Indiana Bids > Bid Detail

C1DA--AE Install Zone Valves for Hot and Cold Domestic Water - 583-23-205

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159451144570317
Posted Date: Nov 3, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/243f28b5bd...
Follow
C1DA--AE Install Zone Valves for Hot and Cold Domestic Water - 583-23-205
Active
Contract Opportunity
Notice ID
36C25024R0035
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 03, 2023 01:39 pm EDT
  • Original Published Date: Nov 03, 2023 12:44 pm EDT
  • Updated Response Date: Dec 06, 2023 01:00 pm EST
  • Original Response Date: Dec 06, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 13, 2023
  • Original Inactive Date: Dec 13, 2023
  • 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:
    • 541310 - Architectural Services
  • Place of Performance:
    Department of Veterans Affairs Indianapolis , IN 46202
    USA
Description View Changes

SCOPE OF WORK: The contractor shall accomplish the following: The Architect/Engineer (A/E) firm shall furnish professional services for 100% design to install or replace zone valves and redundancy water supply lines for specified areas in the VAMC A-wing. Existing zone valves are either in a state of needed replacement or are non-functioning. Each zone valve shall isolate each floor independently without effecting any other areas. The current lack of zone isolation requires majority of the A-wing to be shut down. Therefore, the VA has requirements to add redundancy water supply lines to critical areas of the A-wing. Those critical areas are identified as SPS/SPD(Basement), Labs (2nd Floor), and Emergency Department (1st Floor). The A/E shall provide drawings of each isolation valve location with areas that are isolated by those valves. The A/E shall provide which valves provide redundancy to which critical area. The A/E shall provide a unique tag identification number for each isolation valve. The A/E shall provide documentation to be posted at each isolation valve location that lists each isolation valve with their corresponding tag identification number and a list of every area that isolation valve effects. The A/E shall provide a design All Valves Shall be butterfly Style Teflon Seated lug style valves. The A/E shall design to replace any VIC collars, flanged material, and piping that are damaged up to 10 feet during the replacement of valves. Provide two hardcopy sets of red-lined as-built drawings for review and approval by the VA. GENERAL INFORMATION: A/E will be responsible for complete functional design and provide biddable documents meeting all the requirements. The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management. It is the master repository for all VA Numbered Standards for Construction to include design and construction specifications, procedures, standard details, BIM/CAD standards, equipment guides, space planning and design guides. The documents of the TIL shall be the minimum design criteria for all VA projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. VA additionally through the documents on the TIL has adopted the latest edition of the following codes and standards (but not limited to): Occupational, Safety and Health Administration (OSHA) Standards International Building Code (IBC) National Electrical Code (NEC) NFPA 101 Life Safety Code National Fire Protection Association (NFPA) Codes, except for NFPA 5000 and NFPA 900 National Standard Plumbing Code (NSPC) Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1 ASME Boiler and Pressure Vessel Code ASME Code for Pressure Piping International Plumbing Code (IPC) Architectural Barriers Act Accessibility Standard (ABAAS) for Federal Facilities Building Code Requirements for Reinforced Concrete, American Concrete Institute (ACI 318 2) and Commentary (ACI 318 R2) Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC) Energy policy Act of 2005 (EPAct)Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 DOE Interim Final Rule: Energy Conservation Standards for New Federal, Commercial and Multi-Family High-Rise Residential Buildings and New Low-Rise Residential Buildings, 10 CFR Parts 433, 434 and 435 Federal Leadership in High Performance and Sustainable Buildings: Memorandum of Understanding (MOU) Executive Order 13423: Strengthening Federal Environmental, Energy, and Transportation Management The Provisions for Construction and Safety Signs. Stated in the General Requirements Section 01010 of the VA Master Construction Specification Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 Safety Standard for Refrigeration Systems ASHRAE Standard 15 U.S. National CAD Standard Where conflicts exist between VA adopted codes and standards and the documents on the TIL, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure consistency department wide. Designs for construction must produce a complete and usable facility or improvement when constructed. VA policy (VHA Office of Capital Assets Management, Engineering and Support memo Updated Construction Guidance and Expectations dated Sep 12, 2016) requires the A/E to certify that their design (including all bid alternates/bid deducts) is independent of any future construction project. In addition, the A/E must certify that it has produced a design that does not include furniture and equipment that will be procured separately unless directed otherwise by the VA. Equipment that can be part of the design includes those items to meet code requirements for building occupancy, items covered in the VA s Master Construction Specifications (PG-18-1) Divisions 1 through 10, 13 through 26 or 28 through 48, non-IT equipment items covered by Division 27 and items covered by Division Numbers 12 31 00, 12 32 00, 12 34 00 and 12 36 00. The A/E shall submit as part of the Final Bid Documents submittal a signed letter on company letterhead stating the design s independence. The project design shall provide all necessary modifications and additions to VAMC existing building structure, mechanical, electrical, and plumbing work. A/E shall be responsible to review existing conditions to locations planned for development. Access to files shall be coordinated with the COR. The VA will employ a third-party commissioning agent to certify the design and construction of meet Federal Mandates. The commissioning authority will verify the performance of the components and systems and, to ensure design requirements are met, develop a commissioning plan, inclusion of commissioning or requirements in construction documents, verification of installation and performance of commissioned systems (testing and system monitoring), operation/maintenance manuals and training, and a commissioning report. The A/E team shall work with the commissioning agent throughout the design and construction process to assure all sustainable objectives are met. All drawings shall adhere to VA project software requirements for Building Information Modeling (BIM) and Computer Aided Design (CAD) available at http://www.cfm.va.gov/til/projReq.asp. BIM software shall be Revit 2020 or the latest version available to VA Indianapolis. The project BIM model minimum requirements shall be developed to include the systems described below as they would be built, the processes of installing them and to reflect record drawing conditions (possibly incorporating into the Indianapolis VAMC Master Record Drawing pending facility expertise). The deliverable model at the SD and CD design phases shall be developed to include as many of the systems described below (but not limited to) as are necessary and appropriate at that design phase. SELECTION OF FIRMS: As projects are received, the evaluation board will review all of the firm's classifications and evaluate them IAW FAR 36.602-(1)(a) and VA Acquisition Manual (VAAM) M836.602- (1). 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 with IAW FAR 36.602-2(c)&(d) and M836.7101(b). If the final selection report is approved by the Selection Authority, The Contracting Officer will move forward and conduct negotiations IAW FAR 36.606. DURATION OF THE PROCESS: This process may be used by the local site between 12/10/2023 and 05/15/2024. SUBMITTALS INSTRUCTIONS: All interested and capable vendors are to submit a hard copy SF330 package for review. The SF330s can be delivered to the address below: ATTN: Eric Sweatt Network Contracting Office (NCO) 10 8888 Keystone Crossing Suite 325 (3rd Floor) Indianapolis, IN 46228 Project # 583-23-205 The package must be received in government control NLT 12/06/2023 at 1:00 P.M. EST. EVALUATION CRITERIA: The government will evaluate each potential contractor under the terms of its: (1) Professional qualifications necessary for satisfactory performance of required services; (2) 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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) 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; and (6) 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 change to include drafting statements of work cost estimates. A selection board has been appointed to complete the functions required by FAR 36.602-3, under the short selection process outlined in FAR 36.602-5(a). END OF ANNOUNCEMENT


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >