C1ND--523-24-007 MWRA Wastewater Compliance A/E

expired opportunity(Expired)
From: Federal Government(Federal)
36C24124R0061

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (23 days ago)

Due Date

05 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
36C24124R0061

Identifier

36C24124R0061
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice Sources Sought Notice Page 1 of 5 SOURCES SOUGHT: The VA Medical Center Jamaica Plain in Boston, MA has a requirement for a Firm Fixed Price contract to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services to install a Wastewater Treatment System to support the removal of mercury from the Massachusetts Water Resources Authority (MWRA) discharge at the Jamacia Plain Veterans Affairs Medical Center at 150 South Huntington Avenue in Jamacia Plain, Suffolk County, Massachusetts. The A/E firm shall design the system in general accordance with the recommendations of the (Dec 2023) Feasibility Study for Wastewater Treatment Jamaica Plain Veterans Administration Medical Center, from Mabbett Associates in accordance with
applicable codes, regulations, and standards. The intent of this project includes but is not limited to civil, environmental, mechanical, electrical, structural, plumbing, fire/life safety, and communications disciplines. Provide for Interim Life Safety Measures (ILSM) in the design of the project that are necessary during construction in order that the occupied portions of the hospital will continue to comply with NFPA 101, The Life Safety Code throughout the construction of the project. Prepare an infection control risk assessment in accordance with Infection Control Policies and Procedures of this VAMC for each portion of the existing facility that is impacted by the project. Revise the risk assessment until the VAMC concurs with the results of the risk assessment. Prepare a detailed infection control plan for the construction contractor to follow, based on the results of the risk assessment. This plan shall be based on medical center infection control policies and shall be site specific for the areas involved in the project. The design must include a construction phasing plan that minimizes any negative effects to the normal operations of the medical center and this building. Any disruptions to existing operations of this VAMC that are proposed by the A/E must be approved by the VAMC. Conduct surveys, perform investigations, and meet with staff who will be working in the areas being renovated or built to ensure the new construction and renovations meet the space and other needs for the particular specialty, and prepare documentation of all existing conditions necessary for the design and construction of this project. This involves fully investigating underground utilities through use of ground penetrating radar, or similar method, to locate depths and types of utilities for connections or for relocation. The VA will provide information based on past and current projects however, verification is the responsibility of the A/E. Provide for the relocation of exterior utilities in the design. Fully investigate interior spaces, by looking above drop ceilings and other explorative methods to determine utility locations, plumbing and electrical connections and other information that may impact the project design. For those existing building systems which do not contain sufficient capacity to support the contract work, identify potential means to provide the necessary building system and evaluate each potential system for initial cost, life cycle cost, and suitability for a health care facility, maintainability, and compatibility with existing systems. Prepare a recommendation for each building system. Prepare designs and construction documents for all design and engineering necessary for a completed project, to include but not necessarily be limited to the following disciplines: Civil/Site engineering Structural Engineering Mechanical engineering Electrical engineering Plumbing engineering Fire Protection engineering Communication engineering. Environmental Engineering Prepare a topographic and utility survey of the project site to the extent needed for the development of design documents. The NAICS code is 541330 and the small business size standard is $25.5 million. Interested parties responding to this sources sought request shall submit the following information: (1) A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s UEI number. (2) Evidence your firm has experience with providing A/E Services similar to what is required for this Massachusetts Water Resources Authority Wastewater Systems Compliance project, specifically projects similar in scope and magnitude to the above items. (3) Evidence your firm has experience with providing Conceptual, Design, and Construction Period (Type A, B, and C) A/E services on an active facility for installing a complete wastewater treatment system, including but not limited to all associated mechanical, electrical, plumbing, fire protection and communications work. (4) Evidence your firm has experience with wastewater treatment system designs with a magnitude of construction ranging from $1,000,000 and $5,000,000 or larger in a city setting. NCO 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from CVE SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB, or SB concern. If adequate interest is not received this action will not a be set-aside. SDVOSB or VOSB firms must be verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov by the Center for Veterans Enterprises. Additionally, all firms must have an active registration in SAM at www.sam.gov. Interested firms must submit their experience to the Contract Specialist no later than 2:00 PM EST on 04/08/2024 via email to Alexis.Duda@va.gov DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government will not pay any costs for responses submitted. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms who fail to provide ALL of the required information will not be used to make the acquisition decision, which is the intent of this announcement. For planning purposes, the Government intends to publish a SF330 request for qualifications for this requirement on or about April 19, 2024. The SF330 request will be issued on SAM under Contract Opportunities on www.sam.gov and firms should register electronically to receive a copy when it is issued.

ONE VA CENTER  TOGUS , ME 04330  USALocation

Place Of Performance : ONE VA CENTER TOGUS , ME 04330 USA

Country : United StatesState : Maine

Classification

naicsCode 541330Engineering Services
pscCode C1NDARCHITECT AND ENGINEERING- CONSTRUCTION: SEWAGE AND WASTE FACILITIES