements labor rates are available on-line at http://www.access.gpo.gov/davisbacon/index.html. This link can be accessed through the CFM web site as follows:

CFM web site (http://www.cfm.va.gov/)
Contracting and A/E Info (from menu on left side of screen)
"Wage Rate Determination" link under "Construction Document Information"

I. Energy, Water Efficiency and Renewable Energy: The A/E shall specify in the construction design specifications the use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness.B The A/E shall also consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications. Energy-consuming products must comply with the following applicable requirements. When acquiring energy-consuming products listed in the ENERGY STARB. Program or Federal Energy Management Program (FEMP):
Agencies shall purchase ENERGY STARB. or FEMP-designated products; and
For products that consume power in a standby mode and are listed on FEMP s Low Standby Power Devices product listing, agencies shall
Purchase items which meet FEMP s standby power wattage recommendation or document the reason for not purchasing such items; or
If FEMP has listed a product without a corresponding wattage recommendation, purchase items which use no more than one watt in their standby power consuming mode. When it is impracticable to meet the one watt requirement, agencies shall purchase items with the lowest standby wattage practicable; and
Information is available via the Internet about
ENERGY STARB. at http://www.energystar.gov/index.cfm?fuseaction=find_a_product.; and
FEMP at http://www1.eere.energy.gov/femp/technologies/eep_purchasingspecs.html
Page 8 of 8

V. Evaluation Criteria: The A/E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance.

Team Proposed for this Project
Background of personnel
Project manager
Other Key Personnel
Consultants
Previous Experience of Proposed Team
Project Experience ( Psychiatric Unit, Hospital, VA Medical Center)
At least two similar projects in size and scope
Proposed Management Plan
Design Phase
Construction Phase
Project Control
Techniques planned to control the schedule and cost
Personnel responsible for schedule and cost control
Estimating Effectiveness
a. Ten most recently bid projects
Response Time (RFI, Submittals, Change Orders - Percentage in relation to total amount.)
Prime Firm
Consultants
Proposed Design Approach
a. Architectural
b. Structural
c. Environmental
d. Electrical
e. Plumbing
f. Mechanical
Miscellaneous Experience and Capabilities
Experience in NFPA 70E and 101 Life Safety Code
b. Industrial Hygienist

I. Contract Award Procedure: Interested A/E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Building 19S, 1400 Black Horse Hill Rd., Coatesville, PA 19320 by close of business (4:30 PM, EST), November 22, 2017. A/E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A/E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 18 funding. Disclosure of the magnitude of construction project estimate is between $5,000,000 and $10,000,000.

(End of Document)

Elizabeth Morin
610-383-0202

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP