C1DA-- AE Design of Project 538-22-203 Steam and Condensate System Repairs - VAMC Chillicothe

Agency:
State: Ohio
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159389201112832
Posted Date: Feb 21, 2024
Due Date: Mar 20, 2024
Source: Members Only
Follow
C1DA-- AE Design of Project 538-22-203 Steam and Condensate System Repairs - VAMC Chillicothe
Active
Contract Opportunity
Notice ID
36C25024R0063
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 21, 2024 09:04 am EST
  • Original Response Date: Mar 20, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 27, 2024
  • 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:
    Chillicothe, Ohio VA Medical Center Chillicothe , OH 45601
    USA
Description
PURPOSE OF POSTING: The Chillicothe VA Medical Center is requesting SF 330s from A/E firms wishing to be considered for the project described below.
DESCRIPTION: The A/E shall analyze the entire steam distribution system at the Chillicothe VA Medical Center including all building equipment loads as well as the steam piping network loads. The A/E shall employ various techniques to analyze the underground steam distribution system such as Infrared Imaging to check for leakage. The AE shall also include estimated future steam loads from planned construction in the facility s Master Plans.
Master Plan the entire distribution system based on the new calculated loads with recommendations for supply and condensate piping sizing using the existing routes and any new proposed route improvements. This study shall include an in-depth study of the existing steam system. The master plan shall create a consolidated set of plan views for the steam and condensate return showing the entire distribution network. Features shall be numbered/cataloged either by an identified existing naming convention or where that does not exist, one proposed by the AE in consultation with the Chillicothe VAMC stakeholders. This shall include at a minimum construction date, condition of pipe, racks, insulation, condition of steam tunnel, drainage or infiltration information of steam tunnels, any known information about asbestos or previous asbestos abatement for sections. This information shall be gathered from field studies, historical drawings, assumed engineering judgement, and consultation with the Pipe shop who maintains the system. Any information such as profiles, sizes, or condition that are assumed based on engineering judgement vs actual field verification should be identified as such. It shall clearly show when replacements were done (color, tags, or other clear means). Provide in final format and editable versions for future use. Results of this in-depth study will be used by the AE to make recommendations for the master plan.
Make recommendations for a 10-Year NRM projects plan. The AE shall include an in-depth analysis of alternatives on a building-by-building basis. Based on the steam loads identified in each building, provide recommendations that the facility could work to have installed as part of in-house labor or future capital projects to be able to continue to operate under a sustained steam outage. Temporary connections for rental boilers should not be the primary solution but shall be a backup to the proposed solution. Examples being properly sized electric water heaters (semi-instantaneous or tanks) that could continue to provide hot water (domestic and hydronic) to the buildings. Special consideration shall be made to Building 7 Kitchen and our 24/7 inpatient care buildings. The study shall include proposed designs for sizing of equipment to carry heat loads and proposed placement of equipment. This study is important to the resiliency of the facility to sustain operations of the Medical Center during an emergency steam failure or during planned maintenance outages.
Make recommendations for the facility to implement a Maintenance and Operations Plan for the steam distribution system.
Provide complete design documents for any portion of the steam distribution system that is found to have deficiencies as discovered by the investigative portion of the Master Planning Phase. If more deficiencies are found above the available construction budget, make recommendations to the COR for which priorities should be included in this project s construction budget.
APPRAISING FIRM S QUALIFICATIONS:
Proposed Evaluation Criteria
Firms responding to this notice shall do so using Standard Form (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Part H of the SF-330 unless otherwise listed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated. SF-330 responses shall be no longer than 75 standard 8.5 x11 pages.

Professional qualifications necessary for satisfactory performance of required services (weighting 15%)
All key personnel listed below for whom resumes shall be provided are the minimum required and shall be shown on an organizational chart. Personnel may fill multiple roles if qualified. All architects and engineers performing work on this project are required to be licensed, registered, or certified by a US State, the District of Columbia or a US territory. Personnel shall provide professional license jurisdiction of issue and license numbers and/or proof of licensure. Any additional staff beyond the below minimum key personnel being made available for work shall also be indicated on the chart. Proposed team member experience shall be relevant within the last five (5) years.

Personnel Qualifications and Experience as required by this criterion shall be located in Section E Resumes of Key Personnel.
Organizational Chart shall be located in Section D Organizational Chart.
a. One (1) Professional Engineer or Licensed Architect with experience in:
i. Government Project Management
ii. Quality Assurance and Quality Control (QA/QC)
b. One (1) Mechanical Engineer/Designer with extensive experience in:
i. Campus-style or industrial complex underground steam distribution
c. One (1) Civil Engineer with experience in:
i. Groundwater infiltration into utility vaults
d. One (1) Certified Industrial Hygienist

Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team (weighting 20%)
Include specialized experience and technical competence with healthcare related designs. Demonstrate successful completion of at five (5) separate designs, three (3) of which have entered construction period services. List completion dates for professional services and/or construction for all projects. If completion dates are not available, provide a status update that includes a brief description of the project, including scope, size, cost, principal elements, special features, and relevance of the example project to this contract. Firm Experience as required by this criterion shall be located in Section F Example Projects. Federal Government CPARS may also be considered, in conjunction.
a. Include specialized experience and technical competence with extensive campus-style or industrial complex underground steam distribution designs, including underground vault and tunnel design.
b. All projects provided in the SF-330 must involve some effort or contribution from the prime firm (or former firm names as listed in Part II General Qualifications).
i. Include no more than five (5) Government and/or private experience projects, completed by prime or subcontractor, within the past eight (8) years that best illustrate specialized experience as listed above, with at least 95% of the design completed. Projects should refer to studies or design/construction but should also include techniques for identifying steam leaks and the means and methods used to do so.
ii. Include at least three (3) of these projects having entered Construction Period Services.

Firm s capacity (weighting 15%)
Describe the firm s ability to accomplish the work in the required time, including existing workload from all private and public clients and awards with similar scope requirements that may limit capacity to perform project work expeditiously.
a. Provide a list of current contractual obligations from all public and private clients of the firm and/or key personnel with periods of performance extending up to one (1) calendar year from SF330 submission. Provide project title, estimated construction costs (if applicable), and period of performance dates for the contractual obligations.
b. Provide evidence supporting the firm s ability to perform work in the required time, such as execution of simultaneous task orders with construction costs equal to or greater than this solicitation.

D. Past performance (weighting 15%)
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules.
a. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF-330 as well as any other projects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government.
b. Preferred to have past performance with federal Government agencies.

E. Geographic Location (weighting 10%)

Project designated staff shall provide travel times from primary place of work to the Chillicothe VAMC. Project designated staff shall be assigned a score based on the criteria below. SF-330 shall achieve a score based on the average score of project designated staff. (Specify mode of travel within SF-330.)
a. Greatest preference will be for locations within 1.5-hour travel time of the Chillicothe VA Medical Center.
b. Preferred to have a physical presence within 3-hour travel time.

F. Construction Period Services (weighting 15%)
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 is included in the statement of work for A-E services.
a. Professional Field Inspections
b. Review of Construction Submittals
c. RFI Support
d. Support Construction Contract Changes to Include Drafting Statements of Work and Cost Estimates

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 (weighting 10%).
Firms (Prime and Subcontractor(s)) shall be SBA Certified (aka VetCert) if SDVOSB or VOSB. To be considered, SDVOSB/VOSB firms must be listed in the SBA Certification database at https://veterans.certify.sba.gov/
All other small business firms shall be certified by SAM.gov or Fed Data Check.
Estimate percent of project overall workload shall be designated for each firm (prime and sub).
a. SDVOSB shall be given greatest preference.
b. VOSB shall be given great preference.
c. All other small businesses to be preferred.
SOLICITATION DOCUMENTS: The evaluation board will recommend the three (3) most qualified firms to the Selection Authority (VAAM M836.602-4) for that specific project s scope. If approved by the Selection Authority, the evaluation board will move forward IAW FAR 36.602-3, FAR 36.602-5 and M836.7101. The Selection Authority will then hold interviews with the three (3) most qualified firms to discuss concepts and the relative utility of alternative methods of furnishing the required services. Evaluation method will be determined based on estimated design value. If the final selection report is approved by the Selection Authority, the Contracting Officer will move forward, solicit a proposal from the top-rated firm, and conduct negotiations IAW FAR 36.606.
Please send your qualifications statements (SF-330s) to the contact referenced on page one. We will accept either an electronic or physical version, both not both.
SET-ASIDE INFORMATION: This solicitation shall be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://veterans.certify.sba.gov, and https://sam.gov/content/home, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude for the AE portion of this project is between $100,000.00 to $250,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 541330, Engineering Services, with a small business size standard of $25.5 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-75, the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 50% of the work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio.
PRE-SOLICITATION AMENDMENTS: Amendments to the pre-solicitation shall be posted at www.sam.gov. Paper copies of the amendment(s) WILL NOT be individually mailed. By registering to "Watch This Opportunity", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment(s) shall be provided.
Questions shall be emailed to Shelton.beasley@va.gov and David.winters1@VA.gov not later than March 6, 2024. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to questions received shall be consolidated and posted to SAM.gov.
All emails pertaining to this project must identify the project and contain: AE Design Project 538-22-203 Steam and Condensate System Repairs VAMC Chillicothe in the Subject line.
The Contracting Officer may elect to use FAR 36.602-5 Short selection process for contracts not to exceed the simplified acquisition threshold based upon the needs of the Chillicothe VAMC
If this procurement transitions from the pre-solicitation phase to the solicitation phase, estimated cost of construction will be provided.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 21, 2024 09:04 am ESTPresolicitation (Original)

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 >