C1DA--626-24-203 - AE Upgrade Cooling Tower and Chiller

expired opportunity(Expired)
From: Federal Government(Federal)
36C24924R0031

Basic Details

started - 20 Nov, 2023 (5 months ago)

Start Date

20 Nov, 2023 (5 months ago)
due - 19 Dec, 2023 (4 months ago)

Due Date

19 Dec, 2023 (4 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C24924R0031

Identifier

36C24924R0031
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)249-NETWORK CONTRACT OFFICE 9 (36C249) (2444)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

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.

REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 626-24-203, Upgrade Cooling Tower and Chillers, VA Tennessee Valley Healthcare System, Nashville Campus, 1310 24th Avenue South, Nashville, TN 37212. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via SAM.gov. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: The VA Tennessee Valley Healthcare System, Nashville Campus, 1310 24th Avenue South,
Nashville, TN 37212 requires AE services to Upgrade Cooling Tower and Chiller system. There are issues with the cooling tower serving chillers 1 and 2 as well as the piping serving the tower. The cooling tower and associated piping are undersized for the new N+1 three chiller system and must be upgraded to support the additional load. Associated pumps and controls will also be upgraded. Building modifications will be needed to support the additional infrastructure. Emergency power upgrades are required to support the additional electrical load. Project will partially address FCA deficiencies. Design work includes but not limited to professional design services of Mechanical, Plumbing, Electrical, Structural, Architectural and Industrial Hygiene. SCOPE OF WORK: A-E Part One Services: (also known as Design Phase Services) for this design project include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and owner narratives for each submission, as well as hire an independent third-party cost estimator for all facets of work and disciplines/trades to facilitate a construction project to Upgrade Cooling Tower and Chillers. It is the intent of the Department of Veterans Affairs to have the A/E to take a systematic approach to fully survey, investigate and document the existing space and utility systems to gain the knowledge and insight necessary to prepare quality, accurate construction documents in a professional and competent manner, addressing the following project objectives. Evaluate the chilled water system (supply, return, and condenser piping, valves, and all components) and design system upgrades / repairs. Evaluate cooling towers and increase capacity. Evaluate and upgrade pump systems for increased capacity. Improve system efficiency. Conserve energy and water. Evaluate and improve system controls, optimization, variable flow, and insulation. Consider the application of pressure independent valves. Improve system troubleshooting, maintenance, and operation. Evaluate feed water, water treatment, strainers, valves, overflow, monitoring/sensors/alarms, gauges / readouts, balancing valves, 3-way valves, etc., and design improvements. Improve reliability and ensure redundancy in an effort to eliminate downtime. Address FCA deficiencies (60777, 337621, 290653, and 60778; all rated D). A-E Part Two Services: (also known as Construction Period Services) for this design project include responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project; attendance at pre-bid, post-award, and commissioning kick off construction project conferences; review of construction material submittals and shop drawings; approximately 48 site visits during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications; preparation of site visit reports to be submitted within 72 hours of visit; review of any construction project modifications for cost and technical acceptability; attendance and participation during the final acceptance inspection; preparation of the punch list; and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A-E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log, and provide meeting minutes for weekly construction meetings throughout the duration of construction. The A-E Period of Performance: 223 calendar days Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $2,000.000.00 and $5,000,000.00 NAICS Code: 541330 Size Standard: $25.5 Million 3. VETCERT & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a: SDVOSB eligible firm; Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and SDVOSB listed as verified in VETCERT at: https://veterans.certify.sba.gov/. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. 4. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1: Professional qualifications necessary for satisfactory performance of required services; Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; Capacity to accomplish the 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; Record of significant claims against the firm because of improper or incomplete architectural and engineering services; Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #7 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under FAR 36.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm. 6. LIMITS ON SUBCONTRACTING: in accordance with FAR 52.219-14 Limitations on Subcontracting (e)(1), it states: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract; 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: One (1) electronic pdf copy via email: 1. Size limitation is 20MB; The SF330s are due on December 19, 2023 at 15:00 CDT Acceptable electronic formats (software) for submission of SF330 packages: Files readable using the current Adobe Portable Document Format (PDF); Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. 8. No Fax or Email Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Contracting Officer Jeffery.ridenour@va.gov 9. VA Primary Point of Contact: - Jeffery A. Ridenour - Contracting Officer - Email: Jeffery.ridenour@va.gov

VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD  MURFREESBORO , TN 37129  USALocation

Office Address : VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD MURFREESBORO , TN 37129 USA

Country : United StatesState : TennesseeCity : Nashville

Classification

naicsCode 541330Engineering Services
pscCode C1DAARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES