Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOLICITATION NOTICE

C -- CONSTRUCT PARKING GARAGE AE SCHEMATICS & RFP

Notice Date
2/3/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;VISN 11 CSC Michigan (90VC);5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA-251-10-RP-0092
 
Response Due
2/23/2010
 
Archive Date
6/2/2010
 
Point of Contact
Scott D BrennanContract Specialist
 
E-Mail Address
Scott Brennan Contracting Officer
(scott.brennan2@va.gov)
 
Small Business Set-Aside
Emerging Small Business
 
Description
Project Details:This scope involves developing the Schematic and Request for Proposal (RFP) documents for Design-Build Project 583-326 to Construct Parking Garage which will be constructed at the Richard L. Roudebush VA Medical Center in Indianapolis IN. These documents will illustrate the scale and relationship of project components for review and approval of the VA and set forth in detail the requirements for submitting proposals for the project by Design Build Contractors as further described in the applicable materials listed below. The Design-Build Project will consist of the construction of a new multiple level parking garage with the capacity of supporting 400-500 new spaces at the Richard L. Roudebush VA Medical Center in the location of what is now designated as B-Lot. This project will include all site work, utility relocations and installations, roadway realignment, foundation preparation and all construction necessary to produce a fully functional parking garage. It is also the intention of the VA for the garage to be constructed with the capacity to support additional levels in future expansions. RFP A/E Responsibilities: 1.The RFP A/E shall produce the RFP Documents, including drawings and specifications, in accordance with professional architectural/engineering practices, the approved Scope of Work (SOW), and, where identified, VA criteria. The A/E shall follow VA Design Manuals, National CAD Standard Details, Facilities Procedures, and Master Specifications as appropriate and directed by VA Project Manager for the specific project. 2.The RFP A/E shall also provide any additional design criteria necessary for project development (supporting calculations, equipment guide list, Design and Construction Procedures, design manuals, signage design, etc.), so that the Design-Build Team can provide construction drawings and specifications. 3.The RFP A/E, in consultation with VA Project Team, shall determine design choices based on incorporating commercial and/or VA standards into the RFP Documents. 4.During development of RFP Documents, the RFP A/E shall work with the VA project team to develop: a.Project Definition including: 1)Project Scope/Design Philosophy; 2)Performance Specifications; 3)Exterior Enclosure Package. b.Project Solicitation including: 1)Project Objectives - Scope of Work, Cost Range, and Schedule Objectives and any other items considered significant to the project; 2)Selection Procedure - Offers, Best and Final Offer, Selection Criteria and Weightings, Cost Evaluation, and Technical Evaluation; and 3)Offer Requirements - Cost Proposal and Technical Proposal. c.General Contract Requirements: DB Teams Requirements, Construction Documents, Construction Period Submittals, and Project Close-out. 5.During the DB Proposal Evaluation, the RFP A/E shall not serve on the Evaluation Board, but shall: a.Provide information to the board for use in its proposal evaluation; b.Assist in review of submissions for adherence to the RFP Documents to the extent determined on a project specific process; and c.Prepare and issue amendments to potential offerors during the RFP process. 6.During design and construction of the project, the RFP A/E may be required to participate in construction inspections and assist in the review of: a.Construction Document submittals including specifications and design calculations (the RFP A/E shall list any deviations from the RFP documents); b.Shop Drawings, Product Data, and Samples; c.Test Results, Certificates, and Other Submittals; and d.Operation and Maintenance Manuals, Training, Project Record Documents, and Warranties. 7.The RFP A/E fee proposal shall include construction period services, which shall include submittal review, site visits, inspections, etc. 8.The A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The requirements are as follows: a.Fee Proposal: The A/E shall provide an outline of the actions that the firm will take during the design process along with its associated fee. b.2 Weeks after the NTP: The A/E shall submit a detailed QA/QC Plan describing each step that will be taken during the development of the various phases of design. Each step should have an appropriate space where a senior member of the firm can initial and date when the action has been completed. c.100% Submittal: The A/E shall submit the completed QA/QC Plan along with the latest marked up documents (plans, specifications, etc.) necessary to ensure that a thorough review and coordination have been completed. RFP A/E Deliverables: 1.Single line drawings (equivalent to schematics) and/or a narrative for each discipline. Development of the architectural and engineering progress documents for the space layouts and the development of various engineering systems associated with the project. 2.Design narrative/analysis for each technical discipline (e.g. architectural, mechanical, fire protection, etc.) which describes the intent of each discipline. 3.Site requirement documents: a.NEPA compliance b.Topographic, landscape, and utility survey c.Site plan showing: 1)Buildings/Structure(s) 2)Parking 3)Roads 4)Site access 5)Drainage and erosion control in conformance with National Pollution Discharge Elimination System (NPDES) permitting process requirements 4.Cost estimating documents, including Level "A" Summary Sheet and gross area computations. 5.Structural requirement documents: a.Criteria for Subsurface Investigation Report b.Cost estimate of three structural systems c.Conceptual detail of interface with existing construction 6.Each design submission shall be provided via a CD and two hard copies. 7.The RFP A/E shall provide all drawings in AutoCAD 2009 format and shall meet all VA design criteria regarding all font styles and sizes. The AutoCAD drawings shall be coordinated with the VA AutoCAD Manager to ensure that they are compatible with the VAs existing AutoCAD system/format. Construction cost range is estimated to be between $5,000,000 and $10,000,000. Qualifications submitted by each firm for Project 583-326 to Construct Parking Garage will be reviewed and evaluated based on the following criteria: 1.Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, and Environmental Engineers, as well as Architects, Estimators, Surveyors, and Draftsmen. 2.Proposed Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases will be evaluated. 3. Previous Experience of Proposed Team: The experience of the proposed design team working on projects that involve parking structures for large buildings and developing solicitation requirements for design-build projects will be evaluated as well as any experience working with the Department of Veterans Affairs or any other healthcare setting. 4.Location and Facilities of Working Offices: The geographic proximity of each firm to the Indianapolis Area will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. The desired proximity to Indianapolis is 200 miles. 5.Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. 6.Estimating Effectiveness: A review of the ten (10) most recent projects will be conducted to determine how effective the construction cost estimate provided was to the actual bid costs of those projects, specifically projects utilizing a design-build procurement process. 7.Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated, these criteria will include, but not be limited to: CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental Preservation, CPM and Fast Track Construction. 8.Awards: Any awards received by the Design Firm or any team members for Design Excellence will be taken into consideration. 9.Insurance and Litigation: The type and amount of liability insurance carried as well as any litigation involvement in the last 5 years will be evaluated. The NAICS Codes for this procurement is 541310 Architectural Services and 541330 Engineering Services. Award of a Firm Fixed Price contract is anticipated. Anticipate award of contract with successful AE firm is Apr 2010. Successful firm must be registered with the Central Contractor Registration website (https://www.bpn.gov/ccr/default.aspx). This procurement is a 100% Set-Aside for Emerging Small Business (ESB) firms. Firms providing responses for evaluation must be registered in the Central Contractor Registration in one of the acceptable NAICS codes as an Emerging Small Business. Any firm providing a qualification package this is not an ESB will be considered non-responsive and will not be included in the evalution process Qualified A-E firms are required to respond if interested by submitting three (3) completed Standard Form 330 qualification packages Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a comprehensive design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc). Mail to the Department of Veterans Affairs, VA Medical Center, CSCMichigan (90VC)., 5500 Armstrong Rd., Bldg 9 - Room 105, Battle Creek, MI 49037, Attn: Scott D. Brennan, Contracting Officer, to be received by no later than 4:30 PM local time 23 Feb 2010. No solicitation document is available and telephone inquires will not be honored. No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA-251-10-RP-0092/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Richard L. Roudebush VA Medical Center;1481 W. 10th Street;Indianapolis;IN
Zip Code: 46202
 
Record
SN02056916-W 20100205/100203235336-0eae30b262ed716b345922fc2f7d820e (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.