Alabama Bids > Bid Detail

C1DA--Project No. 619A4-23-106 "A/E Correct the Mechanical / Fixtures and Piping for Buildings 2, 4, and 4A".

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159176142231630
Posted Date: Mar 23, 2023
Due Date: Jun 16, 2022
Solicitation No: 36C24722R0068
Source: https://sam.gov/opp/90aa5b83b3...
Follow
C1DA--Project No. 619A4-23-106 "A/E Correct the Mechanical / Fixtures and Piping for Buildings 2, 4, and 4A".
Active
Contract Opportunity
Notice ID
36C24722R0068
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 23, 2023 01:12 pm EDT
  • Original Published Date: May 09, 2022 03:54 pm EDT
  • Updated Response Date: Jun 16, 2022 10:00 am EDT
  • Original Response Date: Jun 16, 2022 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 15, 2023
  • Original Inactive Date: Aug 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Central Alabama Veterans Healthcare System 2400 Hospital Road Tuskegee , Alabama 36083
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330.

ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES:
1. The Department of Veteran Affairs Network 7 Contracting Office is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project # 619A4-23-106 - Install Dual Parallel Piping for Domestic Water and Fire Protection in Buildings 2, 4, and 4A, at Tuskegee, AL at the Central Alabama Veterans Health Care System facilities in Network 7. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 5 of this notice.

2. Network Contracting 7 VA Facility location:
Central Alabama Veterans Health Care System East Campus, 2400 Hospital Rd Tuskegee, AL 36083
3. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business.
a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in accordance with VAAR Clause 852-219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.

b. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.vetbiz.gov , registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification and reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.
4. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 619A4-23-106 Install Dual Parallel Piping for Domestic Water and Fire Protection in Buildings 2, 4, and 4A, at Tuskegee, AL at the Central Alabama Veterans Health Care System facilities in Network 7. The estimated magnitude of construction for this project is between $500,000-$1,000,000. The estimated/target design completion period is 180 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $16.5 million.
5. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend various meetings in person on site at CAVHCS facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 400 miles of CAVHCS- East Campus 2400 Hospital Rd, Tuskegee, AL 36083. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400 mile radius. Offers outside the 400 mile radius will not be considered. (Determination of mileage eligibility will be based off Google Maps)Â
6. Project Information/Statement of Tasks:
The AE shall provide all labor, equipment, materials, and incidentals to deliver Professional (PE) Architectural/Engineering services to verify existing conditions, design and prepare contract working drawings and specifications for Project # 619A4-23-106 Install Dual Parallel Piping for Domestic Water and Fire Protection in Buildings 2, 4, and 4A, at Tuskegee, AL at the Central Alabama Veterans Health Care System facilities in Network 7. The proposed Statement of Work is attached to this announcement.
7. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance:
Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state license board.
Specialized experience and technical competence in the type of work required, including but not limited to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects)
Capacity to accomplish work in the required time.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
Location in general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.)Eligible prime contractor firms must have a main and/or branch office geographically located within the 400 mile radius.
The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors

Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates.

Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations
Specific experience and qualifications of personnel proposed for assignment to the project.
8. Selection Procedures:
a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received, three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions.

b. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating.

c. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration.

d. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract.
9. Submission Requirements:
a. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF
Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference.
Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format shall be used:

(1) Cover Page with Solicitation Number, Project Title

(2) Table of Contents

(3) SF 330 s

(4) Acceptability under other appropriate evaluation criteria; i.e. SF 330, Section H.
(a) Management Plan
i. Management Process
ii. QA/QC
iii. Cost Control/Design within Funding Limitations
iv. Schedule Control
(b) Proposed Design Approach
(c) Estimating Effectiveness
(d) Capacity to accomplish the work in the required time.
(e ) Awards received

(5) Copy of Current A/E state Engineer/Architect License

(6) Copy of current vetBiz.gov SDVOSB certification

(7) Unique Entity Identifier (UEI) Number

(8) Tax ID number

(9) The E mail address and Phone number of the Primary Point of Contact.

b. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) no later than June 09, 2022 by 10:00 EDT . Email capacity is limited to five (5) to seven (7) megabyte (Megs).

c. All SF330 submittals and questions must be sent electronically to the attention of Ryan James, Contracting Specialist at Ryan.James1@va.gov . Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330.

d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e. CPARS) and award documentation. This information should be provided as attachments to the SF 330.

e. All questions regarding this announcement must be emailed to the contracting specialist Ryan.James1@va.gov no later than June 09, 2022 by 10:00 EDT to allow time to respond.

Site Visits will not be arranged during this phase.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.



Install Dual Parallel Piping for Domestic Water and Fire Protection in Buildings 2, 4, and 4A
Project No. 619A4-23-106
Veterans Health Administration
Central Alabama Veterans Health Care System East Campus
2400 Hospital Road
Tuskegee, AL 36083

SUPPLEMENT B

SCOPE OF WORK:

Provide Professional (PE) Architectural / Engineering services to verify existing conditions and utilities design and prepare contract working drawings and specifications for Project No. 619A4-23-106 Install Dual Parallel Piping for Domestic Water and Fire Protection in Buildings 2, 4, and 4A . This project will install dual parallel piping for domestic water and fire protection for buildings 2, 4, and 4A as well as installation of backflow preventers. Per VA Plumbing Design Guide, the main domestic water supplies shall be provided with dual parallel piped reduced pressure backflow preventers. Currently the domestic water mains serving these buildings do not have a backflow preventer. This project will correct these issues and the current backflow preventer deficiencies. This project is number 2 on our Top-Ten Deficiency List. In accordance with recommendations from the most recently completed Facility Condition Assessment. The project will ensure improved patient, staff, and visitor safety at the VA Medical Center as well as correct failing infrastructure conditions. The location of this project is in Buildings 2, 4, and 4A.

FCA 122630 Backflow preventer shall be installed to protect water supply. Replace plumbing piping that is old and in poor condition.

Professional (PE) Architect / Engineer services to include phasing recommendations, planning, consultation and visits, investigation visits before design, design work, preparation of contract drawings and specifications for construction bidding, constructability reviews at each design review, design for accessibility for maintenance and operation of all systems, perform energy review & analysis, preparation of cost estimates including contractor bid analysis and recommendations, and participation in any pre-bid and pre-construction conferences. In addition, provide construction period services for demolition, construction, and inspection all work for this project.

The project design shall be completed in accordance with this Supplement B and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other Criteria. The A/E shall retrieve all VA design information and standards from the VA Office of Construction & Facilities Management Internet site (http://www.cfm.va.gov/) technical library. VA design standards and all national, state and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate.

All projects shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings.
Should the 30% reduction in energy consumption prove not to be life-cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective.
The following parameters shall be used for performing the analysis:
20-year life-cycle period for system comparison
Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, Energy Plus, etc.
3% Discount Factor
Do not include taxes or insurance while computing costs.

Stamp and certify each design and construction plan with one of the applicable AEE certifications or with one of the applicable LEED certifications to achieve the ASHRAE 90.1 energy standards for the VA.
Prepare a construction cost estimate; and provide construction period services and site visits for the CAVHCS project, at the Central Alabama Veterans Health Care System, Tuskegee, Alabama.
Engineering point of contact is Jim Bearrentine, 334-727-0550, Ext. 53402. Point of contact is to be contacted for any information concerning this work.
DESIGN REVIEW AND COMPLETION SCHEDULE: -

The A/E shall perform the work required for working drawings by this contract within the limits of the following schedule: Days shown are calendar days:
Deliver First Review (30%) material to Contracting Officer not later 54 days
than after NTP

Review First Review material with Contracting Officer 64 days
on after NTP

Deliver Second Review (60%) material to Contracting Officer not later 108 days
than after NTP

Review Second Review material with Contracting Officer 118 days
on after NTP

Deliver Third Review (90%) material to Contracting Officer not later 162 days
than after NTP

Review Third Review material with Contracting Officer 172 days
on after NTP

Deliver Final (incorporating comments from 100% Review) material to Contracting Officer not later 180 days
than after NTP

FIRST SUBMISSION OF WORKING DRAWINGS:

This design review material shall meet all requirements described for the First Working Drawing Submission in the Office of Facilities Management web site, A/E Submission for Conceptual Drawings, Preliminary Drawings, Working Drawings, and Cost Estimate, Volume C , VA Directive 0100 and Handbook 0100 for Metric Transition Plan

Implementation and Guidance. Provide two (2) sets of drawings, specifications, and cost estimate. Provide one PDF file (1) of drawings and any other required review materials.

The contract A/E shall provide accurate written documentation of the design review meeting attendance, comments and minutes, within 5 working days of the review meeting.

IV. SECOND SUBMISSION OF WORKING DRAWINGS:
This design review material shall meet all requirements described for the Second Working Drawing Submission in the Office of Facilities Management and VA Directive 0100 and Handbook 0100 for Metric Transition Plan Implementation and Guidance; title
as shown in paragraph III. Provide two (2) sets of drawings, specifications, and cost estimate. Provide one (l) PDF file of drawings and any other required review materials. The contract A/E shall provide accurate written documentation of the design review
meeting attendance, comments and minutes, within 5 working days of the review meeting.

V. THIRD SUBMISSION OF WORKING DRAWINGS:
This design review material shall meet all requirements described for the Third Working Drawing Submission in the Office of Facilities Management and VA Directive 0100 and Handbook 0100 for Metric Transition Plan Implementation and Guidance; title as shown in paragraph III. Provide two (2) sets of drawings, specifications, and cost estimate. Provide one (l) PDF file of drawings and any other required review materials. The contract A/E shall provide accurate written documentation of the design review meeting attendance, comments and minutes, within 5 working days of the review meeting.
VI. FINAL SUBMISSION OF WORKING DRAWINGS:

Provide final materials, incorporating comments from the 95% Review and VA Directive 0100 and Handbook 0100 for Metric Transition Plan Implementation and Guidance. Provide four (4) sets of: drawings (prints) in AutoCAD 2007 LT or newer version, specifications, cost estimate, T-bond drawings, 1-CD copy and PDF files of all final drawings and specifications and any other contract documents.

VII. SITE VISITS/CONSTRUCTION PERIOD SERVICES:

During the Construction Period, the A/E shall make three (3) site visits: One at 25% construction, one at 50% construction and one at 100% construction. The A/E will render certain technical services during construction including all submittal reviews, final as-built drawings in AutoCAD format, and differing site condition reviews and analysis to any and all claims.

Such services shall be considered as advisory and shall not be construed as expressing or implying a contractual act of the Government without affirmations by Contracting Officer or the duly authorized representative.

The A/E shall check Government furnished and/or the construction shop drawings, detail drawings, schedules, descriptive literature and samples, test reports, field investigative data and review the 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.

Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >