United States - C--644-16-021 Replace AHUs at CLC and Main Building Request for 330 packages

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 August 2019
Opportunity publication date
25 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 24, 2019 3:45 pm

Call for SF 330 s

Replace AHU at CLC, Project 644-16-021

Solicitation Number 36C25619R0067

CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work.

The NAICS Code for this acquisition is 541330 Engineering Services and the applicable Small Business Size Standard is $15M. The area of consideration is NOT RESTRICTED to a driving radius of the Carl T. Hayden Medical Center, 650 E. Indian School Road, Phoenix, AZ 85102 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. However, location in the general geographic area will be a portion of the selection criteria. Note: The driving radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option).

In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.

Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor.

SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.

c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design.

The magnitude for construction (not design) of this project is between $2,000,000 and $5,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602 Selection of Firms for Architect Engineering Contracts. The completed SF 330 will be evaluated by the Phoenix VA Medical Center Evaluation Board and the selection report shall serve as the final selection list which will be provided directly to the Contracting Officer.

Step/Round 1: Evaluation of capability - Generic

Criteria:

-Professional qualifications necessary for satisfactory performance of required services; as demonstrated by experience working in Healthcare facilities, professional registration and experience of employees providing consulting services in a similar setting.

- 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; as demonstrated by a minimum of 3 similarly sized and complex projects in the same or reasonably similar subject area, successfully completed within the past 3 years.

-Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; as demonstrated by CPARS ratings, past performance questionnaires, and references.

-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; as demonstrated by the ability to adequately provide resources to the project as required.

- Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

- Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

- Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Step/Round 2: Presentation and evaluation relative to this specific project (to be held only with the most qualified firm)

- Knowledge and understanding of this specific project's requirements; as demonstrated by their understanding of the required outcomes, limitations working within our facility, understanding of the local market conditions, and understanding of the VA Construction contracting requirements, as demonstrated by:

Demonstrated history of value-added projects and provisions;

Quality Control processes and methods

- Creative applications, proposed effective solutions and other project specific opportunities that demonstrate effective benefit for the agency; as demonstrated by the depth of understanding of opportunities, tradeoffs and potential solutions provided by the team.

- Capacity to accomplish the work in the required time; as demonstrated by the proposed project team and their availability relative to the timeframe of this project, as demonstrated by:

Project Lead Manager project-specific expertise and availability

Salient supporting subconsultants task-specific expertise and availability

Overall team composition - breadth and relevant relative experience

SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016-deviation). All original Standard Form (SF) 330 packages shall be submitted to:

All original Standard Form (SF) 330 packages and Narrative Information shall be submitted via email [as mentioned below in paragraph (c)] to:

John.kamerer@va.gov Contracting Officer (or the other two specialists)

James.larson2@va.gov COR

Richard.casey@va.gov COR

(c) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0067. 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.

IMPORTANT: All submissions shall be in black and white (no color of any type) and shall be on loose leafed pages. NO color submissions and NO binders of any type.

(d) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein, to the above address no later than 3:00 P.M. AZT on Friday August 23, 2019.

Only E-MAIL SUBMISSIONS Will ACCEPTED. Late

proposal rules found in FAR 15.208 will be followed for late submittals.

(e) Interested firms shall address each of the Selection Criteria in their SF 330 s and additional documents/submittals.

THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.

PROJECT INFORMATION:

Design the Replace AHU at CLC

Project No. 664-16-021

Phoenix VA Medical Center

650 East Indian School Road

Phoenix, AZ 85012-1839

A. General Information

A 1.0 Project Background, Description and Scope of Work

The purpose of this project is to provide construction documents that are compliant with the VA Design Standards to replace 4 Air-Handling Units on the main campus of the Carl T. Hayden VA Medical Center. These Air Handler Units (AHU) have reached the end of their useful life and the service zones have changed functions.

TYPE "A" INVESTIGATIVE SERVICES (Concept):

The A/E shall provide professional Architectural and Engineering services in accordance with your VA Architect-Engineer Contract and provide Type A services for the complete removal and replacement of the following Variable Air Volume Air-Handling units:

AH54 which currently serves OR7, approximately 10,000 CFM

AH24 which currently serves our Community Living Center, approximately 60,000 CFM

AH3 which currently serves Basement Office areas, approximately 2,500 CFM

AH4 which currently serves warehouse space, approximately 5,000 CFM

Associated with the VA Design Standards to provide engineering analysis, notable deviations from the HVAC Design Manual are:

Outdoor Design Conditions and Cooling and Heating load calculations: the units will be designed to 99db/78wb for cooling and 30 DB for heating

Multiple Fan Arrays are to be utilized

Each supply and return fan is to be equipped with a Variable Frequency Drive, controlled by the DDC system.

Face velocity of the coils are to be limited to 350 FPM, except as otherwise noted for AHU54

Steam will not be utilized for heating or humidification

Control logic and control strategy will be provided by the facility

Chilled water temperature rise shall be a minimum of 20 degrees

Chilled water capacity study will not be required

Minimum coil tube thickness shall be 0.020

Tube diameter shall be 5/8 .

Fin thickness shall be 0.008 .

OR7 AHU54 will have the following specific requirements:

The unit may be kept in the current location, or relocated to an alternate location to accommodate new return and supply air ducting while maintaining chilled water service from the dedicated OR chiller system.

The unit will be designed for 20% outside air, but sized to provide 100% outside air during all weather conditions

Face velocity of the coils are to be limited to 250 FPM

The unit shall be ducted to operate in parallel to the existing ORs 1-6; connect supply and return ductwork in multiple locations, with a supply flow of no less than 10,000CFM and return flow of no less than 8,000CFM from the new unit; it is expected that a return fan will be required in the new unit.

Perform a complete lifecycle cost analysis of dehumidification for OR7 AHU54 using HEDS High Efficiency Dehumidification System technology as provided by the DOE FEMP BTO 2016 JUMP competition winner. Design to this criteria if more lifecycle cost effective than alternative systems.

If any patent, brand name or sole source is applicable, a justification is required and is to be brought to the attention of the Contracting Officer upon discovery.

Existing steam and condensate connections will be demolished back to source; use new hot water connection for preheat only if required and preheat cannot be accomplished using chilled water coils.

The unit shall be chilled water based and provide cooling, dehumidification, and reheat duty without introduction of additional or new sources of energy for the reheat process. The unit shall not use heat generated by any form of fossil fuel, either directly or indirectly, electric heat of any form, sensible, latent or combined energy recovery wheels, desiccant wheels, liquid desiccants, membrane dehumidifiers, or liquid or refrigerant based run-around coils for reheat for RH or temperature control. Reclaimed energy shall be used exclusively for reheat associated with relative humidity control.

With 48oF entering chilled water temperature, air handling unit shall be capable of dehumidifying the supply air stream to a maximum of 51oF dewpoint (DP) leaving the unit while reheating the supply air stream to a minimum of 65oF drybulb (DB). This shall be done without the introduction of additional sources of reheat energy to the unit (such as heating water, furnace, electric heating, the other options as described above) under the following ambient conditions:

Summer: 99db/78wb

Maximum cooling coil height between drain pans shall be 24

The unit shall have identical maintenance requirements to a standard AHU, with no additional rotating parts, filters, fans, or other items for dehumidification and reheat control.

Unit shall include dehumidification and humidification as required to maintain proper indoor RH conditions.

It is expected that two 6-row cooling coils piped in series will be required with sufficient space for access and cleaning of the coils, and for the required UVGI arrays to be installed downstream from each of them.

Coils fin density shall not exceed 12 fins per inch

Fins shall be copper vs. aluminum.

OR7 AHU54 and AH24 will both incorporate air-side UV Sterilization downstream of each cooling coil in the airstream

Additional useful information:

Provided chilled water temperature will be 48 degrees

Provided hot water temperature will be 130 degrees

15 PSID maximum will be provided at the central plant for chilled and hot water

Existing Supervisory control is provided by Niagara AX; Option 5.2.1.5 of the HVAC Design Guide shall be selected

Minimal new ductwork is expected for AH3 and AH4

AH24 has an existing design which will need to be evaluated for completeness and compliance with VA design standards as part of this effort. Any non-compliance will need to be corrected as part of this effort. This item will be priced individually.

PERIOD OF PERFORMANCE

The delivery date for this contract shall be 270 days from Notice to Proceed. Performance time to include VA review of each submission as identified.

LOCATION

Phoenix Veterans Affairs Medical Center

650 E. Indian School Road

Phoenix, AZ 85012-1839

TERMS OF THE SOLICITION

The term responsibility , used in the instructions that follow, included architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP. It is the responsibility of the Design Offeror of A/E to provide complete Design Documents (drawings and specifications) for a fully functional project Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning project as outlined.

The terms Design Team , Design Offeror , or A/E refers to the successful design team. The design team shall consist of a CVE verified Service-Disabled Veteran-Owned Small Business architectural/engineering firm and all associated consultants and subcontractors.

The term Design Team or engineer refers to registered Architects and Engineering

professionals licensed/registered.

The terms work and project refers to the all site investigation, site survey, calculations, testing and design for documents to construct the subject project.

The term VA refers to the United States Department of Veterans Affairs and the term PVAHCS refers to the Phoenix Veterans Affairs Medical System in Phoenix, AZ.

The VAMC Coordinator or COR (Contracting Officer s Representative) for this project is; James Larson at 602-222-2626, james.larson2@va.gov

The CO (Contracting Officer) for this project is John Kamerer at 520-629-4613 John.Kamerer@va.gov.

QUALITY ASSURANCE/QUALITY CONTROL (QA/QC)

The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions the firm will take during the design process to ensure a quality finished design is achieved.

COST ESTIMATE

A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. Emphasis shall be placed on cost and scope management. The design shall be within the project construction budget and be consistent with the identified project scope. The development of construction documents by the Design Team shall include deductive alternates, up to 20% of the project cost estimate.

DRAWINGS

This project will utilize AutoCAD, version 2017 and BIM. All VA design guides and requirements can be found online at: http://www.cfm.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent shall govern.

SITE AND TOPOGRAPHY SURVEY

Not Used

GEOTECHNICAL SURVEY

Not Used

UTILITY SURVEY

As required to validate capacity is available to support new AHUs.

FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION

The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating the FINAL plans and specifications are in compliance with the current LSC and NFPA codes.

SEISMIC DESIGN

In accordance with the VA s manual for Seismic Design Requirements (H-18-8), as applicable.

PHYSICAL SECURITY & BLAST DESIGN

The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities.

HANDICAP ACCESSIBILITY

The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 (Barrier Free Design Guide) in all areas.

LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED)

The project will be designed to the LEED Silver level.

COMMISSIONING

Will be required as applicable to the project.

GOVERNMENT FURNISHED INFORMATION

The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL) to be used for this project, as applicable:

PG-18-1 Master Construction Specifications

PG-18-3 Design and Construction Procedures

PG-18-4 Standard Details and CAD Standards

PG-18-5 Equipment Guide List

Seismic Design Handbook

PG-18-9 Space Planning Criteria

PG-18-10 Design Manuals (by discipline)

PG-18-12 Design Guides (graphical, by function)

PG-18-13 Barrier Free Design Guides

PG-18-14 Room Finishes, Door and Hardware Schedules

PG-18-15 Minimum Requirements for A/E Submissions (Included as Attachment A)

PG-18-17 Environmental Compliance Manual

H-7545 VA Cultural Resource Management

Physical Security Design Manual for VA Facilities, Life-Safety Protected.

DESIGN SUBMISSIONS/DELIVERABLES:

Will be in accordance with the A/E Submission Instructions for Minor and NRM Construction Programs; PG-18-15, Volume C. ATTACHMENT A will be provided to most qualified firms.

CONSTRUCTION PERIOD SERVICES (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract.

PRE-AWARD: CPS s to include assistance with questions, request for information (RFI s), meeting conference calls, clarifications and addendums during the construction solicitation phase.

POST-AWARD: CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, inspections, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. Designing and estimating of design omissions.

POST-AWARD SITE VISITS: CPS s shall also include a minimum of 8 Site Visits during the construction phase of the project. Type and discipline of site visit shall be determined at the time of need by the COR.

ASBUILTS: AE shall also incorporate contractor s as-builts/redline drawings on AutoCAD (2017) binded & BIM and provide both electronic (two CD s clearly labeled) and hard copy sets. Hard copy sets of as-built drawings shall consist of two 22 x34 size sets, five 17 x22 size sets and two 11 x17 size sets.

End of Document

Opportunity closing date
23 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Southern Arizona Health Care System United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?