BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Coatesville, Pennsylvania. Working plans call for the renovation of a medical facility.

Page 8 of 8 ACQUISITION INFORMATION: The Veterans Affairs Medical Center (CVAMC) in Coatesville, PA is seeking professional Architectural and Engineering (A/E) services for design for project 542-23-101, Replace Boilers, Building 14. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. A/E firms permitted by law to practice the professions of architecture/engineering are requested to send SF 330 (7/2021 Edition) documents from qualified and eligible firms classified as 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS CONCERNS in response to Replace Boilers, Building 14 project via electronic mail to elizabeth.wilson6@va.gov. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports, and cost estimates for the scope of work. Existing Overview: There are four existing watertube boilers in Building 14. Boiler #4 was recently inspected and failed due to deteriorated tubing in the boiler. Operation of Boiler #4 is prohibited in its present condition. Remaining boilers are near the end of their useful life and are also in need of replacement. There is also a leaking condensate tank which needs to be replaced. Scope of Work: The principal objective is to remove existing boilers and replace with new appropriately sized firetube boilers. The scope includes provisions for the following: This project replaces boilers in the existing boiler plant as phased construction, while maintaining active boiler plant operations. During the full extent of the project, N+1 boiler must be maintained online and fully functional. Sizing of the new replacement boilers shall be calculated/documented and closely coordinated with the COR and submitted to the VA for approval prior to the 25% Schematic Design submission. Temporary boiler stub-outs will be provided by a prerequisite project to allow for the N+1 criteria to be maintained with a temporary boiler during existing boiler removals and new boiler installations. This prerequisite design shall include appropriate sizing, hook-up piping/valves, controls, start-up etc. to maintain a fully functional temporary boiler plant during demolition and installation of new boilers. Design shall include, but is not limited to, all connection points for gas, fuel oil, boiler feed water, condensate return water, electrical power, and controls for both the temporary boiler and new replacement boilers. Design shall include the replacement of the existing steam header in the boiler plant and reconnection of existing and new boilers with individual block valves for isolation of each boiler. Design shall include the removal and replacement of an existing condensate tank all necessary piping, valves, fittings, controls, and equipment needed for a fully functional condensate return system. Design shall not include cameras for monitoring the temporary boiler and all associated monitors, wiring and programming required for a fully functional temporary boiler system. This will be designed under a separate contract prior to execution of this contract. Design shall not include modifications to the facility for a vestibule to facilitate a line of site viewing of the temporary boiler. This will be designed under a separate contract prior to execution of this contract. Design shall not include any driveway repairs or removable protective bollards, or walls/barricades as needed to prevent any damage to the temporary boiler installation, or any associated site work needed for any portion of this scope. This will be designed under a separate contract prior to execution of this contract. The AE shall include design work required to relocate the existing gas and fuel oil lines to above the concrete slab floor for ease of access and maintenance. The AE shall provide individual stub stacks for each new boiler installation while maintaining the existing vent system and stack fully functional for the existing two boilers to remain. The AE shall include design work to provide new tie-off points to safely access the existing exhaust fans and for access points above both new and existing boilers. The AE shall provide design for the replacement of the existing fuel oil transfer package with a new duplex fuel oil pump package. The AE shall include design work to replace all existing corroded feedwater piping from the deaerator pumps to both new and existing to remain boilers. The AE shall include design work to provide for the replacement of the existing lift pumps. The work shall include the removal of the existing lift tank and replacement with a larger tank in addition to a new 4 pump header replacement. The AE shall include design work to replace the existing brine supply piping to the polisher with new piping of equal size. The AE shall include all necessary boiler controls for a fully functional system and tie the alarms/status/monitoring signals back into the existing graphic display system to match the existing (typically 4 to 20 mA) signals currently displayed on graphics. All work shall be in full compliance with all applicable VA standards and code requirements except as follows: The design of replacement boilers shall not be subject to the requirements of the VA Physical Security and Resiliency Design Manual. The AE shall assist in obtaining the necessary EPA and emissions reviews and permits required prior to construction. The AE shall outline a plan including all permitting and associated costs required prior to and during construction to the COR for review and discussion with the AE as part of the 25% Schematic Design submission. The A/E shall incorporate into their design period of services fees for a third-party Commissioning Agent with regards to design, start-up, and commissioning of a boilers. The Commissioning Agent shall review all design submissions prior to submission to the VA and review all responses to VA review comments prior to submission to the VA. The third-party Commissioning Agent shall be agreeable to both the A/E and the VA before being contracted by the A/E. It shall also be necessary for the Commissioning Agent agreed upon to be active with the actual design of the new boilers and other associated systems and related work. The approved Commissioning Agent shall have prior experience directly related to the design and start-up of similarly sized firetube boilers and hold a professional engineering license in good standing with the State of Pennsylvania licensing board. The A/E shall not act as their own Commissioning Agent. The AE shall insure that all spare parts of boilers removed are retained as recommended by the Chief Boiler Operator and approved by the COR. The scope of work includes but is not limited to the following: Evaluation of existing conditions, Site analysis and programming and design charrettes as required, All associated life/safety modifications, Modifications to all building systems and utilities as required for the new boilers. Note: The building is currently not sprinklered and the addition of a sprinkler system is not required. Providing recommendations and cost estimates at each submission, Implementing value-engineering decisions to meet required construction budget, Creating a phasing plan for the installation of a temporary boiler, removal of two existing boilers and installation of two new boilers. The phasing plan will maintain the N+1 operating requirement and allow the boiler plant operation to continue, uninterrupted, throughout the entire construction period of the project. Providing submissions and final documents as indicated below. The Following Investigative Work shall also be included within the Scope of this Project: Perform a Code analysis to ensure that the applicable Codes are being applied. Provide any civil, structural, architectural, electrical and mechanical investigative work necessary for properly designed and coordinated systems and elements. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Take digital photos of site major features and connection points. Digital format must be compatible with VA software. VAMC Coatesville ID badges are required to be worn by all A/E personnel during all project site visits. Other: Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and electronic copies to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover and sent to the Contracting Officer Representative (COR). Infection Control: The "Pre-Construction Risk Assessment (PCRA)", shall be completed, and incorporated into the final construction documents. Asbestos and Lead Testing: The AE shall hire a third-party testing agency for initial field testing of any and all suspected asbestos containing materials (ACM) or lead coatings that may be disturbed during construction. The AE shall provide all necessary specifications and drawings required to identified and remediate any suspected ACM or lead. The existing breeching insulation shall be tested at a minimum, prior to proceeding with demolition or commencing construction activities. Note: Asbestos containing materials are not anticipated in the breeching and this minimal testing is out of an abundance of caution. There are no other Hazmat related issues associated with this project which must be addressed by the AE. Any waivers required for maintenance access will be coordinated by the AE with the COR. EVALUATION CRITERIA: The A/E selection criteria for this acquisition are listed in descending order of importance. Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation of resumes shall consider the specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. Resumes are limited to one page each and should cite project-specific experience and indicate proposed role in this contract. Key positions and disciplines required for this project include, but are not limited to: Project Manager, Electrical Engineer, Architect, Cost Estimator, Fire Protection Engineer, Mechanical Engineer, Quality Assurance, Structural Engineer, and Physical Security Specialist. Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330. Make sure the above roles are included, at a minimum in the Organizational Chart in Section D. Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority], of [company name] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-73. The information provided in sections C through E of the SF330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Specialized Experience: Specialized experience and technical competence in the design and construction period services provided for projects similar in size, scope, and complexity. Any provided past performance information on projects should include relevant work with Boiler Plants, Steam Systems and Hospitals. Include no more than six Government and/or private experience projects. Any projects submitted that exceed the limit will not be considered during the evaluation. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. All projects provided in the SF330 must be completed by a firm, office, branch, or individual team member proposed to perform work under this contract. The information provided in sections F and G of the SF330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Capacity and Management Oversight: Capacity to accomplish work in the required time. The evaluation will consider the firm s overall ability to meet the schedule of the project, as well as the available capacity of key disciplines to perform the work in the required time. Please provide a table to demonstrate the available capacity of each of the Key Personnel identified in Section E to include prime firm and sub-contractor personnel. At a minimum ensure that the table includes the following: name, firm, role in project and percentage of available capacity to take on new work. Provide all projects awarded by the VA during the previous 12 months (from the date of the SF330 submission) to include the following, project name, location, award date, completion percentage, and expected completion date for the prime firm and all sub-contractors. The number of boiler replacement projects a firm currently has will be taken into consideration. Provide the full potential value of any current indefinite delivery contracts. Provide the dollar value of work completed for the Prime firm last year and (separately) the dollar value of work completed for each individual sub-contractor that is a part of the proposed project team. Information must be provided for the prime and sub firms. The number of boiler replacement projects a firm currently has, and their completion percentages will be taken into consideration. Evaluation will also consider communication; is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected, response times proposed may be incorporated into the statement of work as the standard. Plan should state techniques planned to control quality of plans/documentation; techniques planned to control schedule and personnel responsible for quality and schedule control. The information for this factor shall be provided in Section H of the SF330. Please ensure the capacity applies toward the team/personnel provided in the SF330. Past Performance and Subcontractors: Past performance on contracts with Government agencies and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F, to include a review of Contractor Performance Assessment Reporting System (CPARS) ratings. Provide performance reports for all projects submitted in section F and include the following information for each project: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related information from the firm, customer inquiries, Government databases, publicly available sources, additional projects in CPARS, and other information available to the Government, including communications with points of contact in other criteria. Evaluations will consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by a firm, office, branch, or individual team member proposed to perform work under this contract. The information for this factor shall be provided in Section H of the SF330. If there is no CPARS data available, previously completed Past Performance Questionnaires (PPQs) will be accepted. Previously completed PPQs must be incorporated into the SF330 submission. PPQs will be counted towards the page limitation for this submission. Proposed subcontractors shall be identified by business type, DUNS number and percentage of work to be performed. Proposed Project Design and Estimation Approach: The Offeror shall provide information on how they conduct meetings/reviews with the customer. Contractor s method for presenting and sharing information related to requirements development and designs with the engineering staff. Contractor s method of presenting the design to the CO and executive leadership. Contractor s process for incorporating design review comments to include timeliness, correctness, and presentability. Offeror shall provide information on adherence to PG18-15 AE Submissions, incorporation of the VA Design Guides and Manuals, incorporation of historical preservation into design. Offeror must provide their method for determining Opinion of Probable Construction Cost (OPCC), including the tools and methodology used. Offeror must identify Awarded Construction Cost vs AE Estimated Cost for 10 most recent projects. Design approach statements will be evaluated based on demonstration of a clear understanding of the instant project. Statements should identify potential problems and proposed solutions. Statements shall also outline designers plans to execute project and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy and standard level of care. Locality: The plan will outline the team s knowledge of Coatesville and unique requirements, along with the team s ability to accomplish the required AE services. Offeror s must indicate firm s/team s location, including main offices, branch offices and any subconsultants offices and demonstrate how the team will service the geographical area. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. Knowledge of the locality may include the following, Demonstrate/describe specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, or local laws and regulations. Soil conditions related to trenching or digging required (if applicable) Experience at the VAMC and/or VISN, this should include the experience of both the prime and subcontractor. Knowledge of specific state or local codes, laws, or regulations Approach to addressing unique climate conditions Geological conditions such as seismic (if applicable) The information for this factor shall be provided in Section H of the SF330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location shall be provided in section H, under Secondary Selection Criteria Factor 1 - Geographic Location. Construction Period Services: Describe your firm s approach to providing construction period services, to include professional field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of construction contract changes to include drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate experience with construction period services. The information for this factor shall be provided in Section H of the SF330. IMPORTANT NOTE: Secondary Selection Criteria: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the VA Medical Center in Coatesville, PA. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). The firm s parent company which is closest in proximity to VA shall be selected. * The secondary selection criterion will only be used if necessary to break a tie, in ranking the 5 most highly qualified firms following the completion of the SF330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. PHASE I OF THE SELECTION PROCESS: The initial evaluation of the packages (Phase I) will determine which firms are the most highly qualified firms. The Selection Board will produce a list with a narrative explanation supporting the rankings. Where firms are rated the same adjective, credence will be given to the importance of the factors. Phase I of the selection process will include narrowing all of the received SF330 proposals to approximately five (5) firms. PHASE II OF THE SELECTION PROCESS: The Source Selection Authority will then select no less than three (3) but no more than approximately five (5) firms for interviews unless a logical break in the rankings occur. For example, if (6) firms are rated Excellent the 6th firm may be given an interview. Upon, completion of interviews the Selection Board will then rank the interviewed firms from the most highly qualified to least highly qualified. The most highly qualified firm will then be selected for a Request for Proposal. QUALIFICATION PROCEDURES: 1. A/E firms shall be registered in the System for Award Management (SAM) Database at www.sam.gov and www.VETCERT.gov. Please include your firm's VETCERT SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the time the SF330 is due shall result in elimination from further consideration for award. 2. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. 3. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. 4. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. 5. A/E firms shall be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $25.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 24 funding. SUBMISSION INSTRUCTIONS: The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. Personal site visits or requests for meeting to discuss this announcement shall not be permitted. 2. Interested A/E firms shall electronically mail the SF330 (7/2021 Edition) to Elizabeth Wilson, elizabeth.wilson6@va.gov , Contracting Officer (542/90C), VA Medical Center, by close of business (5:00 PM, EST), September 18, 2023 via Electronic mail submissions. The SF330 form may be obtained through the General Services Administration at (https://www.gsa.gov/forms-library/architect-engineer-qualifications). Late proposal rules found in FAR 15.208 will be followed for late submissions. The Government is not responsible for SF330 packages that are transmitted to the Contracting Officer and not received due to size of documents or system errors. It is the responsibility of the sender to ensure sufficient time for the Government to receive the SF330 timely. 3. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. 4. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. 5. The A-E shall not include company literature with the SF-330. 6. In block No.4, Part II, provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. Provide the SAM Unique Entity ID (UEI) number. 7. In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee and each resume shall not exceed one page. 8. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. 9. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. 10. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Evaluation Criteria, of this announcement. 11. In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific evaluation criteria listed. 12. In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. (End of Document)

Final Planning

Medical

$250,000.00

Public - Federal

Renovation

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
671
Active Projects
347
Bidding Soon
4,618
All Active Projects
1,933
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 19, 2023

img_map_placeholder

1400 Blackhorse Hl Rd, Coatesville, PA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.