Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2016 FBO #5166
DOCUMENT

Y -- 623-15-2-5231-0005 A/E Services- Project 623-15-104 Replace Air Handling Units - Attachment

Notice Date
1/13/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25615R0559
 
Response Due
2/17/2016
 
Archive Date
5/17/2016
 
Point of Contact
Debbie J. Payton-Thornton
 
E-Mail Address
523-5013<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work Project 623-15-104 Replace Air Handling Units Request A/E firm provide all required labor, material, equipment, and site investigations to develop construction documents to include contract drawings and specifications. Work includes construction period services and site visits. Project includes the following: 1.Replace four air handling units in Building 1. All supply and return ductwork shall be evaluated and repaired or replaced as needed. Existing ductwork shall be re-used to the maximum extent. Conditioning to all spaces shall be evaluated and resized as needed. All pneumatic VAV units shall be replaced and upgraded to electronic with BacNet communications and integration to facility Niagara AX Building Automation Controls server. All diffusers and registers shall be replaced as construction budget allows. Supporting electrical systems shall be evaluated and upgraded. Lighting and lighting controls for all associated mechanical spaces shall be evaluated for energy efficiency upgrades. Replace and/or provide new variable speed drives on all fans as cost effective. All associated steam traps for equipment served shall be surveyed for replacement from the closest reducing station to point of use. Steam trap monitoring shall be considered as cost effective for large traps. AHUs requiring replacement are as follows: a.AHU-MISI, serves 3rd, 4th, and 5th Floor B wing Bldg.1, ~93 ton dual duct central station unit. This HVAC system shall be redesigned for return air and VAV with reheat as construction budget allows. b.AHU-Dental, serves Bldg. 1 A Wing 2nd floor dental lab and offices on 4th floor, ~9 ton VAV with reheat central station unit. This unit shall be evaluated for removal and spaces evaluated for conditioning with fan coils and convection heating system. c.AHU-Chapel, serves chapel and offices B Wing 1st floor, ~6 ton single zone DX unit. This HVAC unit shall be evaluated for conversion to chilled water and VAV with reheat terminal units or ground source heat pump system. d.AHU-Downing Room, serves multipurpose room and offices 2nd floor B Wing, ~6 ton single zone DX unit. This unit shall be evaluated for conversion to chilled water and VAV with reheat terminal units or ground source heat pump system. 2.Upgrade digital controls for the following Air Handling Units and VAV terminal boxes in Building 53 that have not been previously upgraded. In addition, all AHU steam coils, chilled water coils, reheat coils, fans, motors, humidifiers, control and isolation valves, air flow monitors, and filter banks shall be evaluated for replacement or refurbishment. All associated steam traps for equipment served shall be surveyed for replacement from the closest reducing station to point of use. Steam trap monitoring shall be considered as cost effective for large traps. All combination fire/smoke dampers shall be evaluated for conversion to electric control only. Intent is to remove all need for pneumatic control air for Building 53. All diffusers and registers shall be replaced as construction budget allows. Lighting and lighting controls for all associated mechanical spaces and all interstitial spaces and electrical closets in Building 53 that have not been upgraded shall be evaluated for energy efficiency upgrades. Replace and/or provide new variable speed drives on all fans as cost effective. Thermal recovery shall be evaluated for feasibility on all air handling units. a. 53AHU-BW, 78 ton unit, serves basement inpatient pharmacy, EMS, and admin areas - Retrofit all air handling unit controls and all VAV terminal units (~23 VAVs). Two USP 797 fan coils and hoods shall also be evaluated for upgrade or retrofit to reliably meet USP 797 ISO Class requirements. Condensate storage tanks and pumps serving west side of building shall be evaluated for replacement. b.53AHU-1E - 87 ton unit, serves outpatient rehabilitation and admin areas, Retrofit all air handling unit controls and all VAV terminal units (~24 VAVs). Condensate storage tanks and pumps serving east side of building shall be evaluated for replacement. c.53AHU-1W - 70 ton unit, serves admin areas. Retrofit all air handling unit controls and all VAV terminal units (~42 VAVs). d.53AHU-ER - 34 ton unit, serves ER and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~11 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed units or additional upgrades. e.53AHU-3E - 90 ton unit, serves medical services and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~53 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed units or additional upgrades. f.53AHU-3W - 88 ton unit serves ICU and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~26 VAVs). g.53AHU-4E - 84 ton unit, serves inpatient medical bed and admin areas. AHU unit retrofit primarily. Most VAVs replaced on separate project, evaluate for any remaining pneumatic controls or missed VAVs. h.53AHU-4W - 77 ton unit, serves inpatient medical bed and admin areas. AHU unit retrofit primarily. Most VAVs replaced on separate project, evaluate for any remaining pneumatic controls or missed VAVs. i.53AHU-5E - 89 ton unit, serves inpatient mental health and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~23 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed VAVs or additional upgrades. j.53AHU-5W - 84 ton unit, serves inpatient rehabilitation and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~19 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed VAVs or additional upgrades. k.53AHU-P - 16 ton unit, serves mechanical/electrical penthouse areas. Retrofit all air handling unit controls and terminal units (single zone unit). 3.All general exhaust fans and isolation exhaust fans serving the areas in Item 1 and Item 2 above shall be evaluated for replacement and all exhaust ductwork verified for proper service (~25 fans). Prosthetics lab requires additional exhaust and/or upgrade. All isolation room pressure monitors shall be evaluated if not previously upgraded and replaced and integrated to Building Automation Controls server. All isolation exam or isolation procedure rooms shall have local controls to only be negative when needed for isolation. Controls and status for all exhaust fans and HEPA filters shall be installed and integrated into Niagara AX Building Automation System. VFDs and occupancy controls shall be included in design as cost effective. 4.All return ductwork for Building 53 inpatient care areas shall have an access hatch installed every 20 feet and all return ductwork shall be cleaned by a professional duct cleaning service as part of the construction. This includes return ductwork for 53AHU-5W, 53AHU-5E, 53AHU-4W, 53AHU4E, 53AHU-3W and 53AHU-BW. 5.Replace three hot water reheat systems in Building 1 and one hot water reheat system serving Buildings 52 and 53. Systems shall be evaluated for cross-connection and/or combining into a single system. Systems shall be evaluated for installation of a condensing boiler as primary means of heating with central plant heat exchanger as backup source. Piping, valves, and components shall be evaluated and repaired and replaced as needed. All heat exchangers and pumps shall be replaced. All associated steam traps for equipment served shall be surveyed for replacement from the closest reducing station to point of use. Steam trap monitoring shall be considered as cost effective for large traps. Condensate storage tanks and pumps shall be evaluated for replacement. All controls shall be upgraded to electronic with BacNet communications and integration to facility Niagara AX server. Supporting electrical systems shall be evaluated and upgraded. Provide new variable speed drives on all pumps as cost effective. Hot water reheat systems requiring replacement are as follows: a.C-Wing Tunnel System, serves 4-pipe fan coil units on the West perimeter of 1st floor and 2nd floor C Wing. b.Clinical Addition System, serves 1st and 2nd floor C wing and E Wing VAV units and AHU heating coils on AHU-1 through AHU-7. c.AB Tank Room System, serves 1st floor A-Wing convection units d.Bldg 52 Chiller Plant System serving Bldg 53 reheat VAVs 6.A/E shall provide independent 3rd party commissioning firm to commission all construction work. A/E shall develop all demolition, architectural, mechanical, and electrical drawings and specifications for these disciplines and provide a detailed construction cost estimate and phasing plan for continued healthcare operations while construction is underway. Design shall include provisions for any temporary HVAC required in order to replace HVAC items. A/E firm shall comply with NFPA, NEC and Life Safety Codes, VA Design Criteria, construction standards and other required documents for the development of construction documents. DESIGN TIME FRAME: A/E shall deliver construction documents 180 calendar days after the Award/Notice to Proceed Letter CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project) Note: The documents listed below can be found at the following website http://www.cfm.va.gov/til/ PG-18-1 Master Construction Specifications PG-18-12 Design Guides (graphical, by function) PG-18-3 Design and Construction Procedures PG-18-13 Barrier Free Design Guide PG-18-4 Standard Details and CAD Standards PG-18-14 Room Finishes, Door, and Hardware Schedules PG-18-5 Equipment Guide List PG-18-15 Minimum Requirements for A/E Submissions H-18-8 Seismic Design Handbook PG-18-17 Environmental Planning Guidance PG-18-9 Space Planning Criteria, and VA-Space & Equipment Planning System (VA-SEPS)D-7545 Cultural Resource Management PG-18-10 Design Manuals (by discipline) H-7545 Cultural Resource Management Procedures -VA Commissioning Process Manual / Under Special Requirements & Studies -VA Equipment guide List, Program Guide PG-7610 -VA Accessibility Requirements and Uniform Accessibility Standards -VA Signage System Standards, Manual M-00-2 -VA Design Alerts -VA Title Block Layout -National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA etc) -Physical Security Design Manual for VA Facilities SCOPE OF PROJECT Project includes the following: 1.Replace four air handling units in Building 1. All supply and return ductwork shall be evaluated and repaired or replaced as needed. Existing ductwork shall be re-used to the maximum extent. Conditioning to all spaces shall be evaluated and resized as needed. All pneumatic VAV units shall be replaced and upgraded to electronic with BacNet communications and integration to facility Niagara AX Building Automation Controls server. All diffusers and registers shall be replaced as construction budget allows. Supporting electrical systems shall be evaluated and upgraded. Lighting and lighting controls for all associated mechanical spaces shall be evaluated for energy efficiency upgrades. Replace and/or provide new variable speed drives on all fans as cost effective. All associated steam traps for equipment served shall be surveyed for replacement from the closest reducing station to point of use. Steam trap monitoring shall be considered as cost effective for large traps. AHUs requiring replacement are as follows: a.AHU-MISI, serves 3rd, 4th, and 5th Floor B wing Bldg.1, ~93 ton dual duct central station unit. This HVAC system shall be redesigned for return air and VAV with reheat as construction budget allows. b.AHU-Dental, serves Bldg. 1 A Wing 2nd floor dental lab and offices on 4th floor, ~9 ton VAV with reheat central station unit. This unit shall be evaluated for removal and spaces evaluated for conditioning with fan coils and convection heating system. c.AHU-Chapel, serves chapel and offices B Wing 1st floor, ~6 ton single zone DX unit. This HVAC unit shall be evaluated for conversion to chilled water and VAV with reheat terminal units or ground source heat pump system. d.AHU-Downing Room, serves multipurpose room and offices 2nd floor B Wing, ~6 ton single zone DX unit. This unit shall be evaluated for conversion to chilled water and VAV with reheat terminal units or ground source heat pump system. 2.Upgrade digital controls for the following Air Handling Units and VAV terminal boxes in Building 53 that have not been previously upgraded. In addition, all AHU steam coils, chilled water coils, reheat coils, fans, motors, humidifiers, control and isolation valves, air flow monitors, and filter banks shall be evaluated for replacement or refurbishment. All associated steam traps for equipment served shall be surveyed for replacement from the closest reducing station to point of use. Steam trap monitoring shall be considered as cost effective for large traps. All combination fire/smoke dampers shall be evaluated for conversion to electric control only. Intent is to remove all need for pneumatic control air for Building 53. All diffusers and registers shall be replaced as construction budget allows. Lighting and lighting controls for all associated mechanical spaces and all interstitial spaces and electrical closets in Building 53 that have not been upgraded shall be evaluated for energy efficiency upgrades. Replace and/or provide new variable speed drives on all fans as cost effective. Thermal recovery shall be evaluated for feasibility on all air handling units. a. 53AHU-BW, 78 ton unit, serves basement inpatient pharmacy, EMS, and admin areas - Retrofit all air handling unit controls and all VAV terminal units (~23 VAVs). Two USP 797 fan coils and hoods shall also be evaluated for upgrade or retrofit to reliably meet USP 797 ISO Class requirements. Condensate storage tanks and pumps serving west side of building shall be evaluated for replacement. b.53AHU-1E - 87 ton unit, serves outpatient rehabilitation and admin areas, Retrofit all air handling unit controls and all VAV terminal units (~24 VAVs). Condensate storage tanks and pumps serving east side of building shall be evaluated for replacement. c.53AHU-1W - 70 ton unit, serves admin areas. Retrofit all air handling unit controls and all VAV terminal units (~42 VAVs). d.53AHU-ER - 34 ton unit, serves ER and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~11 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed units or additional upgrades. e.53AHU-3E - 90 ton unit, serves medical services and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~53 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed units or additional upgrades. f.53AHU-3W - 88 ton unit serves ICU and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~26 VAVs). g.53AHU-4E - 84 ton unit, serves inpatient medical bed and admin areas. AHU unit retrofit primarily. Most VAVs replaced on separate project, evaluate for any remaining pneumatic controls or missed VAVs. h.53AHU-4W - 77 ton unit, serves inpatient medical bed and admin areas. AHU unit retrofit primarily. Most VAVs replaced on separate project, evaluate for any remaining pneumatic controls or missed VAVs. i.53AHU-5E - 89 ton unit, serves inpatient mental health and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~23 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed VAVs or additional upgrades. j.53AHU-5W - 84 ton unit, serves inpatient rehabilitation and admin areas. Retrofit all air handling unit controls and all VAV terminal units (~19 VAVs). Most VAVs upgraded to electronic on previous project but evaluate for missed VAVs or additional upgrades. k.53AHU-P - 16 ton unit, serves mechanical/electrical penthouse areas. Retrofit all air handling unit controls and terminal units (single zone unit). 3.All general exhaust fans and isolation exhaust fans serving the areas in Item 1 and Item 2 above shall be evaluated for replacement and all exhaust ductwork verified for proper service (~25 fans). Prosthetics lab requires additional exhaust and/or upgrade. All isolation room pressure monitors shall be evaluated if not previously upgraded and replaced and integrated to Building Automation Controls server. All isolation exam or isolation procedure rooms shall have local controls to only be negative when needed for isolation. Controls and status for all exhaust fans and HEPA filters shall be installed and integrated into Niagara AX Building Automation System. VFDs and occupancy controls shall be included in design as cost effective. 4.All return ductwork for Building 53 inpatient care areas shall have an access hatch installed every 20 feet and all return ductwork shall be cleaned by a professional duct cleaning service as part of the construction. This includes return ductwork for 53AHU-5W, 53AHU-5E, 53AHU-4W, 53AHU4E, 53AHU-3W and 53AHU-BW. 5.Replace three hot water reheat systems in Building 1 and one hot water reheat system serving Buildings 52 and 53. Systems shall be evaluated for cross-connection and/or combining into a single system. Systems shall be evaluated for installation of a condensing boiler as primary means of heating with central plant heat exchanger as backup source. Piping, valves, and components shall be evaluated and repaired and replaced as needed. All heat exchangers and pumps shall be replaced. All associated steam traps for equipment served shall be surveyed for replacement from the closest reducing station to point of use. Steam trap monitoring shall be considered as cost effective for large traps. Condensate storage tanks and pumps shall be evaluated for replacement. All controls shall be upgraded to electronic with BacNet communications and integration to facility Niagara AX server. Supporting electrical systems shall be evaluated and upgraded. Provide new variable speed drives on all pumps as cost effective. Hot water reheat systems requiring replacement are as follows: a.C-Wing Tunnel System, serves 4-pipe fan coil units on the West perimeter of 1st floor and 2nd floor C Wing. b.Clinical Addition System, serves 1st and 2nd floor C wing and E Wing VAV units and AHU heating coils on AHU-1 through AHU-7. c.AB Tank Room System, serves 1st floor A-Wing convection units d.Bldg 52 Chiller Plant System serving Bldg 53 reheat VAVs 6.A/E shall provide independent 3rd party commissioning firm to commission all construction work. SCOPE OF WORK FOR A/E A.The A/E shall provide Independent Commissioning Agent to provide services in accordance VA Whole Building Commissioning Process Manual and VA specifications throughout the design and construction periods. The Commissioning Agent shall provide all labor, materials and instrumentation required to complete the scope of work. Commissioning activities shall include all appropriate work tasks necessary to commission all renovated areas and appropriate connections to existing systems to support the renovated areas. B.Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area. All design shall be in accordance with "Minimum Requirements for A/E Submissions Instructions for Minor & NRM Construction Program PG-18-15 Volume C. C.Construction Document: (1)After the VAMC approves the A/E's design development and optional award for construction documents, the A/E shall prepare construction documents necessary to accomplish the approved design development. (2)Based on the findings of the work performed by the Industrial Hygienist as part of the design development, it may be necessary to remove asbestos containing materials or other hazardous materials. If so, the A/E shall employ the services of a CIH to develop plans and specifications for removal in accordance with VA, EPA, OSHA standards. (3)An independent professional cost estimator shall be used by the A/E for all construction cost estimates. D. Construction Period Service (1)The A/E shall perform construction period services included in this scope of work. (2)A/E shall provide services for submittal and document exchange for design and construction through "SUBMITTAL EXCHANGE" 1.P.O.C.: Bob Caylor, Account Executive - Government & Education Phone: 800.714.0024. X214 E-mail: bob.caylor@submittalexchange.com Web: www.submittalexchange.com E. Functional Product It is important to emphasize that the A/E shall perform design development to include detailed design work to prepare detailed construction documents with the end results as a completely functional and fully operational product. DESIGN DEVELOPMENT A.A/E firm shall: (1)Meet with Facilities, and other personnel prior to start of design to determine detailed requirements of work involved. (2)Work from existing building and site drawings furnished by the VA to develop project design. (These are to be used only as guidelines) (3)Perform any necessary on-site field investigations to accomplish work and to verify drawings provided by the VA. (4)Prepare rough sketches, if necessary, to solve possible problems in design throughout the contract. CONSTRUCTION DOCUMENTS A.A/E firm shall complete such further investigations to develop selected items into working drawings and specifications for issuance through the competitive bid process. B.In most instances, copies of the VA Master Construction Specifications will be available off the Internet, which will be edited and incorporated in the project specifications. In those instances where copies of the VA Master Construction Specifications are not available, the A/E shall develop the specification for incorporation into the project specifications. Copies of design guides, space criteria, room finishes, and other VA guidelines are also available off the Internet. C.Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and other national codes. D.The working drawings and specifications shall provide for the removal of any and all asbestos containing materials. Removal shall be in accordance with VA, EPA, and OSHA standards REVIEW SCHEDULE FOR DESIGN DEVELOPMENT AND CONSTRUCTION DOCUMENTS A.At award start investigative services and design process. B.14 calendar days from contract award date - A/E shall complete the Investigative Services. C.60 calendar days from contract award date - Receive 33% Cost Estimate and Construction Drawings and Specifications, the A/E Contractor shall submit the following: 1. Provide drawings, detailed estimate and sample of edited and marked up VA Master Specifications of each discipline for discussion and review. 2.Architectural, - submit (3) copies of near complete floor plans and half complete details, schedules, and large scale plans. Drawings should be 50% complete. Show all room titles, numbers, door sizes, types and dimensions. Show general notes, door and other schedules. Indicate all fire partitions, smoke partitions, safety and protective elements. Show reflected ceiling plans of typical areas and special rooms. Indicate all ceiling mounted equipment, lighting, fixtures, air diffusers, registers, etc. 3.Heating, Ventilation and Air Conditioning - provide (3) sets of floor plans showing the distribution systems and equipment. Coordinate the design with other disciplines. Provide complete schedule drawings reflecting the sizing calculations of all major equipment. Provide plans showing all equipment, piping, ductwork and other interfacing elements. Provide adequate space for installation, access and maintenance of equipment. Where existing HVAC systems are retained and modified to serve programmed area show what steps must be taken for proper functioning of the integrated systems. Where modifications of existing air, water (hot and chilled) is a required show riser diagram with points of interface of existing and new work. Provide demolition drawings showing the extent of removal for existing systems and equipment. This submittal shall have all the HVAC systems substantially completed. 4.Electrical - submit (3) sets of floor plans showing room titles and area function. Show location of all lighting fixtures, telephone, computer drops and outlets for power, including emergency power requirements. All electrical drawings shall show smoke and fire partitions. Reflected ceiling plan shall show lighting layout. Provide marked up specifications of the required VA Master Specifications. 5.Fire Protection - submit (3) sets of drawings of fire sprinkler piping and sizes, and drawings indicating location of all fire alarm devices, signal outlets and devices. Plans shall indicate all smoke and fire partitions, and fire alarm zones. Indicate on reflected ceiling plan all duct openings and area smoke detectors. Provide marked up specifications of fire sprinkler systems and fire alarm systems from VA Master Specifications. D.72 calendar days from contract award date - 33% design comments by VA back to A/E with onsite review by A/E. E.118 calendar days from contract award date - Receive (3) sets of 66% Cost Estimate and Construction Drawings and Specifications, the A/E Contractor shall submit the following: 1. Contract drawings and specifications and all related documents should be essentially complete. A/E shall furnish the VA with a description of work for inclusion in the Invitation for bids. The VA will prepare and type the Invitation for Bids and the Bid Form, General Conditions, Wage Decisions and will forward the original copies to the A/E for reproduction, and binding in the project specifications. Submit original and photocopy of Specifications marked up to suit the project requirements. Editing and marking up of Specifications shall easily identify modifications, deletions and insertions. Specifications shall be completely edited but not typed. Specifications shall be typed after the review. 2.Architectural, - Submit (3) sets of completed plans, elevations, details, and schedules for review. 3.Heating, Ventilation and Air Conditioning - Provide (3) sets of completed, coordinated and updated drawings for HVAC. Incorporate all comments from the previous submittal. Provide all plans, sections, details, flow and control diagrams and completed schedules. Provide one electronic set of drawings and specifications to Energy Engineer for review. 4.Electrical - Submit (3) sets of drawings including complete legend symbol list, details and schedules. Indicate all circuiting of all systems and show complete sections or details of locations where conflicts with other trades exist. 5.Fire Protection - Submit (3) complete drawings showing fire and smoke partitions, fire alarms and fire sprinkler zones, indicating location of all fire alarm devices, signal outlets and devices. 6.Fire Protection Review Documents - Provide one set of drawings and specification section 078400 Fire stopping and all applicable Division 21 specifications to: Frank Van Overmeiren 1520 Main Street Indianapolis, IN 46224 F.130 calendar days from contract award date - 66% design comments by VA back to A/E with onsite review by A/E G.155 calendar days from contract award date - Receive (3) sets of 99% Cost Estimate and Construction Drawings and Specifications, the A/E Contractor shall submit the following: Contract drawings and specifications and all related documents shall be 100% complete, fully coordinated and ready for reproduction for bidding and construction purpose. Prior to reproduction for issue for construction bids the A/E must make any changes to the working drawings and specifications identified as necessary during 99% review. A/E shall furnish the VA with a description of work, for inclusion in the Invitation for bids. The VA will prepare and type the Invitation for Bids, the Bid Form, General Conditions, Wage Decisions, and will forward the original copies to the A/E for reproduction, and binding in the project specifications. H.170 calendar days from contract award date - 99% design comments will be sent back by VA back to A/E with onsite review by A/E. I.180 calendar days - A/E shall deliver the original contract drawings to the Contracting Officer for signature after review and approval of the material. The working drawings shall bear the seal of the Registered Architect, Registered and Professional Engineers responsible for the design. Submit original and photocopies of Specifications. Reproduction of the corrected contact drawings and specifications; the A/E shall provide (5) sets of Full Size construction documents and (5) complete sets of specifications. Specifications shall be bound with a cover page. An electronic set of drawings (Adobe and AutoCad Release 9) and specifications (Microsoft Word) shall be provided. J.33% and 66% design review meetings shall be scheduled with the A/E on station with the using service. 99% onsite review meeting may also be required at VA request depending on appropriate level of design completion. AS-BUILT DRAWINGS A.A/E firm shall provide a clause in the specifications indicating method by which a contractor will provide information to the firm to allow the firm to provide as-built drawings upon completion of construction. As-built drawings shall not only cover work involved in the construction, but shall also cover existing adjacent areas as defined within the scope of the preliminary survey. B.A/E firm shall submit one (1) copy of prints and one (1) complete set of permanent Mylar drawings. Pencil is not considered permanent. A complete set of drawings shall also be provided on disc using AutoCAD Release 2009. Layering shall be per format already built into the program. CONSTRUCTION PERIOD SERVICES A/E firm shall provide such construction period services to allow the VA to supervise the contract on a daily basis with adequate support from the A/E firm. The items of support shall include, but not be limited to: A.Review of all technical submittals, shop drawings and other technical correspondence. B.Provide advice and consultation on questions raised by the VA or the contractor on technical matters. C.Provide sketches and cost estimates as necessary. D.A/E firm shall provide adequate representation at all pre-bid and pre-construction conferences to answer questions from contractors and inform them of technical items which should be brought to their attention for a complete job. SITE VISITS A.A/E firm shall provide representatives to make periodic site visits during the construction to provide additional support to the VA in managing the contract. B.Site visits shall be at a fixed cost per site visit. (1)Three (3) Requested & Scheduled Site Visits during construction activities (2)One (1) Final inspection with (1) One follow-up inspection at completion of project and/or at completion of any phase where the VA must accept work done by the contractor. C.Formal documentation will be required for all site visits. Final inspection reports will be prepared by the A/E firm and submitted to the VA for issuance to the contractor. Record of site visits will be in accordance with, Special Provisions of the Contract. PROMOTION OF FULL AND OPEN COMPLETION; (1)A/E agrees to assure specifications are not restrictive. Specifications will be based performance criteria when possible and will not use brand names. (2)If an occasion arises that use of a brand name is necessary, the A/E will provide a justification including: (a)Why the particular brand must be used or why a specification can not be written (Proprietary design, etc.) (b)The criteria of alternate items must be met to be considered equal. (3)In the event it is necessary to pre-qualify major components the A/E will advise the Contracting Officer of such, so that the necessary action can be taken to establish a Qualified Products List. (4)In addition to requirements of the special provisions, a certification will be provided stating the solicitation is not restrictive; it has been written to provide full and open competition; and will list at least three manufacturers who can supply major components or systems of the project. a. Contract Award Procedure: Before a Service-Disabled Veteran-Owned Small Business (SDVOSB) is proposed as a potential contractor, they must be certified by VETbiz and registered in the System For Award Management (SAM) database. Register via the SAM internet site at www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b. Nature of Work: Provide Architectural / Engineering services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. (a) Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating. (b) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (c) Specialized experience with healthcare related designs in a hospital setting (d) Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects). (f) Describe in detail how your firm will conduct constructability reviews of construction documents; include interdisciplinary and specification versus drawings, details versus floor plan review process. (g) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (h) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (i) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 4. SUBMITTAL REQUIREMENT: This project is a 100% set aside for SDVOSB concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. (a) Firms interested in being considered for this project are to submit their completed SF 330 (copy attached) electronically to debbie.payton-thornton@va.gov no later than 10:00 A.M. CST on Febuary 28, 2016. The email size is limited to 5MB. Only one email per firm will be accepted. The government will only consider the first email received by the interested firm. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (b) The A-E shall not include company literature with the SF 330. (c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work). (d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees anticipated to perform the work. Resumes shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (e) In Section F, a maximum of five (5) projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (f) In Section G, block 26, include the name and their associated firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (h) In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i) In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (j) Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. ***** End Word Document - 'FBO-DESCRIPTION: Synopsis' ***** ***** Begin Inserted Word 97-2003 Document (.doc) - 'sf330' ***** See attached document: sf330. ***** End Inserted Word 97-2003 Document (.doc) - 'sf330' *****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25615R0559/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-15-R-0559 VA256-15-R-0559.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2506301&FileName=VA256-15-R-0559-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2506301&FileName=VA256-15-R-0559-000.docx

 
File Name: VA256-15-R-0559 sf330.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2506302&FileName=VA256-15-R-0559-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2506302&FileName=VA256-15-R-0559-001.doc

 
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;Chief, A&MM (90C/MUS);Jack C. Montgomery VAMC;1011 Honor Heights Drive;Muskogee, OK
Zip Code: 74401
 
Record
SN03990128-W 20160115/160113234506-a36b34014afd00821071f5db7dec98a0 (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.