The RFP Database
New business relationships start here

Replace Underground Storage Tanks Project # 503-19-107


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

This announcement is for the selection of an Architect-Engineer (AE) for the Replace Underground Storage Tanks A/E Project. The location of the projects will be at the Altoona Veterans Administration Medical Center, 2907 Pleasant Valley Blvd, Altoona, Pennsylvania 16602. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website http://www.gsa.gov/portal/forms/download/116486 Forms Library.

CONTRACT INFORMATION: The project consists of a highly qualified professional Architect/Engineer (A/E) firm to provide services and develop all Space Programs, Schematic Design, Design Development, Construction Documents, Construction Administration Services, Technical Specifications, Cost Estimates and Permits Procurement for the Replace Underground Storage Tanks that involves the following details, (reference Scope of work for specifics):
Remove two (2) 20,000 gallon UST s dual wall, interstitial monitored, steel composition tanks for diesel fuel. All associated monitors, automatic tank gauges, controls, pumps, piping, vents, valves, access ways, cathodic protection, and appropriate site work.
A/E to evaluate fuel usage and right-size our fuel storage capacity. (i.e. do we need larger tanks? Smaller tanks?)
UST security features meeting the VA s Physical Security Design Manual, including fencing, man gates, and vehicular gates.
Design will include temporary fuel storage for the duration of the planned construction.
Contaminated soil removal.
Assist in obtaining all federal, state, and local permits and certifications.
Replace (Install) two (2) 20,000 gallon UST s (TBD may change based on above evaluation requirement) dual wall, interstitial monitored, steel composition tanks for diesel fuel (meeting current regulations and requirements). To include: All associated ancillary equipment, monitors, automatic tank gauges, controls, pumps, piping, vents, valves, access ways, cathodic protection, and appropriate site work.
Provide construction period services during the associated construction project

All work under this contract shall meet the requirements of the latest versions of the VA guidelines design guides, design manuals, details, standards, master specifications and associated industry standards including, but not limited to, PA Department of Environmental Protection.

The contract award will incorporate the attached Scope of Work. Expected A-E services listed as: Title I Site Investigation Services, Title I - Design Services, and Title II Construction Period Services.

This contract is being procured in accordance with the Brooks Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. A minimum of three most highly qualified firms will be selected for presentations based on demonstrated competence and qualifications for required work. This solicitation is set-aside 100% for Service Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541330. The small business size standard of $15M. The contract will be awarded as a Firm Fixed Price (FFP) contract.

SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic CD copy of Parts I and II. in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than:
3:00 pm on April 29, 2019.



All SF330 submittal packages must be sent to:

Lebanon VA Medical Center
Attention: Melvin Moore
Contracting Building 99
1700 S. Lincoln Avenue
Lebanon, PA 17042

Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of melvin.moore2@va.gov

Additionally, the submission must include an insert detailing the following information:
Dun & Bradstreet Number
Tax ID Number
The e-mail address and phone number of the Primary Point of Contact
A printed copy of the firms VetBiz Registry
A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime
A statement indicating what office the AE firm will utilize as its primary design office.
A copy of the firm s Pennsylvania State Licensure for the Prime or a statement indicating how the provided drawings will be sealed by a PA licensed Engineer.

Prior to submittal of the SF 330, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov (visit www.sam.gov to complete your registration) and must also be registered in VetBiz Registry in order to be eligible for contract award (visit www.vip.vetbiz.gov to complete your registration).

Special Note: An AE firm failing to provide any of the documentation detailed in the Presolicitation Notice may be determined as Non-Responsive and may not be considered.

Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified firms will be compiled on a shortlist of candidates who will be contacted for an interview. The VA will use the following criteria to determine competition when reviewing the SF 330 S received. If a submitting firm fails to meet these criteria they will be deemed non-responsive and shall be rated accordingly. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The first two (2) factors, Professional Qualifications to Perform the Services Required and Specialized Experience and Technical Competence, are more important than the other six (6) factors, which are listed in descending order of importance. The following evaluation criteria will be used to evaluate firms and determine the most highly qualified firms for possible contract award.

Professional Qualifications necessary for satisfactory performance of required services:
This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architect, Civil Engineers, Plumbing Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, Environmental Engineers, Telecommunications/Data Engineers, Estimator and strong familiarity in sustainable design and energy efficiency.

Specialized Experience and Technical Competence in the type of work required:

This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This project will replace the facility s underground diesel fuel storage tanks that serve the emergency generators and provides a secondary fuel source for the boiler plant. The project will also replace the UST s accessories that include, but is not limited to, piping, pumps, monitors, controls, and security features. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. The intent of this project is to provide the Government with constructible documents detailing how to accomplish the above. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience.

Past performance on contracts with Government agencies (particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. This factor shall be evaluated based on the information provided by the AE on similar type projects, performance appraisals on file with the Department of Veterans Affairs, any Government sponsored performance rating system and contact with personnel listed in the SF 330 regarding past performance, as well board members personal knowledge of the firm.

Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated.

The following definitions apply:

Relevant: Past/Present performance efforts involve the magnitude of effort and complexities which are essentially what this contract requires.

Not Relevant: Past/Present performance efforts involve none or significantly less magnitude of effort and complexities which are essentially what this contract requires.

Currency: For the purposes of this contract, currency is performance occurring within the last seven years from the posting of the contract synopsis. Projects which are not current shall not be evaluated.

Capacity to accomplish the work in the required time: this factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time.

Location in the general geographic area of the project and knowledge of the locality of the project: This factor evaluates the response time and distance from the A-E firms design office where the majority of the design will take place to the location of work (James E. Van Zandt VA Medical Center, Altoona PA). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor.

Reputation and standing of the firm and its principle 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. Offerors to include letter with submission indicating the number of claims filed for errors and omissions within the previous seven years prior to the due date of the Standard Form 330 s.

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

Melvin Moore
melvin.moore2@va.gov

melvin.moore2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP