DOCUMENT
C -- ROME - REPLACE GARAGE ROOF - Attachment
- Notice Date
- 2/19/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Kathleen Ellis, Contracting Officer;Department of Veterans Affairs - NCO 2;WNY Healthcare System - Batavia Campus;222 Richmond Ave, Bldg 3 Rm 103;Batavia, NY 14020
- ZIP Code
- 14020
- Solicitation Number
- VA52814R0137
- Response Due
- 3/5/2014
- Archive Date
- 5/4/2014
- Point of Contact
- Kathleen Ellis, Contracting Officer
- E-Mail Address
-
althcare
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This announcement is for informational purposes only. The Syracuse VA Medical Center intends to award a contract for Architect/Engineer (A/E) Design Services, NAICS 541310, to provide a design to repair/replace the garage roofs at the Rome CBOC. The Medical Center will use the short selection process defined in FAR 36.602-5 (a). As such, the VA intends to evaluate the technical qualifications of all Service-Disabled Veteran Owned Business (SDVOSB) A/E firms that are currently on file. The VA will identify the three most highly qualified SDVOSB A/E firms who have responded to competitive solicitations over the past 12 months. The geographic range being considered for this selection is 300 miles from 125 Brookley Road, Building 510, Rome, NY 13441 and only firms on file within that range will be considered. Existing information on file indicates that the socio-economic set-aside within this geographic radius is service-disabled veteran-owned small businesses. Firms wishing to be considered who are within the 300 mile radius but have not submitted a technical qualifications package within the past 12 calendar months may submit a SF 330 listing qualifications to the attention of: Kathleen Ellis, Contracting Officer, VA Western New York Healthcare System - Batavia Campus, 222 Richmond Ave, Bldg 3 Rm 103, Batavia, NY 14020. Firms submitting a proposal must also submit an electronic version in addition to the hardcopy submission to Kathleen.ellis3@va.gov. Firms who have previously submitted qualifications need not resubmit. SF 330's must be received at the VA Western New York Healthcare System - Batavia Campus and electronically by 4:30 pm, March 5, 2014. SDVOSB A/E firms must be verified in VetBiz (www.vetbiz.gov) to receive consideration. This is a general scope for Architectural/Engineering services (NAICS 541310) for the "Rome - Replace Garage Roofs" project, located at the Rome CBOC. I. SCOPE OF WORK The A/E shall provide complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for Replace Rome Garage Roofs, 528A7-14-711. This project proposes to provide complete design services (not limited to concepts and layouts, program development, investigative services, and cost estimating services) to investigate, provide options and provide final design based on the options presented to replace an approximate 1,000 sf "built-up" asphalt roof and a second 1,900 sf rubber roof, both on top of single story garages. The A/E shall investigate and correct the cement blocks at the top and back of the walls that are in need of repair with distressed mortar and possible freeze thaw concerns causing failure in the brick cavity. This appears to be a moisture relief issue throughout the top courses of building block. The project's design shall focus on identify the cause of the brick mortar joint failure and replacing the existing roofs with new TPO roofing system. The exact extent of work will need to be determined from the investigative portion of the design. A.Investigative services shall include, but are not be limited to, the following: 1.Review VA program requirements and project scope to determine the equipment and construction criteria and provide preliminary plans, drawings, and estimates. 2.Prepare measured drawings for area of work. 3.Design follows all current OSHA and NFPA requirements as they apply to these unique environments. 4.Perform mechanical, plumbing, electrical, alarm, data, structural, civil, architectural and asbestos abatement investigation of the existing facility as necessary including full on site investigations to verify existing as-built conditions as they pertain to this project and all of the above disciplines. B.Design services shall include, but are not be limited to, providing complete working drawings, specifications, and detailed cost estimates at every % Review threshold. Numerous and extensive meetings with various VA employees will be required, in order to fully understand the functional needs, carefully review the space selected for this project, then prepare construction cost estimates, designs and construction contract documents as described herein. Design services for asbestos sampling, testing and abatement, if found to be required at any time during the project shall be included. Design services shall also include infection control design in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. II. PREPARATION OF CONSTRUCTION CONTRACT DRAWINGS & SPECIFICATIONS A.Drawings shall conform to VA Construction Standards CD-4 and CD-5. B.Drawings shall be CAD generated readable by AutoCAD 2012 and shall be presented on hard-copy paper and CD in.dwg format for each submission % Review. Fonts/scripts used must be compatible with the VA's Nat'l. CAD Standard programs. All drawings must be readily accessible and any use of x-ref files must be bound. C.See CAD guidelines for preparation of drawings. May be found on the Internet at www.cfm.va.gov/til/cad/VHAcadAppGuide.doc. D. Specifications shall be compiled from VA Master Specification. The A/E shall select those, which apply to this project, customize and completely edit as required for the specific needs of this project in accordance with the Spec Writer Notes. Final documents require application of good judgment to provide a clear, concise, adequate, unambiguous and correct description of the construction contract work to be performed. Submit all spec reviews in Word and hard paper formats. E.Update/revise VA's AutoCAD floor plan single line drawings of the area renovated under this project and submit in.dwg format re Note B above. F.First submission for review of any specification section shall be in red marked up format to clearly show the original VA Master Spec and the manner in which it is being modified for the specific needs of this project to include all 'not-used' sections. G.Final specifications shall be provided in the format specified by the Contracting Officer Representative. III. VA FURNISHED MATERIALS A.VA Master Construction Specifications PG-18-1 for copying and editing. Available on the Internet at www.cfm.va.gov/TIL/spec.asp. B.VA Standard Details and CAD Standards PG-18-4 for copying. Available on the Internet at www.cfm.va.gov/TIL/sDetail.asp. C.VA Design and Construction Procedures PG-18-3 and PG-18-15 as determined by the COR to be necessary for the specific needs of this project. Available on the Internet at www.cfm.va.gov/TIL/cPro.asp. D.VA Environmental Compliance Manual PG-18-17. Available on the Internet at www.cfm.va.gov/TIL/spclRqmts.asp. E.VA recommendations, as applicable including those for meeting security, safety, and infection control standards required during construction. F.VA Equipment Guide List PG-18-5, if applicable. Available on the Internet at www.cfm.va.gov/TIL/equip.asp. G.Original construction documents marked "As Built" but not updated. A/E must field verify "As Built" drawings. H.The A/E will research all existing project documents which have been used in the renovation of the applicable areas. IV. CONSTRUCTION DESIGN REVIEWS A. Preliminary Design: 1.Kick-off Meeting with the A/E and VA Users will be held in order to allow the A/E to provide a detailed report for VA review and approval regarding items to be included within this design. 2.Define the design schedule benchmarks for the balance of this contract. B. Investigative/Schematic Review: 1.Provide investigative findings in a report format to include existing utilities and ACM sampling. 2.Provide a listing of specification sections expected to be included in the design. 3.Provide initial drawings in electronically in CAD and PDF formats along with 2 paper hard copies. 4.Provide rough construction cost estimate by discipline, and determine if the estimated budget will allow proposed construction. 5.Provide items as called out in A/E Design Submissions Requirements PG-18-15, Volume C. Available on the Internet at www.cfm.va.gov/contract/aeDesSubReq.asp. C. Design Development Review: (There may be multiple submissions and meetings during each required review at 35%, 65% and 95% dependent upon the specific magnitude and nature of this project.) 1.At the 65% submission, provide red marked up master specifications in Microsoft Word and hard copy format to clearly show the original VA Master Spec and the manner in which it is being modified for the specific needs of this project to include all 'not-used' sections. 2.Provide applicable drawings in paper, CAD and PDF formats and a written record of all VA review meeting comments for each % review session. 3.Provide contract specifications with phasing as necessary and construction contract completion time (including calendar days for required submittal process). 4.Provide construction cost estimate including labor and materials by specification section in Microsoft Excel format at each % Review session. 5.Provide items called out in A/E Design Submissions Requirements PG-18-15, Volume C. Available on the Internet at www.cfm.va.gov/contract/aeDesSubReq.asp. 6.At the last submission, provide list of required submittals and certifications. 7.Where feasible, provide 3D CAD views to illustrate the intended design to demonstrate sufficiently to VA staff what will be constructed. D. Construction Document Review: 1.Provide final contract drawings in CAD and PDF along with 2 hard copies, specifications in Microsoft Word along with 2 hard copies and estimates in Microsoft Excel formats. 2.Provide final contract specifications, phasing plan and construction contract completion time (including calendar days for required submittal and vendor lead time process). 3.Provide final construction cost estimate including labor and materials by specification section. 4.Provide items as called out in A/E Design Submissions Requirements PG-18-15, Volume C. Available on the Internet at www.cfm.va.gov/contract/aeDesSubReq.asp. 5.Provide final list of required submittals and certifications. 6.Provide certification of interests (see SP14(c)). V. BIDDING DOCUMENTS In accordance with SP 15, provide electronic files for Construction Drawings, Estimates and Specifications and at least 2 full-size sets and 2 half-size sets of paper drawings and 2 hard copies of Specifications as requested by the Contracting Officer. VI. CONSTRUCTION PERIOD SERVICES A.The A/E shall provide construction period tasks as required by this contract including performance of construction site visits and all shop drawing submittal reviews. B.The A/E shall provide bid evaluation assistance as necessary if resulting construction is accomplished by sealed bidding or participates as necessary in negotiations if resulting construction is accomplished by negotiation. As of July 2009, it is anticipated that all construction will be procured by competitive negotiation requiring development and evaluation of criteria other than price alone. C.At the end of the project and after approval of "As-builts" by COR, the A/E will transmit to the Contracting Officer the CAD generated "As-builts" in.dwg and.pdf formats on compact disc along with all submittals, testing records, equipment performance certifications and specifications on the disc as well. D. The A/E shall attend the pre-bid and the pre-construction meetings and will be required to answer any technical project related questions as well as provide Meeting Minutes. E. The A/E shall attend the final inspection and prepare a written report by COB the following business day. VII. SITE VISITS Periodic Construction Inspection Site Visits will be required. VIII. ADDITIONAL A/E REQUIREMENTS A.A/E is required to utilized the VA's internet web site to research and download information associated with this project such as CAD Deliverables Guidelines and design manuals for: 1.Site Development 2.Architectural 3.Fire Protection 4.Interior Design 5.Structural 6.Plumbing 7.Sanitary 8.HVAC 9.Electrical 10.Equipment 11.Steam Generation 12.Asbestos Abatement 13.Steam Distribution (Outside) 14.Solid Waste Disposal System (Including Incineration) 15.Automatic Transport 16.Space Planning 17.Critical Path Method 18.Estimating 19.Specifications 20.Final Bid Documents IX. SCHEDULE OF INSURANCE COVERAGE In accordance with FAR 28.307-2, the following minimum coverage shall apply to this contract. (a) Workers compensation and employers liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $200,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (d) Professional liability. The contracting officer shall require a minimum of $1,000,000 per occurrence. X.EVIDENCE OF COVERAGE (a)Upon award of this contract, the Contractor shall furnish the Contracting Officer a certificate of insurance indicating the minimum coverage's required and which shall contain an endorsement to the effect that cancellation of, or any material change in, the policies which adversely affect the interest of the Government in such insurance shall be effective unless 30 day written notice of cancellation or change is furnished the Contracting Officer. (b)There shall be no exclusionary clauses added to this contract for any asbestos related work that would void the required General Liability insurance. XI.CONSTRUCTION SCHEDULE Design must be completed for construction bidding no later than 60 calendar days following award of the contract. Construction cost estimate is between $100,000 and $250,000. Please see the attached score sheet for the factors and the weight of factors that will be used in evaluating all SF 330s. Additionally, discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined in the attached score sheet. This posting is both a Special Announcement of our intent to procure services as described herein, as well as a Sources Sought Announcement hoping to identify SDVOSB within the stated geographic limitation who are willing and able to perform the work described herein. This announcement is for information only. Solicitation documents will not be publicly posted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52814R0137/listing.html)
- Document(s)
- Attachment
- File Name: VA528-14-R-0137 VA528-14-R-0137.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1213702&FileName=VA528-14-R-0137-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1213702&FileName=VA528-14-R-0137-000.docx
- File Name: VA528-14-R-0137 S32 - AE Score Sheet - Rome Replace Garage Roofs.xls (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1213704&FileName=VA528-14-R-0137-001.xls)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1213704&FileName=VA528-14-R-0137-001.xls
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-14-R-0137 VA528-14-R-0137.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1213702&FileName=VA528-14-R-0137-000.docx)
- Place of Performance
- Address: Rome CBOC;125 Brookley Road;Building 510;Rome, NY 13441
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN03291384-W 20140221/140219234754-65a20fbfd6b6ff7055aa22fbad69da9f (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 |