Similar Projects
Evaluation of Boilers, Deaerator & Condensate Tanks
Term Contract
Design
$100,000 to $250,000 est. value
Northport, NY 11768

New Senior Center - Town of East Hampton
New Construction, Infrastructure
Design
$10,000,000 est. value
East Hampton, NY

RFP Design - SEQA Study for a New Residence Hall in Tabler Quad and Multidisciplinary Engineering Building
New Construction, Infrastructure
Bidding
$250,000 CJ est. value
Stony Brook, NY 11794

RFP - Sewage Treatment Plant Capacity Evaluation Consulting Services (Suffolk County Department of Health Services)
Term Contract
Bidding
Yaphank, NY 11980

Engineering, Planning and Development
Post-Bid

Term Agreement for Stormwater Management/Water Quality Services- Statewide
Term Contract
Post-Bid

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

RFP Design - Architectural and Engineering Services for the Southampton Police Headquarters Expansion
Addition, Demolition, Renovation, Infrastructure
Bidding
$2,500,000 CJ est. value
Hampton Bays, NY 11946

New Bulkhead, Gazebo, Dredging and Shoreline Stabilization
Infrastructure
Post-Bid
Babylon, NY

Nationwide Architect and Engineering IDIQ - Small Business Pool
Results
Less than $10,000,000 est. value

RFP Engineering - Central Islip Downtown Revitalization
Infrastructure
Bidding
$1,700,000 CJ est. value
Islip, NY 11751

Peconic Estuary Habitat Restoration Design and Permitting Services for Paul Stoutenburgh Preserve
Infrastructure
Post-Bid
Southold, NY 11971

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

RFP Engineering - Engineering Services for a Road Raising Project Along Dyke Road in East Setauket
Infrastructure
Bidding
$690,000 CJ est. value
East Setauket, NY 11733

Last Updated 12/12/2022 03:37 PM
Project Title

RFP Design - Upgrade Existing Boiler Plant

Physical Address View project details and contacts
City, State (County) Northport, NY 11768   (Suffolk County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value $50,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Sources Sought Notice Sources Sought Notice Page 11 of 11 Sources Sought Notice *= Required Field Sources Sought Notice Page 4 of 11 THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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 Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 632-22-900, UPGRADE EXISTING BOILER PLANT at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $22.5 Million. Magnitude of Construction is between $25,000,000.00 and $50,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before November 30, 2022. Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB in VetBiz (https://www.vetbiz.va.gov/ ) at time of submission of their qualifications in order to be considered for an award. In order to assure compliance with FAR Clauses, 852.219-74 Limitations on Subcontracting (JUL 2018)(DEVIATION) and VAAR 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION), all firms submitting a SF 330 for this notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed 6 percent of the estimate cost of construction. Other A-E fees are not included in this 6 percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. SCOPE OF SERVICE REQUIRED The Northport VA Medical Center (NVAMC) needs to upgrade the existing centralized Boiler Plant. Currently, the site is served by four (4) existing 1,100 BHP (40,000 PPH Steam) High Pressure Water Tube Steam Boilers operating at 110 PSIG. These Boilers are 53 years old and have aged well beyond their useful life. The Central plant serves the Main Hospital along with multiple ancillary Buildings through an underground Steam distribution and condensate return system (currently being replaced). Additionally, a Combined Heat and Power Plant (CHP) is under Construction which will eventually provide supplemental Power and Energy Recovery for the site. The Boiler Plant upgrade Project will need to include the integration of the existing CHP infrastructure and be incorporated into the design. This Project will utilize the re-use of the existing Boiler building and will require complete demolition, removal, and Upgrade of all existing Boiler systems, utilities, and structural elements. The CHP systems within the Plant will require some demolition to accommodate Phased tie-ins for and to the new Boiler Plant systems. The following is a list of systems requiring Demolition within the existing building/roof for the Boiler Plant Upgrade: Mechanical: Demolition work shall include but not be limited to the following: Demolition of existing Boilers, Deaerator, Boiler controls, Surge Tank, Flash tank, Pumps, Boiler feed piping, Steam Piping, Condensate Piping, condensate transfer piping, Pressure safety relief vents, blowdown piping, vents, Softened water, Make-up water, chemical treatment systems and piping, Natural Gas Piping, Gas vents, Fuel oil pumps and associated piping. Demolition of existing exhaust Fans, H & V Units, Unit Heaters and related piping and controls. Demolition of existing Boiler stacks, structural supports, pipe hangers, and supplemental steel. Plumbing / Fire Protection: Demolition work shall include but not be limited to the following: Demolition of existing roof storm drains, storm water piping, domestic cold-water piping, domestic hot water piping, domestic hot water heater, plumbing fixtures, floor drains, sump pumps and associated piping Sprinkler piping, sprinklers heads, Air Compressors and associated compressed air piping for Boiler controls and Burner fuel oil atomization. Electrical: Demolition work shall include but not be limited to the following: Demolition of existing wiring/conduit and electrical panels supplying power to all existing Boilers and related equipment. Demolition of all lighting, lighting panels and associated wiring/conduits. Demolition of existing Emergency Generator and associated power distribution. Architectural / Structural: Demolition work shall include but not be limited to the following: Demolition of existing Louvers, windows, interior doors, exterior overhead door, Architectural wall finishes, floor finishes, ceilings, roofing/roof penetration structural framing, roof curbs, stairs, platforms, equipment pads and all trench plates. Site Work: Demolition work shall include but not be limited to the following: Demolition of existing paving, sidewalks, steps, platforms, railings, fencing, etc. Note: The existing Boiler Control Room has recently been upgraded under the current ongoing CHP contract including new HVAC, walls, doors, ceiling, etc. and is to remain as is with only upgrades to the Boiler Monitoring and control system. New Work: The Boiler Plant Upgrade Project new work shall include but not be limited to the following: Provide all new Boilers, Boiler Controls (interface with existing site Johnson FX BMS), Boiler ancillary systems, such as water softeners, chemical treatment, Deaerator, surge tank, boiler feed pumps, boiler utilities, building utilities such as lighting and power, emergency generator, Fire Protection, Fire Alarm, HVAC systems, site work, building finishes, doors, windows, roofing, and other structural elements at the Northport VA Medical Center. The new Boiler Plant design shall be coordinated with the existing CHP and have all systems integrated and tied into the new design and layout including all utilities and controls. Provide a temporary Boiler design for full continuous steam pressure to the site at all times. The CHP Plant shall remain in operation throughout construction and provide power, heat recovery and steam pressure at all times LOCATION Northport VA Medical Center 79 Middleville Road, Northport, NY 11768. COST RANGE Estimated Construction Cost Range: Between $25,000,000.00 and $50,000,000.00. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. DESIGN COMPLETION PERIOD: The Department of Veterans Affairs requires design and contract support services. The A/E shall deliver 100% bid documents in 382 calendar days from the Notice to Proceed (NTP). MILESTONE DUE ON: Deliver 30% Schematic Design Review Material to Contracting Officer s Representative not later than.....................................90 days after NTP Review 30% Schematic Design Review Material with Contracting Officer s Representative on......................................................118 days after NTP Deliver 60% Design Development Design Review Material to Contracting Officer s Representative not later than.....................................208 days after NTP Review 60% Design Development Review Material with Contracting Officer s Representative on......................................................236 days after NTP Deliver 95% Construction Document Review Material to Contracting Officer s Representative not later than.....................................326 days after NTP Review 95% Construction Document Review Material with Contracting Officer s Representative on......................................................354 days after NTP Deliver Final Bid Documents to Contracting Officer s Representative not later than.....................................382 days after NTP SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record proposed for this project only. Include specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm). The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. 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. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm. Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except those ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope within a VA hospital setting in relation to the type of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. 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 To be rated ACCEPTABLE for this evaluation factor, the A/E firm must be within 450 miles distance from the prime contractor s main office or official satellite office to the Northport VA Medical Center This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or official satellite office(s) from the location of work (VA Medical Center). Please provide the address (es) and distance of your closest office to the address listed in iv. above. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. 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 changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified 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. LIMITATIONS 852.219-10 - VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if - (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS: Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below.A Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award due to noncompliance with the submission requirements. EMAIL SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) to michael.giaquinto2@va.gov no later than 2PM, Eastern Standard Time (EST) on August 29, 2022 Submittals received after the date and time identified will not be considered. The submittal will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. All SF330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project number and title (abbreviated and shortened is okay). Submission is to be no more than a total of fifty (50) pages; size of emails is not to exceed 10 megabytes (MB). If more than one email is sent, please number emails in subject line as 1 of 2, 2 of 2 etc. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cover Page with Solicitation Number, Project Number and Title Table of Contents Copy of Current A/E License Copy of current https://www.vetbiz.va.gov/ SDVOSB certification UEI Number Cage Code Tax ID number Email address and Phone number (including the area code) of the Primary Point of Contact. As of December 12, 2022, an issuance of short-listed firms has not been released. The design firm selection timeline has not been disclosed. *Project information, including timeline and contacts, has been obtained through public sources. The content management team continues to pursue additional details; however, the contact(s) listed have yet to disclose or confirm any information. Inquiries should be directed to the contact(s) listed.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents