Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
DOCUMENT

C -- A-E Services Replacement of Roof Building 102 Phase 2 - Attachment

Notice Date
7/8/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 328, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815R1599
 
Response Due
8/27/2015
 
Archive Date
11/25/2015
 
Point of Contact
Chris LaShure
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Architectural Engineering Services Scope of Work and Minimum Requirements for A/E Submissions of Drawings: Specifications Project #516-14-106 Replace Roof Building 102 Phase 2 (Sections A, C, D and Clerestory on the Central Support Facility) General Information Document Type: Pre-solicitation Notice Solicitation Number: VA248-15-R-1599 Posted Date:July 8, 2015 Response Date:August 27, 2015 Archive Date: Oct. 6, 2015 Classification Code:C- Architect and Engineering services Contracting Office Address Department of Veterans Affairs, C.W. Bill Young VAMC, Attn: Chris LaShure Contracting Officer 10000 Bay Pines Blvd., Bldg. 2 RM 328, Bay Pines, Florida 33744 Description CONTRACT INFROMATION: This contract is being procured in accordance with the Brooks A-E act as implemented in the FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for site investigation, planning, engineering studies, and concept design. Final design and construction phase services for the subject project. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. This announcement is open only to eligible Service Disabled Veteran Owned Small Businesses 100% set aside. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in FY 2015. To be eligible for contract award, firms must be registered in the System for Award Management (SAM). Register via the internet site at https://www.sam.gov. The anticipated contract is subject to FAR 52.222-41 Service Contract Labor Standards. A.Architect/Engineering (A/E) Services are to include the preparation of reports, plans, specifications, cost estimates and construction period services as necessary for the completion of Project 516-14-106, Replace Roof Building 102 Phase 2. Scope of work to include the following items: 1.Architectural/Engineering (A/E) services are to include the design development, plans and specifications for the roof replacement of Building 102 Phase 2 at the Bay Pines VA Healthcare System, Bay Pines, Florida. 2.A/E to provide a complete design for the removal of the existing four ply (4 ply) coal tar roofing system on Building 102 Sections A, C, D and the clerestory on the Central Support Facility including the replacement of all roof drain bowls, clamping rings, strainers and new drain pipes up to twenty feet (20 feet), the replacement of a new lightning protection system. All work will comply with VA Construction Details (HO8-4), VA Construction Standards (HO8-3), and NFPA Standard 90A. The design is to be in accordance with strictest guidelines. Provide bid alternate deducts by roof sections. 3.A/E to provide complete medical center site plan with all buildings, roads, parking lots and other major features as a phasing plan. Plan shall show all contractor work, staging and storage areas. VA will provide a master site plan for Auto Cad conversion. 4.A/E shall hire or provide a licensed Fire Protection Engineer who will certify the completed construction documents meet all current NFPA Life Safety Codes as well as all codes pursuant to current VA Fire Protection Design Manual. 5.A/E shall hire a licensed Certified Industrial Hygienist to perform a limited NESHAP Asbestos Survey on all roof decks and clerestory's. 6.A/E Basis of Design: Two ply torched applied Modified over a new Four (4) inch thick insulation with a recover board complying with Florida Energy Code. 7.Perform all other work as necessary to provide a complete and finished job. B.All site visits necessary to gather data and information is the responsibility of the Architect/Engineer Firm. The A/E will conduct interviews with key VA personnel as necessary to obtain additional information. C.The design shall comply with the applicable requirements of local, state and federal codes, ordinances, regulations, and standards. D.National Environmental Policy Act (NEPA) Evaluation Compliance Guidance - At the very minimum a Categorical Exclusion (CATEX) form or an Advanced CATEX form must be completed as part of the A/E's completed design package. These forms may be found on pages 9 and 10 of Part 11 of the Interim Guidance by clicking on the link below. http://vaww.ceosh.med.va.gov/01EE/02EE Specific Topics/03EE NEPA/04EE VA Policies DUSHOMlte ms/interimGuidanceDoc.pdf MINIMUM REQUIREMENTS A.The following define the minimum requirements for review purposes only. This does not relieve the A/E of responsibility to produce a complete set of drawings and specifications in accordance with industry standard practice and VA criteria. 1.General a.VA Handbook, H-08-15, Volume C, MINOR NEW BUILDING, ADDITION & RENOVATION PROJECTS, August 1992 as applicable to design shall define the minimum requirements of completion for each submission except as modified herein. b.All disciplines involved with the design are required to obtain copies of this document and become thoroughly familiar prior to the initiation of the work. c.The A/E will be provided with copies of existing record drawings that relate to the project, the criteria for the project, and appropriate orientation by the VA. VA master specifications and other referenced materials are available over the Internet and can be obtained by contacting http://www.cfm.va.gov/til/. A blank VA drawing with logo will be provided upon request in Auto Cad format. The A/E shall prepare all architectural, engineering, and site drawings and specifications. The degree of completion and the stages of degree of completion and the stages of submission shall be as specified in H-08-15. d.There will be three contract document submissions, (35%), (70%), and Construction Documents (100%). At each submission, all drawings shall be dated and appropriately labeled in large block letters above or next to the title block. All drawings shall be submitted on size "E", 30" X 42" format. The VA will provide a VA formatted blank drawing with VA logo in Auto Cad format. e.In each submission the A/E shall incorporate the material specified in the prior submission, revised according to the comments made by the VA at the prior review. Approval of a submission will not be made with out incorporation of comments made during the prior submission. f.Each submittal shall include roof plans of all disciplines in the same scale as the architectural drawings. Architectural drawings shall be required for all room locations identified that are necessary to replace roof drains and piping in ceiling space below roof deck. g.Provide computations and sizing calculations for structural, electrical and mechanical designs. For computerized calculations, submit complete and clear documentation of computer programs, interpretation of input/output and description of program procedures and full explanation of all coded and abbreviated terms. h.The A/E shall submit a construction cost estimate with the drawings at each project submission. This estimate shall show the cost of construction which would be expected to be reflected by the contractor's bids, if the bids were submitted on the same day as the estimate. The level of the estimate shall be consistent with the degree of completeness of the drawings being submitted. Simply stated, this means that if a construction element is shown, it must be priced; if it is shown in detail, it must be priced in detail. For detailed elements, "lump sum" or "allowance" figures will not be accepted. The A/E shall incorporate in the design a deduct bid alternate of 20% of estimated total construction cost. i.The A/E shall provide follow-up notes of all meetings held with V.A. personnel within seventy-two (72) hours after the meeting. B.Construction Period Services: 1.The A/E will review shop drawings and submittals during the construction phase of this project. 2.The A/E will conduct a total of 10 construction period site visits, which will include the final inspection. 3.At the completion of the project the A/E will provide: (a)The original drawings reflecting all as-built conditions. Collection of as-built data shall be the responsibility of the A/E. Source material shall include data obtained during A/E site visits, shop drawings, changes to contract documents, and modifications and notes on working drawings as provided by the contractor. (b)One (1) set of as-built drawing files in AUTO-CAD current release format. (c)One (1) set of edited specifications in MicroSoft Word for Windows. C.Completion Time: Working drawings and specifications - 150 days; with one week for Schematic Review; one week for Design Development #1; one week for Design Development #2; and one week for Construction Documents. The VA will take one week to review each submission. D.Submittals: The A/E will provide 4 sets of blue prints, and 4 sets of edited specifications at each drawing submission. E.Issuance of Bid: The A/E will provide 5 sets of blueprints, 1 set of reproducible originals and 1 set of unbound reproducible quality specifications for issuance of bid. F. Design Review: The A/E will be required to attend each review submission upon notification by the Contracting Officer. SUBMISSION REQUIREMENTS: A/E firms responding to this announcement shall submit two (2) hard copies via (CD or DVD) Standard Form (SF) 330s, Architect-Engineer Qualifications, to the following Contracting Office Address: Department of Veterans Affairs C.W. Bill Young VAMC Attn: Chris LaShure Contracting Officer 10000 Bay Pines Blvd., Bldg. 2 RM 328 Bay Pines, Florida 33744 The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Do not submit information incorporating by reference. Submit required documents no later than 2:00 PM, EST on August 27 2015. This notice is issued solely for information and planning purposes only. This is NOT a request for proposal. Questions may be directed via email to Chris LaShure- chris.lashure@va.gov. No phone calls please. Point of Contact Chris LaShure Contracting Officer, chris.lashure@va.gov Notice This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815R1599/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-R-1599 VA248-15-R-1599.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2154729&FileName=VA248-15-R-1599-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2154729&FileName=VA248-15-R-1599-000.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;C.W. Bill Young VAMC;10000 Bay Pines Blvd.;Bldg. 102;Bay Pines, FL
Zip Code: 33744
 
Record
SN03789216-W 20150710/150708235101-3f7d7819af2a7497ded4ff6a88f60c72 (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.