C1NZ--AE | 564-22-500 | Construct New Energy Center | AMENDMENT 004

expired opportunity(Expired)
From: Federal Government(Federal)
36C25622R0160

Basic Details

started - 22 Nov, 2022 (17 months ago)

Start Date

22 Nov, 2022 (17 months ago)
due - 06 Dec, 2022 (16 months ago)

Due Date

06 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
36C25622R0160

Identifier

36C25622R0160
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102971)VETERANS AFFAIRS, DEPARTMENT OF (102971)256-NETWORK CONTRACT OFFICE 16 (36C256) (5884)
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.

22 November 2022 - Amendment 004The purpose of this amendment is to:1-  Extend the submittal time from 02 December 2022 at 2:00 pm Central to 06 December 2022 at 4:30pm Central.2-  Answers to all questions submitted by potential offerors to include questions in Amendment 002.  See questions and answers under attached documents. Titled "Questions and Answers_AE 564-22-500_Construct New Energy Center_Amendment 004".All other terms and conditions remain unchanged.  ********************************************************************16 November 2022- Amendment 003All RFI's are due to this office not later than (NLT) 12:00 pm CDT on 21 November 2022.  Once all questions have been received a final amendment will be posted NLT 22 November 2022 to capture all remaining questions. See updated SF330 Posting 564-22-500_36C25622R0160 in attachments.   *********************************************************************15 November 2022- Amendment 002 - Answer Questions provided by potential
offerorsThe following seven (7) questions were submitted and will be answered on this amendment. Also included under attachments.Question 1: Has an energy study been performed on the area that design services are to be performed? If so, can you please provide the information of the firm?Response: The Veterans Health Care System of the Ozarks (VHSO) engineering department conducted an Energy Efficiency, Water and Renewable. Energy Site Audit dated 11/24/2020.Question 2: If the study has been performed and completed, how far were the needs for the facility projected for?Response: The VHSO energy audit report does not project future needs.Question 3: If no study has been performed on the area design services are to be performed, should the design team plan to incorporate this into their design plan?Response: Design team must incorporate a current energy study into their design plan.This report will be provided to the awarded AE, but the AE is required to perform a new study.Question 4: Do you anticipate the need for geothermal/ geotechnical to be included in the disciplines of this project? If so, will this need to be included in the scope of the design team, or provided by the VA in their own site investigation?Response: The project does not require geothermal. The design team is responsible for geotechnical investigations.Question 5: Section 4a calls for “Leadership in Energy and Environmental Design (LEED)”. Please clarify what this means for the project (ie: Silver/ gold certification for building, LEED certified team members, etc.)Response: The project must be designed to meet criteria for LEED Silver certification where applicable, however, the project will not be formally submitted for LEED certification.Question 6: This VA facility was built in the 1930’s. Has a historical assessment of the facility been performed? If so, can you please provide the information of the firm who performed the assessment and when it was performed?Response: The VA facility is listed on the National Register of Historic Places; information can be accessed at the following website: https://www.nps.gov/subjects/nationalregister/database-research.htmQuestion 7: Will CPARS count toward the 50 pages? Response:  No it will not count toward the 50 pages. ***********************************************************************03 November 2022- Amendment 001- Added Statement of Work in Attachments. ***********************************************************************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 564-22-500, Construct New Energy Center at Veterans Health Care System of the Ozarks (VHSO) located in Fayetteville, Arkansas. 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: VHSO is located at 1100 N. College Ave., Fayetteville, Arkansas. This project consists of the Professional Design Services for the development of Construction Bid Documents and related Construction Period Services (CPS) for the construction of a new single combined central steam plant, central chiller plant, cooling towers, incinerator removal, and parking realignment/site access in area associated with new plant via an expansion (approximately 7,500 square feet) of our Boiler plant building. Work under this project will include civil, structural, architectural, electrical, mechanical/HVAC, Building Automation and Controls, plumbing, life safety, and telecommunications design. The A/E shall prepare all the design documents in conformation with, but not limited to, all applicable Federal, State, and local codes, rules, regulations and requirements as well as the Department of Veterans Affairs (VA) publications including but not limited to, the latest versions of the VA Boiler Plant Design Manual, VA Master Construction Specifications, http://www.cfm.va.gov/til/spec.asp , VA Design Guides, Manuals and Alerts, http://www.cfm.va.gov/til/dGuide.asp, http://www.cfm.va.gov/til/dManual.asp, http://www.cfm.va.gov/til/alertDesign.asp to include Construction standards, ASHRAE 90.1 and NFPA. VA Standard construction specifications, Master Format 2022 must be utilized for preparation of project specifications. Design Period of Performance: 365 Calendar Days Construction Period Services Period of Performance will be determined by the AE during design. Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $20M and $50M NAICS Code: 541330 Size Standard: $22.5 Million 3. VETBIZ & 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 (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.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 and VAAR 836.602-1: (a) Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, Leadership in Energy and Environmental Design (LEED), commissioning, and cost estimating. (b) 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. (c) Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of Veteran Administration (VA) design standards, technical manuals, and specifications) and provide no more than five (5) recent projects. (e) 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 shall be included as an evaluation criterion when construction period services are included in the statement of work for AE services. (f) 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. (g) 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. 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 VAAR 836.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via email to madeline.allison@va.gov: a. Size limitation is 10MB. b. All SF330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0160. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. c. The Contract Specialist will reply to the sender once the submission is received. It is the A/E s responsibility to ensure the SF330 submission is received by the due date and time. The SF330s are due on December 2, 2022, at 2:00 pm Central. Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF). (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of 50, single-sided, single-spaced, and numbered pages. If more than 50 single-sided pages are submitted, all pages after 50 pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. (d) Please note that we can no longer accept .zip files due to increasing security concerns. 8. NO FAX RESPONSE WILL BE ACCEPTED: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to madeline.allison@va.gov 9. VA PRIMARY POINT OF CONTACT: - Madeline Allison, Contract Specialist - Email: madeline.allison@va.gov

DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH CARE SYSTEM OF THE OZARKS (VHSO) 1100 N. COLLEGE AVELocation

Place Of Performance : DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH CARE SYSTEM OF THE OZARKS (VHSO)

Country : United StatesState : ArkansasCity : Fayetteville

You may also like

564-22-500 CONSTRUCT NEW WATER STORAGE FACILITY AT VHSO

Due: 12 Feb, 2028 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

NAICS CodeCode 541330
Classification CodeCode C1NZ