Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2021 SAM #7193
SOLICITATION NOTICE

C -- AE Project #539-22-101 - Upgrade Fire Alarm This pre-solicitation is posted to provide the SOW and evaluation criteria for the above AE project. Selection will be completed under the authority at FAR 36.602-5(a).

Notice Date
8/9/2021 11:37:37 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021R0178
 
Response Due
8/26/2021 7:00:00 AM
 
Archive Date
09/15/2021
 
Point of Contact
Contracting Officer, Luke Turner, Phone: 513-559-3712
 
E-Mail Address
luke.turner@va.gov
(luke.turner@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SCOPE OF WORK GENERAL INTENTION: Contractor shall provide architect-engineer (A/E) services for Project No. 539-22-101 to upgrade the existing fire alarm system at the Cincinnati VA Medical Center, Cincinnati, Ohio, in accordance with the general items as written. A/E STATEMENT OF WORK: This contracted work includes preparation of drawings, specifications and cost estimates for all facets of work and trades necessary to facilitate award of a construction contract in order to upgrade the existing fire alarm system. The intent of this project is to provide an updated fire alarm system that addresses all aspects of the current system including fire pumps and will also allow for future expansion as this facility continues to grow. The entire area is involved in this project. Asbestos and lead-based paint abatement is part of this project (if necessary). As this is an occupied space, planning for phasing the construction work is required. Construction period services to include submittal/shop drawing review, answering questions, issuing amendments, site visits, creating bulletins/change order documentation (including cost estimates), review of contractor proposals for additional work, participation in punch list inspections, and the creation of record drawings. The above A/E SOW constitutes a basic outline of work and in no way outlines all of the details for the design of this project. It is recommended that a detailed inspection of the premises be initiated to determine the needs and conditions for the design and plans for this project. Copies of the original construction drawings/record drawings for the space are available for A/E use. The contractor shall furnish a complete design package to include plans, architectural, structural, electrical, mechanical, views, details, sections, elevations, shop drawings, independent fire/safety review, BIM record drawings, edited specifications, site visits, commissioning, and related information as required by the contract. Provide a Certified Industrial Hygienist (CIH) report, include abatement design drawings and/or specifications as well as other input into the specifications, provide an Asbestos/Lead- Based Paint Abatement Final Report with a cost estimate, and provide asbestos abatement monitoring/oversight. A survey and testing of suspect hazardous materials must be specifically conducted and reported in accordance with 40 CFR 763.85, Inspections; 763.86, Sampling; 763.88, Assessment. The Inspector must meet the training and certification requirements of 40 CFR 763 and Appendix B to Subpart E of Part 763, in addition to Ohio EPA Codes. They must provide copies of current training certificates and Ohio license. A/E to provide list of all equipment needed for project to be fully functional with identified equipment funding source (construction project funded or VA funded). The funding source must be determined per the following decision tree: Decision Tree: Is the item necessary to meet requirements for an occupied building? All code required items, such as fire alarm, are required to be part of the construction project. If no, proceed to question 2. Is the item covered by OCFM's Master Construction Specifications PG- 18-1 Divisions 1 through 10, 13 through 26, or 28 through 48? If yes, the equipment is to be funded within the construction project. If no, go to question 3. Is the item covered in OCFM's Master Construction Specifications PG-18-1, Division 27 and not IT equipment? If yes, the equipment is funded within the construction project. If no, go to question 4. Is the item covered in OCFM's Master Construction Specifications PG- 18-1, Number 12 31 00, 12 32 00, 12 34 00, or 12 36 00? If yes, the equipment is funded within the construction project. If no, then the equipment must be funded by the respective equipment fund from medical careappropriations. A/E shall submit certification memo that design is independent of future projects and includes all equipment required for the project to be activated/fully functional as required by the OCAMES Updated Construction Guidance and Expectations Memo dated Sep 12th, 2016. The contractor shall be solely responsible for the management and professional design, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the contract. DESIGN WITHIN FUNDING LIMITATIONS: The design shall be accomplished by the A/E design services so as to permit the award of a construction contract, using standard Federal Acquisition Regulation procedures for the construction of the facilities designed at a price that does not exceed this project s estimated construction contract price of $5,987,570.00. Construction contract supervision will be conducted by the Project Section of Engineering Service at the Cincinnati VA Medical Center. VA has adopted the latest edition of the following codes and standards as minimum design criteria for all projects performed in the modernization, alteration, addition, or improvement of its real property and the construction of new structures. VA design Manuals and Master Specifications specify other codes and standards that VA follows on its projects: VA Directives, Design Manuals, Master Construction Specifications, VA National CAD Standard Application Guide, Manual for Preparation of Cost Estimates for VA Facilities, VA Space Planning Criteria PG-18-9, Minimum Requirements for A/E Submissions PG-18-15 Volume C Minor and NRM Projects, VA Design & Construction Procedures PG-18-3, and other Guidance on the Technical Information Library (TIL) (http://www.cfm.va.gov/til/). Occupational, Safety and Health Administration (OSHA) Standards. International Building Code (IBC) National Electrical Code (NEC) National Fire Protection Association (NFPA) Codes, with the exception of NFPA 5000 and NFPA 900 National Standard Plumbing Code (NSPC) Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1 ASME Boiler and Pressure Vessel Code ASME Code for Pressure Piping Architectural Barriers Act Accessibility Standard (ABAAS), including VA Supplement, Barrier Free Design Guide PG-18-13 Building Code Requirements for Structural Concrete, American Concrete Institute (ACI 318 11) and Commentary Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC) Energy Code for New Federal Commercial and Multi-Family High Ride Residential Buildings: Final Rule. Mandatory for New Federal Buildings, Department of Energy (DOE) regulations, 10 Code of Federal Regulations (CFR) Parts 434 and 435. The Provisions for Construction and Safety Signs. Stated in the General Requirements Section 01 00 00 of the VA Master Construction Specification. Executive Order 13693, Planning for Federal Sustainability in the Next Decade Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 Safety Standard for Refrigeration Systems ASHRAE Standard 15 U.S. National CAD Standard Executive Order 13221, Energy Efficient Standby Power Devices EPACT 2005- Energy Policy Act of 2005 Energy Independence & Security Act Cincinnati VA Medical Center Engineering Service Standard List VISN 10 Energy Requirements for the Procurement of all New Construction, Major & Minor Renovation Projects. VISN 10 Sustainability List Conflicts between nationally recognized standards and VA Requirements: Should a conflict exist between VA requirements and VA adopted nationally recognized codes and standards, the conflict shall be brought to the attention of VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure a consistency system wide. A/E shall include certified industrial hygienist (CIH) involvement regarding matters such as asbestos and lead in drawings, specifications, and construction period services, which will include: the pre-construction meeting, full-time field monitoring during abatement, sample taking, expeditious laboratory testing and result reporting, and providing final reports. A/E shall work with the VA Interior Designer and VA s furniture vendor for incorporation into equipment layout plan sheets and construction cost estimate. Furniture/equipment items that are to be attached to walls are a part of the construction contract. Freestanding furniture such as chairs, bookcases, etc., are to be indicated as VV items on the plan sheets, but will not be included in the contracted construction or construction cost estimate (refer to VA Equipment Program Guide PG-18-5 (https://www.cfm.va.gov/TIL/equip.asp). Items such as disposable gloves dispensers, waterless hand sanitizer dispensers, needle/sharps disposal containers, shall be appropriately identified. Interior design finish requirements shall be submitted with the 85% design review. Commissioning is not required for this project. A/E shall include an independent fire/safety review. A copy of the report generated from this review shall be submitted with the 85% design documents. Comments from the review shall be incorporated into the design of the project. SUBMITTAL REQUIREMENTS: All plans and details shall adhere to the Office of Construction & Facilities project document requirements and utilize the Standard VA Title Blocks as provided by the VA (http://www.cfm.va.gov/til/projReq.asp). The A/E shall develop the project utilizing Building Information Modeling BIM software (Revit 2019 or latest version available to VA.) A/E shall be required to provide a computer 3D model and prepare various 3D renderings to present to the VA throughout the design phase to adequately represent Architectural, Mechanical Electrical Plumbing - MEP, and, site conditions, etc. to aide with facility visualization and contractor coordination. BIM Model minimum requirements shall be developed to include the systems described below as they would be built and the processes of installing them, and to reflect final as-built conditions (possibly incorporating into VA Master Record Documents pending facility expertise). The BIM model shall conform to the requirements of the current revision of the VA BIM Manual (https://www.cfm.va.gov/til/projREq.asp). The deliverable model at the interim design stage and at the final design stage shall be developed to include as many of the systems described below as are necessary and appropriate at that design stage. The Model shall include but not be limited to the following: Architectural/Interior Design, Square Footage/Volume including Room Names and Numbers, Departmental ownership, Architectural Schedules, Walls and Curtainwall Sizes, Shapes, and Material Data. Doors, Windows, Louvers, Roof, Floors, Ceilings, Vertical Circulation, Architectural Specialties and Woodwork, Life Safety information (Fire Extinguishers, wall ratings, door ratings, Fire Protection/Alarms), General Signage, Schedules, Furniture, Equipment, Structural, Foundations, Shafts and Pits, Mechanical, HVAC, Plumbing, Electrical/Telecommunications, Power and Lighting, Steam distribution, Nurse call info, Asbestos/ Hazard Material info, Security system information (Access controls, security cameras, panic alarms, overhead paging), Exterior Building Information, and other Civil Engineering Data as required such that data may be easily integrated into one master record document of the facility. Construction Cost Estimates shall be provided using the guidance from Manual for Preparation of Cost Estimates for VA Facilities (https://www.cfm.va.gov/cost/index.asp). Project must include no more than 3 deductive bid alternates equal to approximately 10% of the total project cost. Although this requirement is for the Construction Document (CD) Bid Item Page, its planning must be identified in the DD1 and DD2 submittals. Electronic Data: In addition to hardcopies, provide electronic copies of data along with a complete listing of all drawing layers used. Provide drawings in both RVT and PDF file formats. The specifications shall be provided in Microsoft Word and PDF file formats. Reports/Narratives can be provided in PDF file format from a scan. Provide cost estimates in PDF file format. Meeting Minutes Provide a memorandum narrating each visit/meeting with the VA. Submit the memorandum within 7 calendar days of the visit/meeting. Memorandum can be mailed or scanned and attached to an email transmission. 35% Schematic Design (Layout Design) Provide electronic submission of all drawings and narrative. Provide electronic submission of Asbestos/Lead-Based Paint Sample Laboratory Testing Reports. Provide electronic submission of all reports/studies produced as part of project development (if applicable). 85% Design Development (DD1) Provide one (1) full-size paper/bond set of all drawings. Provide electronic submission of all drawings, edited specifications and construction cost estimate. Provide base and deductive bid alternates. Provide interior design finish requirements (if applicable.) Provide independent fire/safety review report (if applicable) Electronic submission of all files. 100% Design Development (DD2) Provide electronic submission of all drawings, edited specifications and construction cost estimate. Provide base and deductive bid alternates. Electronic submission of all files. Construction Documents (Final Bid Documents) Provide one (1) full size paper/bond set of all construction drawings. Provide final reports and calculations (if applicable.) Provide final construction cost estimate. Provide final edited specifications. Electronic submission of all files. Record Drawings (As-built drawings) Drawing sets to be provided in RVT, DWG, and PDF file formats SUBMISSION, REVIEW, AND COMPLETION SCHEDULE: 35% Schematic Design (SD) 90 calendar days after Notice to Proceed 35% Schematic Design Review 14 calendar days after receipt of SD Conference submittal receipt 85% Design Development (DD1) 30 calendar days after approval of COR to proceed toward DD1 85% Design Development Review 14 calendar days after receipt of DD1 Conference submittal receipt 100% Design Development (DD2) 30 calendar days after approval of COR to proceed toward DD2 100% Design Development Review 14 calendar days after DD2 submittal receipt Conference Construction Documents (CD) 14 calendar days after approval of COR to Submittal proceed toward CD Record Drawings (As-Built 30 calendar days after receiving the Drawings) contractor s marked-up As-built drawings Submittal schedule must be provided for approval by the COR as part of the A/E proposal. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: Review all construction contractor submitted shop drawings and submittals, as required by specifications, recommending either approval/disapproval with inclusion of comments to the Project Engineer and return within fourteen (14) calendar days of receipt. Review all cost proposals for construction changes and return within seven (7) calendar days. Review and provide responses to all RFI within seven (7) calendar days. Provide CIH monitoring, sampling and laboratory tests during removal of hazardous material such as asbestos or lead, if necessary. Provide documentation of disposal with associated quantities. Site visits during construction: 3 additional visits at the request of Contracting Officer. Participation in final acceptance inspection, prepare punch list, create equipment list Verification of final inspection punch list items completion A site visit report which includes the purpose of the visit, observed construction, advisement of any deviations/deficiencies, recommendations, additional actions required, items reviewed, shall be furnished to the COR with seven (7) calendar days following the visit date. Submit an equipment list in table format of all contractor installed equipment, provided in a table with the following headings: item number, nomenclature, manufacturer, model number, serial number, project drawing & specification reference(s), quantity, and location the installed component. This list shall be completed and submitted no later than beneficial occupancy or substantial completion date, whichever occurs first. Submit tables of all life safety elements requiring routine inspection, including emergency lighting, exit signs, smoke detectors, duct detectors, smoke/fire dampers, fire alarm speakers, strobes, and fire pumps. Each element to be a separate table with the following headings: manufacturer, model number, date of installation, and location. These tables shall be completed and submitted no later than beneficial occupancy or substantial completion, whichever comes first. The A/E shall be familiar with all utility rebates available for energy efficient equipment including custom rebates. The A/E shall complete and submit utility rebate forms on behalf of the VA to the utility company. If it is determined that the cost of producing documentation for a rebate exceeds the likely utility rebate, this requirement can be waived. The A/E shall be familiar with the VISN 10 Sustainability List. The following is a list of required edits to the VA Master Specifications: Ensure the latest revisions for ALL spec sections as currently listed on the TIL (https://www.cfm.va.gov/TIL/spec.asp#01) are downloaded & used. Verify all spec section and division names are correct and consistent. Verify no references are made to spec sections or divisions not actually in the latest revision of the VA Master Specifications. Verify all spec sections applicable to any aspect of this project are incorporated. Header Project Number Project Name Footer Section number and page numbers are in the middle Ensure all non-website // are removed from the final project specifications. // indicates notes or optional content the spec writer is to verify/edit to suit the specific requirements of each project No warranties over 1 year. No Brand Name or Equals. No sole sources without a justification. NOTE: As part of the required construction bid documentation, the A/E is to provide a Sole Source Justification memo for each specific item the VA has approval to sole-source. All references to Resident Engineer or RE should be COR All shutdown and interruption notices are to be 3 weeks. Check all specifications and drawings against the latest revision of the Cincinnati VA s Engineering Particulars List, which defines site-specific items that are required to be incorporated into all construction documentation for this project. Verify all numbering is in the correct order. Section 01 00 00, Paragraph 1.2 General Intention, Subpart B; there is a statement that visits to the site are only by appointment which needs to be deleted. This facility schedules a formal bid walk Section 01 00 00, Paragraph 1.3 Statement of Bid Item(s); make sure it has the correct format Section 01 00 00 Paragraph 1.5 Construction Security Requirements, Subpart F Motor Vehicle Restrictions; Delete Part 2 regarding issuance of General Contractor parking permits and replace with, Contractor vehicle parking is not allowed anywhere on VA property. Section 01 35 26, Paragraph 1.14 Fire Safety, Subpart P Smoking; Delete smoking is prohibited except in designates smoking rest areas. Replace with, smoking is prohibited in all facilities and on all areas of VA property. Section 01 35 26, Paragraph 1.12 Infection Control; Any references to Infection Control Risk Assessment (ICRA) Team should be replaced with Construction Health and Safety Team. SUBMITTALS INSTRUCTIONS: All interested and capable venders are to submit hard copy SF330 package for review. The SF330s can be delivered to the address below: ATTN: Luke Turner/CO Network Contracting Office (NCO) 10 260 East University Avenue Second Floor, Suite 100 Cincinnati, Ohio 45219-2637 The package must be received and in government control NLT 08/26/2021 at 10:00 A.M. EST. EVALUATION CRITERIA: The government will evaluate each potential contractor under the terms of its: (1) Professional qualifications necessary for satisfactory performance of required services; (2) 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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) 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. A selection board has been appointed to complete the functions required by FAR 36.602-3, under the short selection process outlined at FAR 36.602-5(a). END OF ANNOUNCEMENT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24ec89acb0854486ab0f9d14eceab982/view)
 
Place of Performance
Address: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637
 
Record
SN06089880-F 20210811/210809230119 (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 |
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.