Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
MODIFICATION

C -- Renovate SICU

Notice Date
7/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;A&MM Service (90C);715 South Pear Orchard Road, Plaza One;Ridgeland MS 39157
 
ZIP Code
39157
 
Solicitation Number
VA25610RP0310
 
Response Due
8/3/2010
 
Archive Date
9/2/2010
 
Point of Contact
Vincent E Thornton
 
E-Mail Address
ct
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The G.V. (Sonny) Montgomery VA Medical Center, Jackson, MS, is seeking Architect-Engineering (AE) design services to provide complete working drawings, specifications, and cost estimates for work to "Renovate SICU " in accordance with the attached requirements for A/E services at the VA Regional Office located at 1600 E. Woodrow Wilson Ave., Jackson, MS. This requirement is a Set-Aside for a Service-Disabled Veteran-Owned or Veteran-Owned small business. The North American Industry Classification System (NAICS) Code is 541330, and the Small Business Size Standard is $4.5 Million. Geographic area of consideration is within a 100-mile radius of the Jackson, MS. metropolitan area. To be considered for award, an A-E firm must be registered in the Central Contractor Registration (CCR) database. A-E firms can obtain CCR registration information and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757; or by visiting the CCR web site at http://www.ccr.gov. The A-E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Registration in ORCA requires an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in the CCR record. The firm's DUNS number and MPIN act as its ID and password into ORCA. Information in ORCA must be reviewed and/or updated when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically to vincent.thornton@va.gov no later than 4:00 P.M. local time on August 3, 2010. The A/E selection criteria shall include your qualifications and past performance data. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This requirement is subject to Availability of Funds. Point of contact is Vincent E. Thornton, Contracting Specialist, PH: 601-206-6955. Contracting Specialist Address: Department of Veterans VISN 16, 715 S. Pear Orchard RD., Plaza 1, Bld. 4th Floor, Ridgeland, MS. 39157. The completed SF 330 will be evaluated by the VA Regional Office Architect Engineer Evaluation Board. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. REQUIREMENTS FOR A/E SERVICES FOR DESIGN OF PROJECT 586-08-110 RENOVATE SICU CONTENTS I.General Scope II.Time Schedules, Reviews and Submittal Requirements A.25% Review B.75% Review C.100% Review D.Final Submission III.Construction Period Service Requirements IV.Materials Furnished A/E by VA REQUIREMENTS FOR A/E SERVICES FOR DESIGN OF PROJECT 586-08-110 RENOVATE SICU GENERAL SCOPE: The A/E shall provide all architectural and engineering services as defined herein to accomplish complete drawings, specifications, and cost estimates for the following work: A.This project will renovate approximately 6,070 square feet of the existing Surgical Intensive Care Unit (SICU) located in the basement of building 1 at the G.V. (Sonny) Montgomery VA Medical Center. The existing area has limited access to patient rooms, poor lines of sight from nursing areas, dated finishes and inadequate lighting. In addition to improvements to the patient beds layout, the project proposes to replace narrow hollow metal doors/frames with break-away store front entrances, dated headwall units, plumbing fixtures, lighting, finishes and central nurses' area. The proposed design shall apply standards from VA Space Planning Criteria, Chapter 102: Intensive Care Nursing Units to the extent practical based on existing conditions and budget considerations. This information may be found via internet at http://www.cfm.va.gov/til/space.asp. B.The contract documents will include all disciplines associated with the renovation of the project. It is expected that existing mechanical infrastructure will be adequate for use in serving the newly renovated areas. Electrical infrastructure will require review to determine needs for upgrades/upsizing. All Branch services will be provided new as appropriate based on new layouts. C.A third party licensed Fire Protection engineer to be obtained by A/E for documented review of all contract documents. Results to be provided to VA for review. D.Based on mechanical system changes, the A/E shall provide for complete system commissioning. TIME SCHEDULE, REVIEW, AND SUBMITTAL REQUIREMENTS: The following specifies the documents / materials to be submitted by the A/E to the project manager for each scheduled review and due dates for the submission. Dates indicated must be strictly adhered to. In addition, all drawings shall be dimensioned in both English and Metric units. A.25% Review - Four (4) sets of documents due forty-five (45) days after award of contract. 1.Drawings: The drawings will be complete, at least to the extent that the following are shown on the documents: a.General requirements: (1)Verification and recommendations resulting from site visits of existing conditions in all disciplines. (2)Demolition requirements. (3)Sizes of pipe, ducts, wiring, etc., are not required at the review. (4)Some details are required at this review. (5)All drawings shall not be less than 1/8" scale. (6)Several meetings between the A/E and the VA may be required to determine room sizes and layout for 25% submission. (7)Project shall meet all local, state, and Federal Code requirements, such as NFPA, NEC, ASHRAE, etc. b.Architectural: (1)Submit a 1/8 " scale layout of the floor plans. These drawings will show all affected rooms, doors, corridors, exits, electrical and mechanical rooms, stairs, and elevators. (2)Indicate the net area contained in existing renovated areas. (3)Submit a title sheet with drawing index. c.Structural: (1)A/E will indicate if any structural conditions exist with this project. (2)If present, show location of structural conditions. (3)Show location of expansion joints. d.Air Conditioning: Provide a written description and indicate on the drawing the required changes for this project. e.Heating: Provide a written description and indicate on the drawings the changes for this project. f.Plumbing and Sanitary: Provide a written description of verification of existing conditions and description of proposed system. g.Electrical: (1)Submit a preliminary basis for design, including a written description of electrical work required for this project. (2)Request to VA for special receptacles; telephone and computer outlets will be required at this time. h.Environmental: Asbestos is not anticipated on this project. 2.Develop a preliminary cost estimate based on preliminary design. Use VA Form 6238. 3.The requirements listed above will be reviewed by the VA Project Team and affected staff. All comments and recommendations will be returned to the A/E within ten (10) days. B.75% Review: Four (4) sets of contract documents are required one hundred thirty-five (135) days after award of contract. 1.Drawings: The drawings will be complete at least to the extent that the following are shown: a.General Requirements: (1)All drawings developed from the previous review shall be detailed, showing pipe, duct, and wiring sizes, as well as all other required construction details. (2)All previous review comments shall be evaluated and incorporated into the drawings, specifications, and estimates. (3)All areas of construction shall clearly differentiate between existing and new construction (separate drawings for demolition and renovation). Emphasis shall be placed on contract accomplishments of unforeseeable or hidden conditions, including miscellaneous job requirements such as relocating pipe, vent, or other affected items. b.Architectural: (1)Submit complete floor plans, details, schedules, and large scale plans. (2)Show room titles, numbers, door sizes, types, and swing on floor plans. (3) Show general notes. (4)Indicate all fire partitions, smoke partitions, and safety and protective elements. (5)Show reflective ceiling plans, indicating all ceiling mounted equipment, air diffusers, registers, existing and relocated sprinkler heads, etc. c.HVAC (1)Duct and pipe sizing computations shall be 95% complete. (2)Duct layout, piping systems, and 95% complete layout of heating, air conditioning, and ventilation should be shown. Locate all fire and smoke dampers. (3)Show control diagrams. Include on the diagrams, where applicable, air conditioned systems, exhaust air systems, and the heating system. Diagrams shall be complete with legend and description of operations. (4)Major details, elevations, sections, and legends on the drawing are to be complete. Show each section of each critical point in corridors, indicating the location and space allocation intended for all ducts, piping, and large conduits. Show typical sections. d.Plumbing: All plumbing piping, fittings, fixtures, etc., should be shown. e.Electrical: (1)Floor plans shall have room titles and area function shown on this review set of drawings. Location of lighting system, outlets, power, and signal systems shall be shown. (2)Typical lighting calculations shall be given. (3)Show locations of new or existing panel boxes and indicate available, as well as additional, power requirements. 2.Specifications: Provide a full set of assembled edited project specifications in CSI format. 3.Cost Estimate: Submit a revised cost estimate and ensure the following minimum items are included on the VA Form 6238. a.All estimates shall be based on the most current working drawings available and shall be current as of the date of the submission. b.Price material at the contractor's buying level. Sales taxes, when applicable, will be added into material buying cost. c.Cost totals should reflect labor and materials separately and should be formatted as follows: (1)Totals - Labor and materials for all branches of work. (2)Mobilization cost of contractor. (3)Prime contractor's labor and supervisor. (4)Contingencies, Overhead, Profit, and Escalation (COPE) at 35%. (5)Bonds - Contractor bond cost. (6)Total cost estimate. 4.The above will be reviewed by the project team and staff, and returned to the A/E within ten (10) calendar days. C.100% Review: Four (4) sets of contract documents are required two hundred (200) days after award of contract. 1.Submission Requirements: a.The plans and specifications shall be complete, in accordance with the previous review requirements, with all review comments accounted for and ready for use as final contract documents. b.The specifications will be in final format, including front end documents provided by the Contracting Officer. c.The final cost estimate shall reflect all previous comments and shall show each branch of work based on quantitative take-off of designed labor and materials. This will also be the final cost estimate and should be labeled as such. Use VA Form 6238. 2.The above will be reviewed by the project team and staff and returned to the A/E within five (5) calendar days. D.Final Submission: Due two hundred fifteen (215) days after award of contract. After completion of all the 100% review comments and coordination, the final contract documents shall be prepared and shall include the following: 1.One (1) complete set of contract drawings. Specifications will be reproduced by the VA, but the A/E will provide one (1) complete set of specifications. NOTE: mylars are to be signed by appropriate VA personnel before copies of contract drawings are provided. 2.A complete set of CADD drawings on CD. These CADD files shall be in AutoCAD 2008 and capable of being transferred into an Intergraph Microstation environment. 3.A complete set of reproducible mylars of all contract drawings. 4.Final cost estimate based on revisions made at the 100% review. 5.A final set of technical support data. 6.Six (6) sets of half size drawings. 7.Provide a checklist of all submittals, certifications, tests, and inspections required per drawing and specification section. Checklist shall be produced on Microsoft EXCEL and shall be delivered hard copy and electronic. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: A.Review of and approval or disapproval of material submittals, shop drawings, and test reports. B.Review and recommendations of change orders and cost analysis. C.Site Visits: 1.Pre-bid conference to be attended by the A/E. 2.Pre-construction meeting to be attended by A/E. 3.Minimum of twelve (12) site inspections when requested by the VA Resident Engineer. 4.Partial and final inspections to be attended by the A/E. D.A/E will be available during the period of construction to answer or verify questions and / or problems relating to the contract documents as they relate to field conditions. MATERIALS FURNISHED TO THE A/E BY VA: A.Station as-built drawings (originals to be retained by the VA). The accuracy of these drawings must be field verified by the A/E. B.One each unedited copy of the applicable sections of the VA master construction specifications, including front-end documents. C.Guidelines for identifying the working drawings. D.VA design manuals, standard details, and construction standards. ---END---
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25610RP0310/listing.html)
 
Record
SN02193921-W 20100703/100701235035-bff539e7bbd5d3ef597eb22265ddaf24 (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.