The RFP Database
New business relationships start here

VA262-18-AP-0171 QM HVAC 605-18-401


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

THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda CA 92357 has a requirement for build design project. The intent of the procurement is to award a firm-fixed price contract. The Statement of Work (SOW) defines the effort required for the purchase and delivery of the requirement to the Loma Linda VA.
THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis.
Veterans Integrated Service Network 22 (VISN 22), which includes all Veterans Affairs facilities in Arizona, New Mexico and the Loma Linda, Los Angeles, Long Beach and San Diego areas of responsibility (AOR) in California, is seeking vendors capable of providing design and build design services on an as-needed basis under Single Award fixed price. Vendor will be selected for negotiation based on demonstrated competence and qualifications for the required work.
It is anticipated that a Request for Quotes will be issued in December, 2017. Award of a firm fixed price contract is contemplated by December, 2017.
This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/,respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company s bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is December 01, 2017 at 2:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Xochipilli.Valdivia@va.gov. Hard copy submissions are acceptable to VISN 18 Network Contracting Office; 777 E Missouri Ave, Suite #300, Phoenix AZ 85014.
NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
The planned duration for these contracts is a total of 160 calendar days following the Notice to Proceed.
The North American Industry Classification System (NAICS) Code for this procurement is 236220 Size Standard is $36.5 Million.
In accordance with VAAR 836.204(e), the disclosed magnitude of construction cost is $25,000 and $100,000.
All Requests for Information (RFIs) regarding this Request for Proposal (RFP) must be received no later than November 28, 2017 via e-mail (Xochipilli.Valdivia@va.gov) with the Solicitation number in the subject line to allow a reply to reach all prospective contractors before the submission of their proposal. Responses to questions will be posted as an amendment to the solicitation and the Government reserves the right to consolidate questions and responses. An organized site will be schedule on solicitation.
REQUEST FOR BID FOR DESIGN SERVICES
DESIGN-QM HVAC
PROJECT NO.605-18-401

OBJECTIVE
SCOPE OF WORK
General Requirement: Provide all labor, materials, tools, equipment, engineering, and services to design air handler for required space to correct HVAC issues in the QM offices at the Jerry L. Pettis Memorial Veterans Medical Center (LLVAMC), Loma Linda, California.
Project Scope: Design and prepare engineering drawings to demo existing pkg units to include all ducting and install a new air handler unit connected to the chilled water from the central plant to support approx. 1,353 sqft of administration space.
The scope of work shall include, but is not limited to the following items.
Demolition of existing suspended ceiling, grid, and supply/return diffusers.
Demolition of existing DX units to include all ducting.
Install new ducting, VAV boxes, and thermostats in each room. All VAV boxes shall have hot water coils and include all controls. All controls are to be included in project and must communicate with existing controls, Andover preferred.
New AHU shall be connected to the chilled water from the central plant, point of connection shall be on the second floor, service bay 4, 5 chill line. And balancing devices shall be included. Motor controls shall be ABB drive, variable frequency drives on supply and return and connected to existing Fire Control system. (smoke control system)
Install new 2 x 2 suspended ceiling grid, ceiling tiles, and supply and return diffusers, new electrical installed by construction contractor.
Testing and balancing report shall be provided.
Install decorative screen system to prevent observation from courtyard windows.
General contractor to perform final cleaning prior to acceptance.

GENERAL REQUIREMENTS
Design Services:
1. Submit 35% design submittal, 95% and 100% design submittal.
Submittals shall be provided on compatible version of AutoCAD and 1 full size sheet set and 1 half size sheet set.
Investigative surveys (Non-destructive) will be conducted to validate or mitigate construction assumptions for environmental and infrastructure requirements. (May include power metering, air flow testing, utility survey, etc.) Destructive surveys are authorized with approval of the Resident Engineer.
A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the equipment identified for replacement or required to tap into, e.g. steam, water, etc..
Submit as-built drawings in AutoCAD, PDF, and hard copy format.


TYPE OF CONTRACT:
This is a firm fixed-price agreement. All additional changes and amendments to the scope will be submitted separately.

SPECIFIC REQUIREMENTS
ENDSTATE PERFORMANCE:
All construction per drawings. Attachment 1.
All construction per specifications. [Section D.iv.3.a)
Completed work will be inspected and certified by a licensed installer in the appropriate trade.
All Infection Control and Interim Life Safety Measures removed.
CONSTRUCTION SCHEDULE
General Schedule:
Overall contract completion time (design and construction) = 160 Calendar Days
Construction Completion time = 90 Calendar Days
Design Completion Time = 35 Calendar Days
35% Design Submittal = 14 Calendar Days
95% Design Submittal = 14 Calendar Days
100% Design Submittal = 7 Calendar Days
Note 1. There will be Government review in every submittal.
Note 2. Procurement of long lead items can be done after 95% design submittal review.

ENVIRONMENTAL/OCCUPATIONAL SAFETY AND HEALTH (EOSH)
EXPECTATION: Project shall comply with all applicable EOSH requirements.
Regulatory Compliance EOSH requirements for work performed at the above location can be found in:
Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry
Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry
Volume 40 of the Code of Federal Regulations Protection of The Environment
Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials.
Construction Safety Guidebook published by VHA Center for Engineering & Occupational Safety and Health (CEOSH)
iv. Specifications
The VA Master Construction Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements.
A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov. Specifications which address work involve in this project include, but are not limited to, the following:
SECTION: 01 00 00 General Requirements
SECTION: 01 35 26 Safety Requirements
SECTION: 02 21 13 Site Surveys
SECTION: 23 05 11 common work results for HVAC
SECTION: 23 05 93 Testing, adjusting, and balancing HVAC


Reports
Daily Inspection Report (Safety)
Waste log
REFERENCES
Attachments:
Attachment 1: Loma Linda Design/Construction Standards
Attachment 2: Site Map
Attachment 3: Egress Layout
NOTE: Bidders may request a DVD copy of existing as-builts and single line diagrams for bidding purposes through the Contracting Officer.

The contractor shall prepare all required documents for review and approval by the VA in accordance with standard professional practice and the Department of Veterans Affairs Statement of Work. Preparation of documents shall be in accordance with the latest editions of the following criteria.

Pertinent VA Criteria which can be downloaded from the Internet at http://www.cfm.va.gov/TIL including but not limited to:
VA Master Construction Specifications
VA Construction Standards
VA Seismic Design Handbook
VA Space Planning Criteria
VA Design Manuals
VA CADD Standards
NFPA 101, Life Safety Code
NFPA 70, National Electric Code
NFPA 99, Health Care Facilities
NFPA 12, Installation of Sprinkler Systems
Accessibility Standards (ADAAG, ABAAS, Barrier Free Design Guide)
AIA Guidelines for Construction and Equipment of Hospital and Medical Facilities
International Building Codes
State and Local codes and guidelines (as applicable)

CONTRACT DURATION
160 calendar days following NTP
- - - END - - -

Attachment 1 (Project Location Map) to Project 605-18-401 (QM HVAC)

Xochi Valdivia
Xochipilli.Valdivia@va.gov

Xochipilli.Valdivia@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP