Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
DOCUMENT

C -- 667-15-1-504-0010-Design a project to correct exterior accessibility to Bldg 55 - Attachment

Notice Date
12/31/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street Suite 1100;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25615R0184
 
Response Due
1/27/2015
 
Archive Date
2/26/2015
 
Point of Contact
Krystal Glasper
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS 100% SET ASIDE FOR SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) CONCERNS. Firms responding to this announcement as a SDVOSB must be registered at http://vip.vetbiz.gov for verification of this set-aside by the response date of this announcement. The NAICS code for this acquisition is 541330 and the applicable small business size standard is not more than $15 million dollars average annual revenues for the past three years. The area of consideration is RESTRICTED to a 200 mile radius of the Overton Brooks VA Medical Center at 510 East Stoner Avenue, Shreveport, LA 71101 in which the primary A/E firm's office must be located. The estimated cost range for this project is less than $25,000. The Department of Veteran Affairs, Southeast Louisiana Veterans Healthcare System seeks a qualified Service Disabled Veteran-Owned Small Business (SDVOSB) concern to provide all design/engineering services, investigation, design surveys, verification of as-built conditions, construction drawings, cost estimates etc. as required to provide a fully developed set of construction drawings necessary to correct the exterior accessibility deficiencies at Building 55 Specialty Care Clinic. An exterior survey of the area surrounding Building 55 is required, along with an evaluation to identify all of the accessibility deficiencies in accordance with the most current VA Accessibility Standards, the Architectural Barriers Act (ABA) and any applicable ADA and ABA supplement and all other requirements as stated in the attached Scope of Work. Firms that meet the requirements listed in this announcement are invited to submit four (4) copies of the Standard Form 330 Part I and II and reference the announcement number and project title listed no later than Tuesday, January 27, 2015, 2:00PM, CST. Submit one (1) copy to the Contracting Officer: Attention: Krystal Glasper, Southeast Louisiana Veterans Healthcare Systems, Purchasing and Contracting, 1515 Poydras Street, Suite 1100, New Orleans, LA 70112 Submit three (3) copies to the Contracting Officer's Representative: Attention: Stacey Walden Overton Brooks VA Medical Center (90C) Engineering Service 510 East Stoner Avenue, Building 4 Shreveport, LA 71101 SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Firms will be evaluated and a report will be provided to the Contracting Officer of the three most qualified firms. The following evaluation criteria will be used during the A/E selection process. FACTORSWEIGHT I - TEAM PROPOSED FOR THIS PROJECT 20 Background of the personnel 1. Project Manager 2. Other key personnel 3. Consultants II - PROPOSED MANAGEMENT PLAN 10 Team organization 1. Design Phase 2. Construction Phase III- PREVIOUS EXPERIENCE OF PROPOSED TEAM 25 Project Experience IV - LOCATION AND FACILITIES OF WORKING OFFICES10 A. Prime firm B. Consultants V - PROPOSED DESIGN APPROACH FOR THIS PROJECT5 A. Proposed design philosophy B. Anticipated problems and potential solutions VI - PROJECT CONTROL 5 A. Techniques planned to control the schedule and costs B. Personnel responsible for schedule and cost control VII - ESTIMATING EFFECTIVENESS 5 Ten most recently bid projects VIII - SUSTAINABLE DESIGN 5 Team design philosophy and method of implementing IX- MISCELLANEOUS EXPERIENCE & CAPABILITIES 5 A. Interior Design B. CADD & Other Computer Applications C. Value Engineering & Life Cycle Cost Analyses D. Environmental & Historic Preservation Considerations E. Energy Conservation & New Energy Resources F. CPM & Fast Track Construction X - AWARDS 5 A. Awards received for design excellence XI - INSURANCE AND LITIGATION 5 A. Type and amount of liability insurance carried B. Litigation involvement over the last 5 years & its outcome TOTALS100 Interested parties shall ensure current licensing and shall have current registration in the System for Award Management (SAM) database at http://www.sam.gov and VetBiz Information pages (VIP) at http://vip.vetbiz.gov as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. In addition, current Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of contact is Krystal Glasper, 504-566-8470, or Krystal.Glasper@va.gov. Scope of Work Correct Building 55 Accessibility Deficiencies Overton Brooks VA Medical Center, Shreveport, LA A. General Information A 1.0Project Background, Description and Scope of Work Overton Brooks VAMC has a requirement to design a project to correct the exterior accessibility deficiencies at Building 55 Specialty Care Clinic. An exterior survey of the area surrounding Building 55 is required, along with an evaluation to identify all of the accessibility deficiencies in accordance with the most current VA Accessibility Standards, the Architectural Barriers Act (ABA) and any applicable ADA and ABA supplements. This design effort will include the development of drawings and specifications to correct the identified accessibility deficiencies and bring the exterior approaches and access points (sidewalks, stairs, drive, etc.) surrounding Building 55 into compliance with governing standards. It is expected that the existing access points will need to be demolished and reconstructed to the extent required to meet VA accessibility standards/requirements. Any required drainage, handrails, signage, pavement markings and associated accessibility features shall be included in the design documents. Provide civil (site demolition and new construction) drawings, details and specifications, along with any associated architectural and structural drawings, details and specifications required to make Building 55 code compliant with respect to accessibility. This contract will provide for complete design (construction documents) with NO comprehensive construction period services (CPS). PERIOD OF PERFORMANCE The delivery date for this contract shall be 90 days from Notice to Proceed. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION A.The term "responsibility," used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional facility. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facility. B.The terms "Design Team", "Design Offeror", or "A/E" refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. C.The term "Design Team" or "engineer" refers to registered/licensed Architects and Engineering professionals. D.The terms "the work and project" refers to the all site investigation, site survey, calculations, testing and design for documents to construct the Correct Building 55 Accessibility Deficiencies, OBVAMC. E.The term "VA" and the term "VAMC" refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. F.The "VAMC Coordinator" and COR (Contracting Officer's Representative) for this project is Stacy Walden at 318-990-5277, stacy.walden@VA.gov. G.The "CO" (Contracting Officer) for this project is Krystal Glasper at 504-566-8470, krystal.glasper@va.gov. QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. DRAWINGS This project will utilize AutoCad, version 2015. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the "e-transmit" function. SITE AND TOPOGRAPHY SURVEY A topographic survey is required. The A/E shall investigate the site and have a full survey of the site completed at the expense of the A/E. A/E shall make as many site visits as necessary to get a good understand of the existing conditions. It is the A/E's responsibility to verify actual existing conditions. GEOTECHNICAL SURVEY A geotechnical survey of the area is NOT required UTILITY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to obtain utility information to facilitate the design. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE's review comments shall be provided along with each design submittal starting with the 35% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. SEISMIC DESIGN In accordance with the VA's manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being "Low" (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities and in accordance with VA Handbook 0730/4 March 29, 2013. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) Not required. COMMISSIONING Not required. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA's Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-1Master Construction Specifications PG-18-3Design and Construction Procedures PG-18-4Standard Details and CAD Standards PG-18-10Design Manuals (by discipline) PG-18-12Design Guides (graphical, by function) PG-18-13Barrier Free Design Guides Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE: Utilize the latest version of guidance at time of design award. A 2.0Design Deliverables OBVAMC Design Submissions - Statement of Task: 25% Schematic Design (SD) 50% Design Development (DD) 95% Design Development (DD) 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum of 16 calendar days to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the 16 calendar day timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond 16 calendar days. 1.25% Schematic Design: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting any and all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall collaborate with VA staff/end user (VA Safety Staff) to review and finalize the identification of the accessibility deficiencies and the plan to correct each deficiency. The A/E shall develop schematic drawings for review. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital. Dimensions, slopes, etc will need to be indicated on the drawings. AE shall work with the VA staff until acceptable correction plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies): a.OBVAMC Approved Correction Plan Layout b.Preliminary Cost Estimate (RS Means, Cost Works) c.List of probable Specification Sections for this project 2.50% Design Development: These drawings shall be at the largest scale possible a.Drawings & Specifications: Provide one 22"x34" size D set, two 17"x22" size C sets and one unbound 11"x17" size B set of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the AE proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). b.Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead and Profit, Labor Burden (typically 28%) and material Sales Tax (typically 9%) costs. Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on a CD. c.FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments. 3.95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 50% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the AE shall proceed to the 100% Final Construction Documents. a.Drawings & Specifications: Submit in the same manner as the 50% DD submittal. b.Cost Estimate: Submit in the same manner as the 50% DD submittal. c.FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments. 4.100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding. a.Drawings & Specifications: Provide one 22"x34" size D set, two 17"x22" size C sets and two 11"x17" size B sets of FINAL construction drawings (one set of the 11"x17" size drawings to be unbound). Provide two set of FINAL fully edited specifications (specs in a 3-hole punch notebook). Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format and AutoCAD, Specifications in Word format and PDF format). b.Cost Estimate: Submit FINAL CostWorks cost estimate in the same manner as previous submittal. c.FPE Certification: Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. d.Electronic Copies: Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2015) and scanned individual PDF files. The specifications shall be in separate Word and separate PDF files for each spec section. Construction Period Services (CPS):NOT REQUIRED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25615R0184/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-15-R-0184 VA256-15-R-0184_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1795589&FileName=VA256-15-R-0184-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1795589&FileName=VA256-15-R-0184-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport, LA
Zip Code: 71101
 
Record
SN03606896-W 20150102/141231233748-5780cc4aba9690b5f94eb60fb79d4f59 (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.