SPECIAL NOTICE
C -- Project # 590-21-900 PET/CT Site Prep Architect-Engineer Services Public Announcement Hampton VAMC
- Notice Date
- 5/12/2021 5:25:03 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24621Q0551
- Archive Date
- 08/19/2021
- Point of Contact
- Vangie Miller, Contracting Officer, Phone: 757-315-3999
- E-Mail Address
-
vangie.miller@va.gov
(vangie.miller@va.gov)
- Awardee
- null
- Description
- Page 9 of 19 This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219- 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside/ VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION). THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veterans Affairs, Hampton Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) firm to provide: Architectural, Abatement, Interior Design, Mechanical, Electrical, Plumbing, Controls, Nuclear Imaging, Fire Protection, Telecom and Structural design services as necessary to develop design documents for the NRM construction project 590-21-900 PET/CT Site Prep located at 100 Emancipation Drive, Hampton, Virginia 23667. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-10. NOTE - Offerors are referred to 852.219-10 (d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. In order to assure compliance with this clause, all firms submitting a SF330 for this Special Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. Point of Contact: Vangie Miller, Contracting Officer Email: vangie.miller@va.gov PROJECT INFORMATION: Project No. 590-21-900 Project Title: A-E: PET CT Site Prep Hampton VA Medical Center 100 Emancipation Drive Hampton, Virginia 23667 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $16.5 million annual revenue. The projected award date for the anticipated A/E contract is on or before August 6, 2021. The anticipated period of performance for completion of design is 195 calendar days after Notice to Proceed (NTP). The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: Provide Architectural, Abatement, Interior Design, Mechanical, Electrical, Plumbing, Controls, Nuclear Imaging, Fire Protection, Telecom and Structural design services as necessary to develop design documents for the NRM construction project 590-21-900 PET/CT Site Prep. The project is to convert 5 existing rooms (approx. 900 SF total) in building 110, second floor (D238, D240, D241, D242, D243 and D244) into a new PET/CT. The A/E shall coordinate design efforts with VA staff, equipment vendors and their authorized representatives as needed to meet project requirements. The existing rooms are served by Amana straight A/C with hydronic heat units. The A/E shall review facilities existing structure and HVAC system and determine if these will meet requirements of the new space and PET/CT equipment. If not, the A/E shall include structural modifications as needed and design a new HVAC system that will integrate with existing building management system. The A/E shall review lead shielding requirements and provide a Radiation Shielding Report for the proposed design. Design shall comply with VA guidelines and specifications, and NPS Technical Preservation Services found at https://www.nps.gov/tps/how-to-preserve/briefs.htm. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Proposed work is located at Hampton VA Medical Center, Hampton, Virginia, 23667. ESTIMATED START AND COMPLETION DATES: The Government has determined that based on the scope of the project, the location of the work to be performed, and phasing requirements, a performance period of five hundred and fifty-five (555) calendar days after receipt of the Notice to Proceed (NTP) is sufficient. Design completion: 195 calendar days; includes VA design reviews Procurement timeframe: Six (6) months from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process Construction period services: 180 calendar days from construction award date Total contract period: 555 calendar days A/E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. Do the qualifications indicate that the project team has recent direct experience on Hospital projects designing similar improvements to those proposed at Hampton VAMC? Is the architect/engineer providing a team where each member has more than 5 years of experience? What will be the role of interns if used during design? Firm shall provide a table of a minimum of 5 comparable projects comparing their IGE with the bid/award amount during construction. Specialized experience and technical competence in the type of work required, specifically, Nuclear Medicine imaging equipment installation/operation and renovation project requirements. Does the architect/engineer provide evidence of understanding of the project; and any unique architectural/engineering aspects associated with the proposed project and how to address them? Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. Does the proposed architect/engineer have past performance with ratings satisfactory and above while working on hospital projects? Does the architect/engineer have a reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Capacity to accomplish the work in the required time for both the prime and subconsultants. This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. I. List current projects with a design fee of greater than $20,000 being designed in the firms office. II. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period III. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates IV. Volume of VA contract awards in the last 12 months. Construction Period Services experience Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and ""NM"" means that the firm did not meet the synopsized selection criterion. Selection Criteria Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. Specialized experience and technical competence in the type of work required, specifically, Nuclear Medicine imaging equipment installation/operation and renovation project requirements. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. Capacity to accomplish the work in the required time for both the prime and subconsultants Construction Period Services experience Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. RESPONSIVENESS OF SUBMISSIONS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF330, including Parts I and II, and attachments (if any) electronically to vangie.miller@va.gov no later than 5:00 p.m. Eastern Time on May 27, 2021. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24621Q0551_1 590-21-900 PET/CT Site Prep (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES no later than 5:00 p.m. Eastern Time on May 27, 2021. SF330, including Parts I and II, and attachments to: Hampton VA Medical Center 100 Emancipation Dr., Bldg. 27 ATTN: Vangie Miller Hampton VA, 23667 All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. All SF330 cover pages must include the following information: 1) Cage Code | Dun & Bradstreet Number| Tax ID Number 2) The E-mail address and Phone number of the Primary Point of Contact 3) Proof of the firms registration in SAM (https://sam.gov/SAM/pages/public/index.jsf) 4) A copy of the firms VetBiz Registry (https://vip.vetbiz.va.gov/ )/CVE letter 5) SF330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 6) Provide credentials that visibly states that a firm or individual permitted by law to practice the profession of architecture or engineering by one of the following ways: licensed by the state in which the practice is located; A registered professional in the state where the practice is located; or practicing in a state that recognizes the professional registration of another state. Also, provide registration of the professional who has the credentials in accordance with State of Virginia guidelines under State law for all licensing requirements to sign and seal drawings. REQUESTS FOR INFORMATION: All RFIs shall be submitted to vangie.miller@va.gov . Questions should be sent via email NLT May 19,2021 by 5:00PM Eastern Time. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: Beta.SAM.gov for any revisions to this announcement prior to submission of SF330s. LIMITATIONS 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. As prescribed in 819.7009, insert the following clause: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, provided that any reference therein to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB unless otherwise stated in this clause. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled Veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) above). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR part 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a non- manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a non-manufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For contracts referenced in (d)(2), (3), and (4) the cost of materials is excluded and are not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small businesses do not provide them. For additional information and more specific requirements on the limitations on subcontracting, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] __X___By the end of the base term of the contract or order, and then by the end of each subsequent option period; or _____By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. Any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program takes precedence. (h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406, Debarment). Hampton VA Medical Center Architect Engineer (A/E) SCOPE OF WORK 590-21-900 PET CT Site Prep Project # 590-21-900 -- Services -- Provide professional Architect/Engineer services to include: Site investigation Architectural, Mechanical, Electrical, Physicist and Structural Environmental survey (lead, asbestos, mold identification, etc.) Construction drawings and specifications Third party construction estimates Construction period services Air monitoring during abatement/remediation Construction Inspections Conduct Infection Control Risk Assessment (ICRA) in conjunction with VA Safety/Infection Control staff -- Project Scope -- SCOPE: The A/E shall provide Architectural, Abatement, Interior Design, Mechanical, Electrical, Plumbing, Controls, Nuclear Imaging, Fire Protection, Telecom and Structural design services as necessary to develop design documents for the NRM construction project 590-21-900 PET/CT Site Prep. The project is to convert 5 existing rooms (approx. 900 SF total) in building 110, second floor (D238, D240, D241, D242, D243 and D244) into a new PET/CT. The A/E shall coordinate design efforts with VA staff, equipment vendors and their authorized representatives as needed to meet project requirements. The existing rooms are served by Amana straight A/C with hydronic heat units. The A/E shall review facilities existing structure and HVAC system and determine if these will meet requirements of the new space and PET/CT equipment. If not, the A/E shall include structural modifications as needed and design a new HVAC system that will integrate with existing building management system. The A/E shall review lead shielding requirements and provide a Radiation Shielding Report for the proposed design. Design shall comply with VA guidelines and specifications, and NPS Technical Preservation Services found at https://www.nps.gov/tps/how-to-preserve/briefs.htm. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Proposed work is located at Hampton VA Medical Center, Hampton, Virginia, 23667. Completed design shall result in a cost that is within the budget limitations. To ensure this, the A/E shall set up one (1) or more bid deduct alternatives totaling 10% of the construction cost. If the base bid cost exceeds budget and deduct alternates do not bring the project within the construction budget, the A/E shall re-design or take necessary steps to reduce the cost so that budget limitations are not exceeded. The Architect/Engineer shall make a thorough investigation of the existing site (including electrical survey, HVAC system, floor structure and other investigations as he determines and are required for the proper design of the project). Existing conditions shall be determined by verifying information from field investigations and any documentation that may be available. A survey shall be conducted to obtain sufficient information to permit designers to develop a detailed cost estimate and schematics. The entire Veterans Affairs drawing files will be made available and accessible along with reproduction materials, but the A/E shall provide the manpower to reproduce prints. AutoCAD drawings are also available for use contingent they are existing. This information is the best available, but the Government does not guarantee its accuracy or completeness. The A/E investigation of field conditions shall be performed in a competent, professional manner in accordance with Architectural Design Manual PG 18-10. Site utility locations will be verified by the A/E (VA staff will not mark utilities but will assist with locating if workload permits). Provide bound specifications and 100% construction drawings with all xref s bound. Construction documents will be required to be furnished in hard copy, electronic .dwg files (AutoCAD 2018 or most current at the time of final design submission) and electronic .pdf files. All AutoCAD drawings (including subcontractors) shall be in an organized drawing file system using its Project Browser/Navigator . Cost estimates detailing quantities of materials, labor, profit, overhead, insurance, taxes, etc. in the format found at https://www.cfm.va.gov/til/dManual/dmCost.pdf. Provide cost breakdown per project phase if applicable. Life safety and infection control will be taken into account during all phases of design. Final construction documents will detail measures to be taken by the contractor to assure life safety and infection control. Laydown areas and storage for materials shall be identified in the early stages of the design. A pre-construction risk assessment will be completed and included in project submissions. Plans for phasing construction to minimize impact on the medical center will be incorporated into the construction documents. Plan construction to include impacts on the medical center such as relocating patient and staff equipment, providing temporary barriers (show their locations on drawings), providing temporary utilities, temporary means of entrance and egress (i.e., ramps, steps, automatic door operators, push plates, sensors, etc.), minimizing impact on patient flow, etc. Note location of stairways and elevators to be used by contractor personnel during construction. Incorporate in the preliminary drawings the pre-construction risk assessment/evaluation as the sample shown below. All design submissions will be submitted in accordance with the Program Guide PG-18-15, Volume C; A/E Submission Instructions for Minor and NRM Construction Program. These submission requirements may be found at the following web site http://www.cfm.va.gov/contract/aeDesSubReq.asp. Other applicable program guides can be found at http://www.cfm.va.gov/contract/ae.asp. Provide construction period services to include shop drawings review, site inspections, and RFI response. In addition, the A/E shall provide scope of works, and estimates for any RFI response that causes a cost change due to design errors and omissions. -- Site Investigations -- EXPECTATION: A/E shall make site visits as necessary to survey existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. Note: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov/TIL/. A/E shall field verify every aspect that relates to the project. Coordinate visits with the Project Manager/Contracting Officer Representative (COR) as assigned after award. The A/E shall arrange for and oversee the performance of such investigations. AutoCAD architectural background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions, wall layouts, etc. A/E shall field verify every aspect that relates to the project. -- Design Review Schedule -- EXPECTATION: Submit review package so they are received on the noted day. Review Due Date (Calendar Days After NTP) Initial Project Design Meeting (PDT) 10 35% construction documents (60 days) 70 VA Review Period (30 days) 100 65% construction documents (45 days) 145 VA Review Period (30 days) 175 100% Construction Documents (20 days) 195 Note: NTP will be issued at award. A/E wil...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a757d43f3ade4997b0ad3671cd4960af/view)
- Record
- SN05999196-F 20210514/210512230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |