Kentucky Bids > Bid Detail

C1DA--596-24-1-5895-0001 - 596A4-24-101 - A/E Replace Main Electrical Distribution Equipment, Bowling

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159777618174274
Posted Date: Oct 23, 2023
Due Date: Nov 14, 2023
Source: https://sam.gov/opp/8e75121627...
Follow
C1DA--596-24-1-5895-0001 - 596A4-24-101 - A/E Replace Main Electrical Distribution Equipment, Bowling
Active
Contract Opportunity
Notice ID
36C24924R0011
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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 23, 2023 11:25 am CDT
  • Original Response Date: Nov 14, 2023 12:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 13, 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:
    Lexington VAHCS, Bowling Campus Lexington , KY 50502
    USA
Description
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 596A4-24-101, Replace Main Electrical Distribution, Bowling Campus at the Lexington VAMC, 1101 Veterans Dr, Lexington, KY 40502.

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: The Lexington VA has obsolete electrical infrastructure in need of replacement and redesign. Four oil filled aluminum winding transformers need replaced and their associated disconnects. Four transfer switches (2 Zenith and 2 Asco) need replaced because of age, wear, and parts availability. The main building generator set needs replaced and possibly relocated to meet design guide requirements. The emergency switchboards and generator panelboard located in the same location as the genset need replacement due to age and weathering from the humid conditions of the space. The main 12470 VAC switchgear needs upgraded to solid state relaying and preferably provided with remote racking capability. The new switchgear and feeder circuitry need assessed by a qualified design firm to determine a design that can safely automatically transfer between the utility supply feeds #119 and #136. The 12470 VAC GE Magna-blast main breakers in the Tower Building are incapable of being racked in and out and need replacement. The Network protector devices in the Tower Building need replaced to ensure safe operation and prevent potential back-feeds to circuit s #119 and #136. The 480 Siemens Type R 480 VAC switchgear in the main building has had recent breaker closing and tripping mechanism failures. Similar switchgear is providing power to two chillers in building #4.

SCOPE OF WORK:

A-E Part One Services: (also known as Design Phase Services) for this design project include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and owner narratives for each submission, as well as hire an independent third party cost estimator for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facilities main electrical infrastructure. This infrastructure upgrade will correct FCA deficiencies: 194721, 407347, 288233, 195849, 490041, 49915, and 49941. The project shall include schematic design, design development, construction/bid documents per A/E design submission instructions documents, construction period design services, technical specification and cost estimates, a detailed phasing and scheduling plan, temporary power plans for a 24/7 hospital, and commissioning services to facilitate the replacement and upgrade of the following equipment:

Caterpillar 825 KVA Generator (Main Building)
Replace 3 Emergency Switchboards ESB (1,2,4) Siemens ITE switchboard (Main Building)
Replace 2500 KVA Transformers T-7 and T-8 and associated disconnects (Building 4 Chiller Plant)
Replace 1500 KVA Transformers T-5 and T-6 and associated disconnects (Main Building)
Replace Siemens Type R Switchgear (Main Building 1A, LV #1)
Replace Siemens Type R Switchgear (SWB Main #1, Building 4 Chiller Plant)
Replace GE Magna-blast Switchgear (Tower MV)
Replace Network Protectors fed from Transformers T-1, T-2, T-3, and T-4 (Tower Building)
Access and replace if warranted 15 KV 1-1/C 50 kcmil cabling from KU substation to Main Building MV.
Replace Main Building Siemens Allis 15KV 1200 Amp switchgear.
Incorporate Advanced Metering already installed into existing low voltage equipment into new equipment and add additional metering to medium voltage equipment capable of communicating to BACNet Building Automation System.

A-E Part Two Services: (also known as Construction Period Services) for this design project include responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project; attendance at pre-bid, post-award, and commissioning kick off construction project conferences; review of construction material submittals and shop drawings; approximately 4 site visits per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications; preparation of site visit reports to be submitted within 72 hours of visit; coordination with project commissioning requirements (see Third-Party Commissioning under section 15); review of any construction project modifications for cost and technical acceptability; attendance and participation during the final acceptance inspection; preparation of the punch list; and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A-E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log, and provide meeting minutes for weekly construction meetings throughout the duration of construction. The A-E

Period of Performance: 365 calendar days
Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: between $5,000.000.00 and $10,000,000.00
NAICS Code: 541330
Size Standard: $25.5 Million

3. VETCERT & 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:

SDVOSB eligible firm;
Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
SDVOSB listed as verified in VETCERT at: https://veterans.certify.sba.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:

Professional qualifications necessary for satisfactory performance of required services;
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;
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team;
Capacity to accomplish the work in the required time;
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
Record of significant claims against the firm because of improper or incomplete architectural and engineering services;
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and
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.

PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.

Additionally, keep in mind the submission requirement restrictions outlined in #7 below when addressing evaluation factors.

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 FAR 36.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm.

6. LIMITS ON SUBCONTRACTING: in accordance with FAR 52.219-14 Limitations on Subcontracting (e)(1), it states: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;

7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
One (1) electronic pdf copy via email:
1. Size limitation is 20MB;

The SF330s are due on November 14, 2023 at 12:00 CDT

Acceptable electronic formats (software) for submission of SF330 packages:
Files readable using the current Adobe Portable Document Format (PDF);
Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater;
SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger;
Please note that we can no longer accept .zip files due to increasing security concerns.

The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search.

8. No Fax or Email Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Contracting Officer Jeffery.ridenour@va.gov

9. VA Primary Point of Contact:
- Jeffery A. Ridenour
- Contracting Officer
- Email: Jeffery.ridenour@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 23, 2023 11:25 am 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 >