Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOURCES SOUGHT

Z--Z -- Oxygen System Rehabilitation Design Services

Notice Date
8/15/2006
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition & Materiel Management, (631/90C), 421 N. Main Street, Leeds, Massachusetts 01053
 
ZIP Code
01053
 
Solicitation Number
631-06-227DRB
 
Response Due
8/30/2006
 
Archive Date
9/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The VA Medical Center, Leeds, Massachusetts is seeking the services of an architect/engineer services for the purpose to renvate the existing bulk oxygen and backup supply and alarm system for Building #1.Firms desiring consideration should submit an SF 330, Architect-Engineer Qualifications on August 30, 2006. A short list will be picked and firms will be interviewed. Numbered Notes#24 is effective. See attached statement of service OXYGEN SYSTEM REHABILITATION VA NORTHAMPTON MEDICAL CENTER I. Project Description A. The purpose of this project is to renovate the existing bulk oxygen and backup supply and alarm system for Building #1 at the VA Northampton Medical Center, an Historic Building, to supply continuous oxygen supply for patient consumption within the hospital. B. The existing bulk oxygen supply system includes a 1,100 gallon liquid oxygen tank provided and installed under a bulk oxygen supply contract. The existing system also includes a liquid oxygen evaporator, pressure regulators, valves, underground piping and piping within the building. The piping within the building includes a vertical run of piping from the basement level to the attic above the second building story. The backup system includes a manifold system connecting 20 ?T? tanks of gaseous oxygen. A truck connection also exists for direct connection of an oxygen supply truck to the oxygen distribution piping. The existing oxygen alarm system includes a Master panel (located in the Admission and Discharge section of Building #1) without the currently required second Master Panel which must be placed in an area that is monitored area twenty four hours per day, seven days a week, potentially the Boiler Plant. The new second Master panel should be able to interface with existing Metasys Control systems equipment. II. Reference Documents A. Base plans of existing conditions shall be provided to the Architectural/Engineering (AE) firm by the VA Northampton Medical Center both in paper and electronic forms. III. Contract Requirements A. The AE firm will be responsible for providing field investigation, design, construction document (drawings and specifications) preparation, and post construction award services. The total construction funds available for this project are $350,000 and the AE shall design the project cost not to exceed this limit. B. The construction contract package shall include the following: 1. Demolition of existing exterior and interior features of the existing bulk oxygen supply and alarm systems as required to complete the rehabilitation. Included shall be the demolition and replacement of the concrete support pad for the new bulk oxygen tank but the existing tank itself shall be removed and a new tank provided by another vendor. The existing piping within the attic of the second story of Building 1 shall remain and be reused while all other piping, valves and regulators shall be removed and replaced. 2. The general layout of the new bulk oxygen system shall be as indicated on the base plans but the AE shall develop specific recommendations for the system rehabilitation. A full evaluation of BOCA, NSPC, NFPA codes, JCAHO recommendations and VA directives compliance of the existing and proposed work shall be completed by the AE. 3. The new alarm panel shall be compatible with the existing alarm system and shall provide backup alarm capability for the entire system in accordance with VHA Directive 2005-028, ?Oxygen Distribution Systems?, NSPC and NFPA Code requirements, JCAHO recommendations and IEEE recommendations. C. Shop drawing review and construction progress inspection. D. Submit a fee proposal based upon the Statement of Services and details developed in the project orientation discussions and the site visit. E. Upon agreement of fee proposal, and Notice to Proceed by the government, conduct design for this project in accordance with this scope of work. IV. Contract Documents A. CADD drawings ? All CAD drawings shall be stored one drawing per electronic file on the disks. Multiple files may be stored on a single disk depending on the size of the files and availability of space on the disk. CAD drawings shall not be in compressed format (.zip, .arc, .tar, etc) unless authorized by the Contracting Officer in writing. All files provided shall be in AutoCad version 2006 and shall be Autocad's .dwg format. All sheets shall be plottable on a 22" by 34" (560mm by 860mm) sheet of paper without further scaling of the drawing at the time of plotting. Finished CAD drawing shall have the standard AutoCad menu (acad.mnu or acad.mnx) as the default menu. Finished CAD drawing shall be entirely in model space with no part of drawing in paper space. CAD drawings shall use the World Coordinate System or equivalent. All layers shall be numbered from 1 to 225 in finished CAD drawing unless authorized by the Contracting Officer in writing. CAD drawings shall contain only the following defined pens: 0, 1, 2, 3, 4, and 5. All CAD drawings shall only use lettering fonts that are standard with AutoCad version 2006. The preferred font for all lettering under this contract shall be of the type known as "Roman Simplex" or "romans". Acceptable text heights shall be 0.10" (2.5mm), 0.125" (3.2mm) and 0.20" (5.0mm). Text shall not be underlined text styles. To achieve text underlining, use a separate line entity placed just under the text entity. All CAD drawings shall use only line types that are standard with AutoCad version 2006. All screen line (polyline widths, etc.) widths shall be 0.00. Arrowheads, dimensions and leaders shall be standard AutoCad version 2006 format. Contours and structure outlines shall be represented by continuous 2D polylines or their equivalent. CAD drawings shall not contain any of the following items or their equivalents: ? External references (XREF) to other drawings. ? Differentially scaled blocks unless authorized by the Contracting Officer in writing.. ? 3 dimension (3D) polylines. ? Attributes (unless authorized by Contracting Officer) ? Viewports ? Postscript, PCX or raster images or fills ? 3 dimensional (3D) objects ? Entities or attributes created through ARX applications ? Elevations other than 0.00 (z coordinate must be 0.00 for all entities) Items that are introduced into CAD drawings through the process of digitizing shall first be digitized at a scale of 1:1 and then scaled to fit the sheet as needed. Each CAD drawing shall include a text item (outside the plotting area) that indicates the real world scale and a text item that indicates the plot scale. The real world scale is usually expressed as 1" = 1'. Many software packages (such as DCA and Soft Desk Civil) produce contour maps at 1" = 1'. The plot scale should normally be 1:1 to produce finished drawings. B. All specifications shall be in Microsoft Word using Times New Roman (TT) 12 Point Font and in ASCII formats. Pages shall be numbered. C. The AE shall provide one complete set of professional engineer sealed original Mylar reproducible drawings and one Xerox copy of the specifications. One complete copy of all calculations shall also be provided. In addition, the AE shall provide one disc copy of the CADD drawings, one disc copy of the specifications in the formats specified above and one electronic copy of all calculations. E. The AE shall provide a list of required submittals that will be incorporated into the specifications Section 01300 entitled "Submittals". This list shall be divided into one separate list for each phase of construction. V. Performance Period A. The AE shall meet, or improve upon, the following schedule: AE contract notice to proceed 9/29/2006 35% contract documents 11/15/2006 VA 35% review complete 11/29/2006 90% contract documents 1/10/2007 VA 90% review complete 1/24/2007 100% contract documents 2/7/2007 B. The AE shall submit the following number of copies at each design phase: 1. One reproducible original and two blueprint or Xerox copies of drawings and three paper copies of all specifications shall be submitted at each stage for review. Submittals shall be mailed to the U.S. Department of Veterans Affairs, 421 North Main Street, Building #3, Leeds, Massachusetts, 01053, telephone: 413-584-4040 to the attention of Jim McPherson.
 
Place of Performance
Address: VA Medical Center, 421 North Main Street, Leeds, MA
Zip Code: 01053
Country: United States
 
Record
SN01115266-W 20060817/060815220613 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.