Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SOURCES SOUGHT

C -- AE Fire Alarm Upgrade

Notice Date
4/8/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-08-RI-0144
 
Response Due
4/29/2008
 
Archive Date
6/28/2008
 
Point of Contact
Aaron LacyContract Specialist
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is set aside for Emerging Small Business and is restricted to firms located within a 150 mile radius of the Indianapolis, Indiana VA Medical Center, located at 1481 West 10th St., Indianapolis, Indiana 46202. Seeking the services of a qualified Architectural Engineering (A/E) firm to provide all labor, material, equipment, and expert supervision necessary to accomplish the following: Complete Fire Alarm (FA) Upgrade (to comply with ADA, NEC and NFPA regulations) to the Richard L. Roudebush, VA Medical Center Indianapolis, Indiana. This work includes C-wing and D-wing, all floors. A-wing floors have recently been brought up to ADA standards, but visual inspection and report is needed as part of this design contract. Design work includes testing, repairing, removal and additional FA devices in areas that are not compliant to ADA, NEC and NFPA regulations. A/E shall utilize latest VA design manuals and standards to provide additional layout for optimal and functional FA System, in addition to current design. A/E shall provide construction cost estimates, submittal tracking log, drawings and specifications at each of the three (3) design reviews (50%, 90%, and 100%). Submittals shall be in triplicate along with an electronic version at each review stage allowing sufficient time for VA personal to review and provide comments. At the final submission A/E shall provide reproducible vellums and a CD-ROM copy of the plans in the latest Auto Cad version VA has available (currently A-CAD 2006). The A/E shall also provide three (3) sets of final documents (specifications and drawings) for the prospective bidders. In addition A/E shall provide construction period services and at the completion of construction, A/E shall provide as-built drawings via Auto Cad. Work shall include planning, phasing, testing, repairing, removal and additional FA devices to current system. Work will affect all other disciplines associated with architectural and MEP for a complete and functional facility. See the following: (1) Provide evidence of prior experience as well as provide reference projects of similar size, scope and design regarding the type of work mentioned above. (2) Design firm shall be capable of providing FA System analysis and associated type coordination studies. Existing FA System coordination study information will be made available by VA. This information will be required to be reviewed by A/E firm as part of each FA System Upgrade project. (3) Provide final working drawings and specifications to comply with applicable VA Construction Standards, Master Specifications, and other appropriate codes (NEC and NFPA) and VA directions. Provide complete drawings and technical specifications to meet VA standards as directed. (4) VA shall provide A/E with current FA drawings (for reference only) which shall be updated by A/E and given back to VA for As-Built purpose. Provide all working plans in 1" = 20'-0" scale or larger where needed for clarification. Edit specifications from VA Master Specifications. Prepare and coordinate all architectural, engineering, calculations, and specifications. Provide final construction documents at 100%, complete and ready for construction. (5) Conduct site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. (6) Provide detailed phased design for minimal interference with VA operations. In addition, provide a preliminary construction schedule which shall include a timeline for projected outages highlighting the facility interruption time frame of each area. This information shall be communicated to all bidders for their review and inclusion within their bids. It shall be communicated within the bid documents that the contractor will be required to review and provide any concerns regarding the projected construction timeline in order to minimize any/all disruptions to the facility. (7) Provide for the safety of all employees, contractors, visitors and others involved with the project site. (8) For all disciplines, provide complete specifications, edited from VA Master Specifications. Ensure that all specifications are edited and tailored for the specific work required and that they are fully coordinated with the contract drawings. Where the VA Master Specifications do not apply, develop and provide custom specifications as appropriate. (9) Provide complete details necessary to show all work required. Show extent of any demolition, cutting, etc., required along with all necessary details for repair/restoration. Include all modifications, rerouting etc., of existing services or construction serving other areas. (10) Provide diskettes of all drawings in AutoCAD 2006 format and specifications in Microsoft Word format. Provide as-built drawings of completed project work on diskettes as well as reproducible vellums (one set). In addition, provide as-built drawings on half size reproducible vellums (one set). (11) Reproduce specifications and drawings required for design reviews. Each review submission will include three (3) printed sets of drawings, specifications, and calculations, analyses when appropriate, and one (1) set of diskettes for specifications and drawings. (12) After final submission review, make any changes as noted by VA. Deliver the original construction documents to the VA Chief Engineer, after the final review comments are incorporated. The construction document drawings shall bear the seal of the Registered Architect/Professional Engineer licensed in the State of Indiana responsible for the design. (13) Project will not be advertised for Construction until final specifications and drawings are approved by the VA. (14) Perform and follow up on final inspection. Develop punch list for corrective action. Conduct a detailed inspection including mechanical/electrical spaces and all support areas covered by the contract. Develop punch lists and monitor corrective actions. Interested firms are required to submit: 2 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 3:00 p.m. (Local Time), April 29, 2008. Information can also be hand carried or submitted via overnight express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy, 2669 Cold Springs Road, Indianapolis, IN 46222. Selection criteria (not necessary listed in order of importance) includes: (1) Team proposed for this project, (2) Proposed management plan (team organization), (3) Previous experience of proposed team, (4) Location and facilities of working offices, (5) Proposed design approach (design philosophy/anticipated problems and solutions), (6) Project control (techniques planned to control the schedule & costs and responsible personnel), (7) Estimating effectiveness (10 most recently bid projects), (8) Sustainable design (team design philosophy and method of implementing), (9) Miscellaneous experience and capabilities (interior design, CADD, value engineering and life cycle cost analyses, environmental considerations, energy conservations and new energy resources, and fast track construction), (10) Awards received for design excellence, (11) Type and amount of liability insurance carried and litigation involvement over the last 5 years and its outcome. This acquisition is set aside for Emerging Small Business. The estimated construction range is between $250,000 and $500,000. NAICS Code 541330, Engineering Services, is applicable to this acquisition, the size standard for a firm to be considered as an Emerging Small Business is no greater than 50 percent of $4.5 million. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. THIS IS NOT A REQUEST FOR PROPOSAL AND A SOLICITATION DOCUMENT DOES NOT EXIST. AWARD IS CONTINGENT UPON THE AVAILABILITY OF FUNDS. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7bac9b731fdef3febba9ba1853bf068d&tab=core&_cview=1)
 
Place of Performance
Address: RLR VA Medical Center;1481 W. 10th St.;Indianapolis, IN
Zip Code: 46202
 
Record
SN01549974-W 20080410/080408223240-7bac9b731fdef3febba9ba1853bf068d (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.