Illinois Bids > Bid Detail

C1DA--657A5-21-401, New Energy Ctr Construction , MA, 657-23-2-2245-0001

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159208278873610
Posted Date: Mar 17, 2023
Due Date: Mar 29, 2023
Solicitation No: 36C25523R0085
Source: https://sam.gov/opp/711c3efa9f...
Follow
C1DA--657A5-21-401, New Energy Ctr Construction , MA, 657-23-2-2245-0001
Active
Contract Opportunity
Notice ID
36C25523R0085
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 15, 2023 10:58 pm CDT
  • Original Date Offers Due: Mar 29, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Marion VA Medical Center 2401 West Main St Marion , IL 62959
    USA
Description
Synopsis: Request for Architectural and Engineer 330 submission
Solicitation: 36C25523R0085, Construct New Campus Energy Center (Study), Project No. 657A5-21-401

CONTRACT INFORMATION

This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.

This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAM 836.6 implemented in FAR Subpart 36.6.

This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements.

After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded no later than May 31, 2023.

Award of any resultant contract is contingent upon the availability of funds.

No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to maria.hoover@va.gov.

Personal visits to discuss this announcement will not be allowed.

The NAICS Code for this procurement is 541330, Engineering Services and the small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of investigation/study of this project is approximately 235 calendar days including time for VA reviews.

DATABASE REGISTRATION INFORMATION:
VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, now Veteran Small Business Certification (sba.gov), SHALL BE CONSIDERED.
SYSTEM FOR AWARD MANAGEMENT (SAM.GOV):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM.GOV prior to submitting their qualifications package.

THE EXCLUDED PARTIES LIST SYSTEM (EPLS):
To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.

E-VERIFY SYSTEM:
Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54)

Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf format and emailed.

Completed package shall be delivered on or before March 29, 2023, by 12:00PM CT to the following email address: maria.hoover@va.gov.

Email subject line shall clearly identify Solicitation number: 36C25523R0085 and project name Construct New Campus Energy Center (Study), Project No.657A5-21-401.
The 330 submission must be a pdf document and must be below 20 MB.
PROJECT INFORMATION

INTRODUCTION

This project will conduct a study/investigate to construct a new Energy center at the Marion VA Medical Center campus. It will include installation of new chillers, boilers, and ancillary equipment that are appropriately sized to handle the campus cooling and heating load along with other items typically found within an Energy Center; install new Chilled water, steam and condensate piping to and from the campus buildings.

The campus chiller plant is operating at capacity on several older chillers. The main chilled water distribution piping is undersized at many locations limiting their ability to cool the facility at peak hours. The addition of air exchange rates associated with the COVID-19 response has also taxed their cooling system. The campus boilers are newer, but they are housed in a building where the console level is well below grade and has had previous issues with flooding. The boiler plant itself was constructed in the 1930 s and is seismically deficient as well.
EVALUATION FACTORS:

Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1.Â
Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size.
Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages.

Qualifications (SF330) submitted by each firm for Project No. 657A5-21-401 Construct New Campus Energy Center (Study) will be reviewed and evaluated based on the following evaluation criteria listed below:
Professional Qualifications: the qualifications of the individuals will be examined for experience and education and their record of working together as a team that are necessary for satisfactory performance of required services. The firm and A-E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or proof of licensure.

Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required on this project including, design of an energy center, chilled water system, VA boiler, VA Safety and Physical Security design. Experience in abatement of hazardous construction materials, energy conservation, pollution prevention, waste reduction and use of recovered materials. Include government and private experience on projects similar in size, scope and complexity as well as experience with project phasing in order to maintain facility operation during construction. Provide at least five, similar projects and how well the proposal addresses technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors.

Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(d)(1), prime contractors shall clearly state and demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant.

Past Performance on similar project contracts with the Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Performance on past Government contracts as indicated in Federal performance reporting databases is encouraged. Failure to provide requested past performance data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past projects provided for reference shall be the work of the office/branch/individual team member proposed to be performing work under this contract.

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

Reputation and standing of the firm and its principal officers within the design community with respect to professional performance, general management and cooperativeness, including awards, merits and recommendation.

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

The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses.
SUPPLEMENT B (For a study of the New Energy Center at the Marion VAMC, P/N 657A5-21-401)

B1 SCHEDULE OF SERVICES:

INTRODUTION

The mission of the Veterans Affairs Medical Center (VAMC) in Marion, Illinois is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, Marion VAMC engineering service intends to partner with an A/E Firm on a project to conduct investigation into and propose design of a new facility energy center on the grounds of the Marion VAMC Campus, 2401 West Main Street, Marion, IL 62959.

Building 14 (B14) of the Marion VAMC currently serves as the campus boiler house and was built around 1940. The building has three stories and a bi-level configuration with the boiler spaces not having separated floor levels. It includes a basement level (some sub-basement spaces) and is approximately 6,185 square feet in total space. The structure consists of reinforced concrete floor and roof slabs supported off structural steel beams/trusses and columns with reinforced concrete/masonry infill walls for lateral support. It houses three (3) 250 BHP firetube, steam-generating boilers as well as all boiler operational and support systems. The existing boiler house serves the following buildings on campus; 1, 2, 13, 15, 16, 23, 38, 42, 43 & 49.

Building 49 (B49) currently serves as the campus chiller plant and was built in 1992-1993. It is a single-story structure, roughly 2,000 square feet in area. It is constructed of masonry bearing walls with a metal roof deck over steel joists. It houses three (3) 400 T centrifugal water chiller units, one (1) 400 GPM heat exchanger and all primary and secondary pumps and controls. The plant exterior also includes a fenced-in area which contains two (2) 1,740 GPM (580 T) cooling towers and one (1) 1,200 GPM (400 T) cooling tower. The existing chiller plant serves the following buildings on campus; 1, 2, 37, 38, 42 & 43.

GENERAL SCOPE OF WORK
The Marion VAMC would like to collocate the critical energy sources the boiler plant (1940) and chiller plant (1992) for the facility into a new location and to meet current VA design code such as seismic and physical security resiliency design manual (PSRDM). There are several key aspects to design a new energy center for the VA campus, so study is needed to determine key aspects of the new energy center. In general, the study shall cover the investigation of the demolition of the old boiler plant B49, location of the new energy center, basic floor plan of the new energy center, load analysis to determine the size of the boilers, chillers, and ancillary equipment, PSRDM and seismic requirements, and utility locations. The below general and specific task describe what is needed for the study to provide information needed to start the design of the new energy center.

General Scope Task:

Task 1 Demolition of building 14: Building 14 is part of the history buildings on the Marion VAMC facility. The A/E shall be responsible for working with the Marion VA and Illinois State Historic Preservation Agency to determine if building 14 can be demo. A final determination letter from the Illinois State Historic Preservation Agency shall be submitted with the final documentation.

Task 2 Determine the Location: The A/E shall review the Marion VAMC facility grounds for a suitable location for the new energy center. In determine the location, the following shall be considered as part of the determination connection to the steam, chilled water, electric, water, and natural gas, and requirements from the PSRDM, seismic, and regulations that might be posed by the Illinois State Historic Preservation office. The principal result of the study shall be to provide three (3) options for energy center location within the Marion VAMC facility grounds, pros and cons for each location proposed as well as estimates of the construction cost associated with each site. These options shall be detailed and illustrated enough for decision-making and shall be presented to the VAMC Engineering Service and leadership for final decision on the location of the new energy center.

Task 3 Load Analysis: The study shall conduct a survey of steam and chilled water usage as well as a complete load analysis of all equipment and buildings served. The load analysis shall also include the new epidemic mode requirements and potential future expansion of the Marion VAMC. The load analysis includes the low and high load times and the epidemic load effect on the system. The steam and chilled water usage and load analysis is to help ensure that equipment of adequate capacity is chosen.

Adhere to the mechanical system design of the N+1 scheme for redundancy within the new boiler and chilled water systems. The typical boiler system for the VA is design with three boilers. One boiler to meet the peak steam demand. The second to meet the N+1, and the third to handle the summertime low steam demand. In general, the VA recommends three boilers of the same size only if the boiler turn down ratio can handle the peak and low steam demand.

Task 4 Feasible Study of Energy Saving Options: The study shall investigate into different energy saving options for the new boiler and chiller systems. To ensure the study is focus on the energy saving options that are feasible, a potential list of options to be study with pro/cons to help determine which options our feasible to be study. Only options approved by the VA shall be part of the actual feasible study. The VA has a few items of interest for consideration for the chiller plant. They are the conversion of chiller condenser loops (cooling towers) with a vertical geothermal well network, the addition of a supplemental chiller (of equivalent individual capacity) as a backup/standby unit, the use of natural gas fired (either as an internal combustion engine driven compressor or as an absorption unit), and the potential for utilization of dry cooling towers in lieu of evaporative cooling towers for the condenser side of the chillers. Some option for the boiler plant are flue economizers, preheat combustion air, and heat recovery from boiler blowdown. The feasible study of these options includes a cost/benefit analysis with a recommendation of use (or not), so a determination can be made whether to implement the energy saving options.

Task 5 Determination of Emergency Fuel Size and Location: The study shall determine the fuel oil tank size based on the selected boilers for the secondary fuel, and the location of the fuel oil tanks. A connection line between the boiler s fuel tank and the generator s fuel tank and adding a fuel pump station to fill government vehicles shall be investigated and determine if these options can be added to the boiler fuel tanks. Also, the investigation of moving the gasoline tanks into the new energy center area.

Task 6 Determination of Emergency Generator: The study shall determine the size of the new dedicated emergency generator and generator s diesel tank. The type of generator shall also be determining such as a diesel versus a hybrid natural gas/diesel with pros and cons of each. Also review a load bank testing unit as well as a capacitor starting system to lessen the starting current draw on the generator.

Task 7 Electrical Load Analysis: The study shall conduct a survey of electrical loads presented by all equipment/machinery affected by this project and requirements of such equipment/machinery shall be performed by the A/E to ensure that there are no issues with carrying over service or capability to the new energy center.

Task 8 Electrical Feed Systems Analysis: The study shall conduct a survey of the campus electrical feed system which consist of three feeders. The study shall see how to mechanical separate the three feeders, so power does not have to be deenergized to repair/maintain a feeder. Also, the study shall consist of connecting the New Energy Center into the Marion VA campus electrical feed system.

Task 9 Determine Utility Connection points: The study shall determine the utility connection of the new energy center into the existing system. These systems are data networking, electrical, natural gas, water, sewer, storm, steam, condensate, and chilled water. The proposed connections into the existing system shall be reviewed for each conception location. At the proposed connection, the steam, condensate, and chilled water piping shall be investigated to see if the existing piping is adequate for the new connection from the point of new connection to the existing buildings.

Task 10 Walkable Tunnel: The steam, condensate, and chilled water lines shall be placed in a walkable tunnel. The study shall determine if other utility lines shall be installed into the walkable tunnel. The study shall investigate the location of the walkable tunnel from the new energy center to the existing system, and all unground utilities that could be in the pathway of the tunnel.

Task 11 - Determination of Underground Utility Systems: The study shall investigate utility connections and underground utilities within the new location of the new energy center. During the initial study of the location of the new energy center, a basic study into the utility system is needed, but when the final location is approved a deeper utility investigation is needed. The deeper utility investigation could include but not limited to, topographic survey, underground utility scanning, soil boring, and ground penetrating radar to determine location and size of the underground utilities.

Specific Scope Task:

Members of the A/E Team Analysis: The contractor shall form a project team to work with VA representatives to create the VA and A/E team. The team shall consist as a minimum licensed architect, civil engineer, mechanical engineer, and cost estimator. The study may require team members from specialized fields. The plan shall include their titles, roles, and contact information.
Project Schedule: Contractor shall review the Scope of Work and develop a project schedule along with their methodology of how to conduct the studies/investigations. Site visit shall have a tentative date indicated on the schedule but coordinated with the COR for the final approval closer to the date of the site visit. The schedule shall be submitted and approved by the Contracting Officer (CO) and the Contracting Officer Representative (COR).
Develop Rough Order of Magnitude Budget Estimate: Contractor shall develop a high-level cost and budget estimate, on a rough order of magnitude, for each conceptional location of the new energy center. A final high-level cost and budget shall be done for the approved location and all approved items in the study. The final cost estimate will be used as a budget for the contraction of the new energy center.
New Equipment Selection and Configuration: Contractor shall select equipment according to the findings in the studies and provide a basic configuration for VA approval. The final approved equipment selection shall be shown in the concept design.
Establish a building concept design: Contractor shall develop a concept drawing of the new energy center showing the approved building location, floor plan, all utilities from the utility study, utility tunnel location from the boiler plant to the connection point in the existing tunnel, basic equipment location (boilers, boiler equipment, chillers, cooling tower, generator, and fuel oil tanks), and PSRDM standoff requirements. The floor plan shall have at a minimum a boiler room, chiller room, generator room, combined control room, plant supervisor office, restroom, and locker shower room. There may be other rooms needed that are determine in the study and with VA personal. The new energy center shall be design with a minimum of 20 parking spaces.
Develop a Scope of work: Contractor shall develop a Scope of Work from the conclusion of all the investigations and studies. The Scope of Work will be used for the design of the new energy center. The COR shall provide the VA format of the Supplement-B (Scope of work) for the contractor to modify.

B2 INDUSTRIAL HYGIENE SERVICES: NA

B3 GOVERNMENT FURNISHED DESIGN CRITERIA:

The A/E shall design in accordance with the requirements of the VA publications, which can be found in the VA Tech Info Library (TIL) at http://www.cfm.va.gov/TIL/. Below is a list of VA publication that could be part of the study.

-VA Design and Construction Procedures, PG-18-3; http://www.cfm.va.gov/TIL/cPro.asp
-VA Standard Details, PG-18-4, Volumes 1, 3, 4, 5, 6 & 7; http://www.cfm.va.gov/TIL/sDetail.asp
-VA Equipment Guide List, PG-18-5; http://www.cfm.va.gov/TIL/equip.asp
-VA Seismic Design Handbook, H-18-8; http://www.cfm.va.gov/TIL/seismic.asp
-VA Space Planning Criteria, PG-18-9; http://www.cfm.va.gov/TIL/planning.asp
-VA Design Manuals for the applicable disciplines, PG-18-10; http://www.cfm.va.gov/til/dManual.asp
-VA Design Guides for graphics, PG-18-12; http://www.cfm.va.gov/til/dGuide.asp
-VA Barrier Free Design Guide, PG-18-13; http://www.cfm.va.gov/TIL/accessibility.asp
-VA Minimum Requirements for A/E Submissions, PG-18-15; http://www.cfm.va.gov/til/aeDesSubReq.asp
-VA Design Alerts and Quality Alerts; http://www.cfm.va.gov/til/alert.asp
-VA CAD Standards; http://www.cfm.va.gov/til/projReq.asp#cad
-VA Design Manuals, PG-18-10; https://www.cfm.va.gov/til/dManual.asp, including but not exclusive to:
-Architectural
-Electrical
-Fire Protection
-HVAC
-Steam Heating, Hot Water, and Outside Distribution Systems
-Lighting Design
-Physical Security and Resiliency
-Plumbing
-Telecommunications
-VA Directive 0056 VA Sustainable Building Program
-VA Boiler Safety Device Testing Manual Latest Edition
B4 DESIGN DELIVERABLES:
Review requirements for each schedule review are list below. Documents shall be submitted electronic unless stated below. Drawings shall be submitted as both AutoCAD and PDF.

Kick-off Meeting
An initial project kickoff teleconference will be held with the Contracting Officer, COR, and local staff.
Pre-Study and Concepts Investigation Presentation of Approach Review.
The meeting shall be held on-site.
Project schedule shall be submitted.
Contractor approach/methodology to conduct the studies and investigation.
List of energy saving technologies for the feasibility study for the boiler system and chiller water system.
New Energy Center Concept Location Presentation
The meeting shall be held on-site.
A/E shall present all findings on the location study to the CO, COR, and VA leadership. (Power Point (if needed) and PDF)
Concept drawings shall also be sent as a hard copy one full size and two half size.
Narrative on the proposed sites along with construction cost estimates. (3 Hard copies)
Final Study Results
The meeting can be held by teleconference.
All study documentation calculations, results, findings, and recommendations.
Equipment selection and configuration based on load analysis.)
Building concept design
The meeting shall be held on-site.
A/E shall present the building concept design.
Construction cost estimate
Final Documents for Design
All final reports from all studies.
All drawings showing the final approved building concept.

B5 DESIGN REVIEW AND COMPLETION SCHEDULE:

The A/E shall perform the work required by this contract within 235 calendar days reflective of schedule below. The A/E shall provide Professional Architects and Engineers as directed by the Contracting Officer (CO) who are familiar with the work to attend the Design Reviews on the following days:

Design Phase
Phase Duration (Days1)
Calendar Days from NTP
Kickoff Meeting
0
0
Pre-Study and Concepts Investigation Presentation of Approach Review
14
14
Interim/Mid-point Review
70
84
New Energy Center Concept Location Presentation
10
94
Final Study Results
70
164
Building concept design
50
214
Final Documents
21
235

Note 1: Number of Days is calendar days.

The A/E is responsible for recording the minutes of all meetings. The format of the meeting minutes shall be subject to prior approval from the VA COR. The draft meeting minutes shall be distributed for review and comment within two working days following the meeting to the COR, who will in turn distribute the same to each invited VA-attendee as required. Notification by email to the COR that the draft documents are available on an A/E provided ftp site, or as an attachment, is the preferred method. The VA shall have two working days upon receipt of the meeting draft documents to make any additional comments or corrections. The final meeting minutes shall be issued within three working days after the meeting to the VA CO and the COR.
The A/E will host a biweekly progress meeting to update the COR on the progress of the project. The meeting shall cover the current progress and any request for information.
The proposed building location and final concept drawing from this Task Order will be subject to review and approval (by signature) of all members of an Integrated Project Team ( IPT ) consisting of Medical Center personnel. These individuals will be identified by the COR by the first design review meeting. The A/E shall prepare a title sheet for each submission and phase as appropriate to receive approval signatures from members of the IPT.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C25523R0085.docx (opens in new window)
30 KB
Public
Mar 15, 2023
file uploads

Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2023 10:58 pm CDTCombined Synopsis/Solicitation (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 >