Illinois Bids > Bid Detail

C223--657A5-23-113 Replace Building 43 Air Handling Units and Add Stand-Alone Chillers

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159653565732031
Posted Date: Oct 29, 2022
Due Date: Nov 15, 2022
Solicitation No: 36C25523R0013
Source: https://sam.gov/opp/ae30602e9b...
Follow
C223--657A5-23-113 Replace Building 43 Air Handling Units and Add Stand-Alone Chillers
Active
Contract Opportunity
Notice ID
36C25523R0013
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 28, 2022 01:42 pm CDT
  • Original Response Date: Nov 15, 2022 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C223 - ARCHITECT AND ENGINEERING- GENERAL: MECHANICAL SYSTEMS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Marion VAMC 2401 W Main St Marion , IL 62959
    USA
Description
Synopsis: Request for Architectural and Engineer 330 submission
Solicitation: 36C25523R0013, Replace Building 43 Air Handling Units and Add Stand-Alone Chillers, Project No. 657A5-23-113

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 January 31,2022.

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 (jennifer.sotomayor@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 $22.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 120 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made.

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, (https://www.vetbiz.va.gov/vip), 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 and emailed.

Completed package shall be delivered on or before November 15, 2022, by 12:00PM CT to the following email address: jennifer.sotomayor@va.gov.

Email subject line shall clearly identify Solicitation number: 36C25523R0013 and project name Replace Building 43 Air Handling Units and Add Stand-Alone Chillers, Project No.657A5-23-113.
The 330 submission must be a pdf document and must be below 20 MG.
PROJECT INFORMATION

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 modernize the air handling units within the Community Living Center (Building 43) on the Marion VAMC Campus, 2401 West Main Street, Marion, IL 62959.  This project will also add stand alone chiller(s) to serve the new air handling units. The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work.  As part of the Basic Professional Services, Marion VAMC engineering service expects the following primary A/E disciplines to be included:  Supervisory, VPIH, Structural, Architectural, Mechanical, Electrical, and Plumbing (including Fire Protection).
Existing Conditions:  The Community Living Center (CLC) / Building 43 (B43) is located on the east end of the Marion Campus.  B43 is a 60 bed nursing home care unit that was originally designed in 1983 and construction was completed in 1985.   It is a single story building of approximately 36,185 square feet.  The climate in the CLC is controlled by two air handling units.  AHU 1 in Mechanical Room 139 and AHU 2 in Mechanical Room 163.  Both air handling unit coils are hydronic, using chilled water provided from the campus central plant and hot water from steam heat exchangers.  The air handling units feed VAV terminal units throughout the building which are controlled off of pneumatic controls.

Project Intent:
a. Site Investigation:
i. An investigation shall be undertaken to fully assess the field conditions and operations of the existing HVAC system within B43.  The results of the investigation shall then be used to establish a design scope which aligns with the intentions of the statements below.
ii. Investigation into other potential system upgrades will occur concurrently.  Upgrades could be driven by advances in technology, safety, energy savings or any other factors which would improve overall system performance within the limitations of the project intent.
iii. Investigation shall include documenting station utilities that may be affected during construction activity.  These may be interior or exterior, above or below grade relative to the facility.
b. General Conditions:
i. The A/E shall investigate the impact of infection control and maintaining hospital mitigation of air quality requirements, vibration and noise pollution. i. Develop and submit a design that is clearly defined, meets the Infection Control Barrier criteria and the overall solution for the primary areas of the construction project using marked up plans.  The design shall be in accordance with AIA Guidelines for Design and Construction of Hospital and Healthcare Facilities and address; the impact of demolition, renovation (including walls and ceiling), electrical, mechanical, equipment and equipment support installation and new construction.
ii. A detail for infection control barriers along with barrier locations shall be included in the project design. ii. The contractor will be responsible for field verification of existing utilities related to this project s requirements.  If any utilities are damaged during construction activity all mitigative repairs shall be the responsibility of the contractor.
iii. VA engineering service personnel will assist when site inspection procedures affect the operations of any of the building utility systems.
iv. All utilities are critical to facility operations.  Any investigation or work impacting the facility or requiring a shutdown shall be scheduled twenty one (21) days in advance with written notice.  Work shall be performed at nights and on weekends.  The COR has the right to stop work after 8 hours of planned medical facility outages.
v. All proposed rework as well as the final, as built conditions of the building shall be subject to comment, revision and approval by the Illinois State Historic Preservation Agency.  All costs and labor incurred to achieve a design approved by the Historic Preservation Agency shall be the responsibility of the A/E.
vi. Design errors or omissions, which result in damages or additional cost to the Government will be evaluated for potential A/E liability.  If the Government determines that the A/E is financially liable for a design deficiency, the Government will advise the A/E by official correspondence. The Department of Veterans Affairs, actively pursues reimbursement of costs incurred by the Government as result of the A/E s errors and/or negligent performance. The preferred method of settlement of A/E financial liability is for the A/E to negotiate directly with the Contractor and provide the result to the Department of Veterans Affairs for review and approval. Where the A/E cannot reach an agreement with the Construction Contractor or if the A/E declines to negotiate, The Department of Veterans Affairs will arrange settlement directly with the Contractor and will bill the A/E.
vii. All equipment and finishes to be included in the project design shall be in accordance with current Marion VAMC standards and existing maintenance contracts. A/E
viii. The normal operating hours of this facility are 7 am to 4:30 pm, Monday through Friday, excluding recognized holidays.  The construction documents shall require the contractor to reflect this in his proposed work schedule.  Work outside the normal operating hours shall require prior authorization by the VAMC.
c. Demolition:
i. Air handling units AHU 1 and AHU 2 shall be dismantled and disposed of.
ii. All pneumatic control systems still in service shall be dismantled and disposed of.
iii. Whatever dismantling and removal may be required to accommodate the addition of the dedicated chiller unit(s).
d. Industrial Hygiene:
i. Although there are no known hazardous construction materials (asbestos, lead, mold, etc.) present within the building in question, the AE shall confirm this and should something be discovered during the course of the site investigation the AE shall provide an abatement plan for such material.
e. Structural:
i. Determine capacity of existing building structure to accept the upgraded mechanical components proposed, if needed.
ii. If weaknesses or inabilities to accept the components are encountered, modifications to the structure to allow for the upgraded component would likewise be proposed as part of the project documents.
iii. Determine anchorage and bracing necessary to resist seismic loads for all material and components added by this project in accordance with the VA Structural Design Manual (PG 18 10).
f. Architectural:
i. The extent of the architectural work shall be limited to that which is necessary for facilitating the mechanical system upgrades outlined in the Mechanical section.
g. Mechanical:
i. Design of replacements for AHU 1 and AHU 2.  This shall include replacement of all control valves and piping back to the isolation (shut off) valves, except where all new pipe and fittings are required per the addition of the new chillers.
ii. Design of a stand alone water chiller(s) system to serve the new air handling units.  The chiller design shall include N+1 redundancy and shall retain its current connection to the campus central chiller plant network, albeit in an inactive (valved off) state.  The design shall also be compliant with all applicable VA standards associated with the CLC occupanies.  The chiller shall be air cooled and installed on the building exterior.
iii. Replacement of all pneumatic based control systems within the building with digital controls of equivalent capability.  This shall include all valves, dampers, actuators as well as the controller units themselves.  This control system replacement shall extend to all components within the HVAC systems of B43 including, but not necessarily exclusive to, air handling units, VAV units, fan coil units, heating units, thermostat systems, water heating units (heat exchangers), etc.
iv. The digital control systems provided for use in accordance with the above requirement shall be fully compatible with and integrated into the existing campus BAS (JCI Metasys).
h. Plumbing:
i. The extent of the plumbing work shall be limited to that which is necessary for facilitating the HVAC system upgrades outlined in the Mechanical section.
i. Electrical/IT/Telecom:
i. The extent of the electrical/IT/telecom work shall be limited to that which is necessary for facilitating the HVAC system upgrades outlined in the Mechanical section.
ii. Provide construction period services for arc flash and protective device coordination.  After new equipment selection, the A/E shall provide the aforementioned services in addition to typical design phase site investigation and construction phase site visits.  Submit TCC s to the COR for approval.  Refer to the VA Electrical Design Manual (PG 18 10) section 1.10.  Include VA Master Spec (PG 18 1) 26 05 73.
j. Construction Phasing:
i. Construction contract will utilize critical path phasing as necessary to minimize utility interruption and disturbance to the building and its occupants.
ii. Phasing shall be determined through collaborative effort of both the A/E firm and the VAMC engineering service.
iii. The A/E shall provide phased drawings with ILSM information required for outages of corridors, lobbies, exits, and life safety systems in accordance with Marion VAMC requirements. iv. The AE shall incorporate the need of the contractor to provide temporary climate control within spaces affected by the construction occurring at any given time and shall convey this within their plans.  The space conditions (temperature, humidity, etc.) shall be kept within the limits set by the VA HVAC design standards throughout construction.Â
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 inches 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. 657A5-23-113 Replace Building 43 Air Handling Units and Add Stand-Alone Chillers will be reviewed and evaluated based on the following evaluation criteria listed below:
(1) Professional qualifications necessary for satisfactory performance of required service. 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.
The specific disciplines which will be evaluated are: Mechanical, Plumbing and Electrical
(2) Specialized experience and technical competence in the type of work required on this project, including, but not exclusive to, seismic structural analysis and retrofit design, VA safety and physical security design, experience in abatement of hazardous construction materials, energy conservation, pollution prevention and waste reduction.
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 operations during construction. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (This used to be #6, but it fits up here better I think so that it gets a higher priority)

(3) Demonstrated capacity to accomplish work in the required time. 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(c)(1), prime contractors shall clearly 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.
(4) Past Performance: Past performance on similar contracts that are complete (design and construction) that the firm has designed relevant in scope to the advertised project with the Department of Veterans Affairs, other 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. Project past performances that are older than 5 years will receive a lesser score than those references for projects accomplished within the past 5 years.
(5) Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 500 mile radius of the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 500 MILE RADIUS OF THE Marion Veterans Affairs Medical Center (VAMC) in Marion, IL. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 500 mile radius from the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959 and resides within the borders of the United States of America will receive a higher score on evaluations.
Architectural Prime Contractors whose primary physical business address is outside a 500 mile radius from the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959 and resides within the borders of the United States of America will receive a lesser score on evaluations.
Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration.
SF 330 submissions from companies located outside the borders of the United States of America shall not be considered.
(6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
Attachments/Links
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
  • Oct 28, 2022 01:42 pm CDTPresolicitation (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 >