Sources Sought Notice – C– 573-15-1-3022-0001/Conduct Feasibility Study for Replacement of Air Handling Units 2 and 3
| Federal Information & News Dispatch, Inc. |
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: C-- 573-15-1-3022-0001/Conduct Feasibility Study for Replacement of Air Handling Units 2 and 3
Classification Code: C - Architect and engineering services
Solicitation Number: VA24814R1769
Contact: William L ClarkContract Specialist 352-376-1611 Ext. 4581 mailto:[email protected]
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 32608
Place of Performance Country:
Description:
ARCHITECT-ENGINNERING (A-E) SERVICESPROJECT# 573-15-100
CONDUCT FEASABILITY STUDY FOR REPLACEMETN OF AIR HANDLING UNIT 2 AND 3
Contracting Office:
THIS IS NOT A REQUEST FOR PROPOSAL.
THERE IS NO RFP PACKAGE TO DOWNLOAD.
ALL INFORMATION NEEDED TO SUBMIT, TO INCUDE SF 330 DOCUMENTS, IS CONTAINED HEREIN.
FAILURE TO PROVIDE ANY AND ALL REQUIRED DOCUMENTS AS INDICATED IN THIS NOTICE, WILL AUTOMATICALLY RESULT IN NOT BEING CONSIDERED FURTHER FOR THIS PROJECT. THE VA WILL NOT BE FOLLOWING UP WITH ANY RESPONDENTS SEEKING INFORMATION THAT WAS NOT PROVIDED
This is a 100% Service-Disabled Veteran Owned Small Business Set Aside.
FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY.
The NAICS code for this A/E project is 541330 (Engineering Services).
The anticipated award date of the proposed A-E Contract is on or before
The anticipated period of performance of the A-E contract is 240 calendar days, excluding Government holidays.
The A/E shall serve the Government in an advisory and consultant capacity.
The A/E firm shall not provide administration of the construction contract.
Project Overview
This project requires complete study documentation for the replacement method for two Peerless model Air Handler Units (AHU) AC-2 and AC-3. These two air handler units have rated CFM capacities of 91750 and 53750 respectively and are original equipment to the main building built in 1966. The AHUs are at the
1. Re-calculate the building cooling load area served by the existing AHU's (AC-2 and AC-3) and re-size the new equipment if necessary to satisfy the re-calculated cooling load.
2. Provide alternatives for the replacement of AC-2 and AC-3, including cost estimates, drawings and phasing. Areas to be considered include pre-heat, pre-cool, heating and cooling coils, fans, control valves, control system, filter rack and associated equipment. Phasing will need consider that areas served by AC-2 and AC-3 will still be functioning. Temporary AC services may need to be provided.
3. There is a recent HVAC survey which gives evaluations and recommendations. This survey will be made available for use in the development of this study.
4. Study shall include a complete review of the current air handling system to include the recommendations for any replacement, repairs and/or upgrades required for the existing air handlers, vent ducting, controls, steam piping and chill water layout in order to support the new air handler units.
5. The firm must have previous experience in the design of HVAC facilities and coordinating complex system installations in occupied buildings.
6. Study must provide all necessary Structural, Civil, Architectural, Mechanical, Electrical and Plumbing trades with estimates, and drawings, including demolition activities.
7. A phasing plan is critical and should be prepared to assure downtime of systems should be kept to a minimum. The plan shall address provisions for continuation of service during outages.
8. A/E shall take into account design requirements to reduce operations and maintenance costs and limit operational down time.
9. A/E shall incorporate field verified utility locations as part of their study.
10. This design shall be governed by the applicable VA and national codes and standards. This includes but not limited to VA HVAC Design Manual for New, Replacement and Renovation of Existing VA Facilities, including start-up and testing requirements.
11. The A/E firm is required to coordinate with the VA Staff for site visits as indicated below.
The detailed project design should begin with an on-site physical survey and collection of previous project data.
All designs shall incorporate all architectural and engineering disciplines necessary to provide for a complete and functional design.
The intent is to complete this study and then issue a separate A-E contract to develop contract drawings and specifications.
Designs shall be in accordance with all applicable requirements of
The A/E will be required to perform all necessary site survey work such as verifying record drawings.
The following investigative work shall be included within the scope of this project:
A. Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. Field verify the VA furnished drawings to insure A/E design is accurate. It is the A/E's responsibility to determine existing conditions and to base the design on this information.
B. Materials to be furnished to the A/E by the VA - The following shall be furnished to the A/E upon request: The VA will provide the A/E with copies of drawings of trades per their request. The accuracy of the drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E and all consulting firms.
Potential A-E firms must be actively registered in the System for Award Management (www.sam.gov) and be visibly verified as a Small Disable Veteran Owned Business (SDVOSB) in Vet Biz (www.vetbiz.gov) at time of qualification submission.
Failure to either be actively registered in SAM or visibly verifiable in VetBiz at the time of submission will result in no further consideration by the VA.
By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74.
In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of cost of contract performance will be expended by the concern's employees.
Additionally, in response to this Notice, the concern will indicate the business size and type of all subcontracted firms to be used, to include what percentage of contract performance will be expended by each of those firms.
Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (e.g. - SDVOSB, VOSB, 8(a), small or large business).
The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code.
At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns.
If your concern's SDVOSB status is protested, and based upon the evidence submitted, the protest is sustained, then the concern is now ineligible for award, and may also be liable for any and all re-procurement costs, to include either pre-award costs (solicitation re-issuance) or post-award costs (contract termination and re-procurement).
SUBMISSION REQUIREMENTS:
Failure to provide all information will result in not being considered further for this project. The VA will not follow up with any firm in an attempt to request information that appears to be missing.
1. SF 330s, Parts I & II - FOUR (4) HARDCOPIES AND ONE (1) DIGITIAL COPY.
2. SF330 INSERT - Insert within each HARDCOPY package, which includes:
DUN AND BRADSTREET NUMBER
For the A-E firm
For all subcontractors and consultants,
TAX ID Number
For the A-E firm
For all subcontractors and consultants,
BUSINESS STATUS (SIZE/TYPE)
Subcontractor and Consultants
Whether SDVOSB, VOSB, 8(a), Small or Large
VETBIZ REGISTRY
Copy of VetBiz "Verified SDOVSB , for or the A-E firm
Copy of VetBiz "Verified SDOVSB, for all subcontractors and consultants who are claiming "Verified SDVOSB" status.
Copy of A-E firm's State of Florida Registration
Copy of all subcontractor or consultant
PERCENTAGE OF WORK TO BE PERFORMED (WITHIN 5 PERCENT)
A-E FIRM
SUBCONTRACTORS
CONSULTANTS
A-E POINT-OF-contact
E-mail address
Phone number for the
DUE DATE FOR SUBMISSION:
Received no later than
SEND SUBMITTALS TO:
Mailed Submittals:
Attn:
Hand Carried Submittals: SAME ADDRESS
SELECTION CRITERIA:
Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows:
1. Professional qualifications necessary for satisfactory performance of required service.
2. Specialized experience and technical competence in the type of work required, including, where appropriate, LEED certification, as well as 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. Location in general geographical area of the project and knowledge of the locality of the project, specifically, the firm's home office is within 350 miles of
(Determination of mileage eligibility will be based on www.mapquest.com).
5. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
6. Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
7. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
8. Percentage of work done by SDVOSB verified firms, to include SDVOSB-verified subcontractors.
REQUESTS FOR INFORMATION:
All RFIs shall be submitted to [email protected]. The Subject line shall read; "RFI-VA248-14-R-1769, "Conduct Feasibility Study for Replacement for Air Handler Units 2 and 3." The
RFIs regarding the follow on construction solicitation will not be addressed at this time
If any firm wishes to be excluded from further consideration after submission of package, please send an email notification, signed by firm owner/officer, to [email protected]
PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS.
Site visits will not be arranged during this period.
THIS IS NOT A REQUEST FOR PROPOSAL.
ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED.
It is the Offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your information.
Point of contact is
Link/URL: https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24814R1769/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 1929 |



Advisor News
- Retirement is increasingly defined by a secure income stream
- Addressing the ‘menopause tax:’ A guide for advisors with female clients
- Alternative investments in 401(k)s: What advisors must know
- The modern advisor: Merging income, insurance, and investments
- Financial shocks, caregiving gaps and inflation pressures persist
More Advisor NewsAnnuity News
- Ameritas settles with Navy vet in lawsuit over disputed annuity sale
- NAIC annuity guidance updates divide insurance and advisory groups
- Retirement is increasingly defined by a secure income stream
- Beyond the S&P 500: The case for RILA diversification
- Globe Life Inc. (NYSE: GL) Making Surprising Moves in Monday Session
More Annuity NewsHealth/Employee Benefits News
- Data from Massachusetts General Hospital Provide New Insights into Managed Care (Utilization by high-cost, high-need Medicaid patients receiving social worker care coordination): Managed Care
- Study Results from Johns Hopkins University Bloomberg School of Public Health Provide New Insights into Managed Care and Specialty Pharmacy (Medicaid access to Most Favored Nation through the Pfizer agreement: The unanswered issues): Drugs and Therapies – Managed Care and Specialty Pharmacy
- Gabriel Bosslet: Stewardship over profit — why Indiana must rethink the Medicaid middle
- SHOP SMART FOR HEALTH INSURANCE
- CMS announces moratorium on new Medicare hospice/home health enrollment
More Health/Employee Benefits NewsLife Insurance News
- U-Haul Holding Company Schedules Fourth Quarter Fiscal Year End 2026 Financial Results Release and Investor Webcast
- New Empathy and LIMRA Research: The Overlooked Opportunity to Engage the Next Generation After an Insurance Payout
- Symetra Names Jeff Sealey Vice President, Stop Loss Captives
- 3 ways AI can help close the gap for women’s insurance coverage
- Best’s Market Segment Report: AM Best Revises Outlook on Italy’s Life Insurance Segment to Stable From Negative
More Life Insurance News