Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

C -- Open-Ended A/E for Jesse Brown VAMC

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
537-OEAE-FY07
 
Response Due
2/28/2007
 
Archive Date
3/15/2007
 
Small Business Set-Aside
N/A
 
Description
Original Point of Contact Point of Contact - Ricky Bond, Contracting Officer, (414) 902-5412, Email your questions to Ricky Bond at ricky.bond@med.va.gov Additional Information RFP 537-OEAE-FY07 Contracting Office Address Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005 Description The Area of consideration is restricted to 100 miles of the Jesse Brown VA Medical Center, 820 South Damen Ave, Chicago, IL 60612. The following information is provided in accordance with FAR, 19.804-2(a): Selection criteria will be based on: (1) past performance on similar projects, maintaining project schedules and project budgets; (2) Overall engineering design experience and capability with architectural, mechanical, and electrical renovation projects; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) knowledge in design and construction requirements; (5) Cost control effectiveness; (6) Location of office supporting project; and (7) Ability to produce all plan documents on a CAD system fully compatible with Autocad. NAICS code 541310 applies. No bid packages are available. This is not a request for proposal. A/E firms that meet the requirements listed in this announcement are invited to submit two copies of Standard Form 330 by February 28, 2007. If you have any questions, please contact Ved Gupta at extension (312) 569-8599. Service include: SCOPE OF WORK 1. MULTI-DISCIPLINE ARCHITECTURAL ENGINEERING DESIGN SERVICES OPEN-ENDED CONTRACT: 1. This advertisement is for an open-ended contract obligating A/E firm to provide architectural & related engineering services. 2. The successful A/E may be requested to provide some or all of the professional services necessary for the completion of Task Order project issued under the resulting Open-ended contract. B. ARCHITECTURAL & ENGINEERING DESIGN SERVICES FIRM Shall provide professional services necessary for the design of various in-house projects at Jesse Brown VA Medical Center and associated CBOC facilities that are primarily Architectural in scope and may have related Mechanical/Electrical/Plumbing/ Fire Protection Engineering. Scope of work may include the Field Verification of existing conditions, preparation of schematic designs, space plans, construction documents, specifications, cost estimates, review of shop drawings & sample submittals, site visits and preparation of punch lists etc. for final acceptance. Services shall be provided for one (1) year, with the option to extend two (2) additional years for multi-discipline architectural engineering consultant services. For any one project, a work order will be issued not to exceed $75,000, and the total cumulative contract amount for work orders shall not exceed a maximum of $450,000. Issuance of a work order shall not be affected until agreement has been reached by the Architect / Engineer and Contracting Officer. Work to be performed shall begin after issuance of the work order. 1. The services to be provided shall include: a. Verification of 'as is' conditions from existing drawings and field conditions. b. Development of feasibility studies, project schedules, conceptual design, design development, contract documents, specifications, cost estimates and construction period services for a scheduled completion of the projects. c. Visits to the site, holding conferences and discussions with the Government representatives, and any other action necessary to obtain the necessary data. d. Review of shop drawings and submissions during the construction period. e. The A/E shall employ professional personnel to perform the services required. No substitution of assigned personnel to be made without the advance written approval of the Contracting Officer. 2. The services to be supplied shall also include: a. Cost to be based on salary rates as specified under SP. 2. b. A completion date. c. A progress report shall be submitted monthly by the A/E to the Contracting Officer's Technical Representative (COTR). d. Payment to the A/E shall be based on percentage of work completed for each work order. e. Work is to be coordinated with the Chief, Engineering Service. f. Visits to the site, holding conferences and discussions with the Government representatives, and any other action necessary to obtain the necessary data. g. Preparation of drawings and submissions during the design period. h. Review of shop drawings and submissions during the construction period. i. The A/E shall employ professional personnel to perform the services required. No substitution of assigned personnel to be made without the advance written approval of the Contracting Officer. C. MASTER CONTRACT a. This is a master contract obligating the A/E to provide the supplemental input of multi-disciplines by work order for projects being designed primarily in-house by the Government staff personnel. b. On certain projects, the A/E may be requested to provide most or all of the professional services necessary. D. TYPES OF SERVICES Under this contract, the A/E may be required to furnish multi-discipline engineering services for reports, planning, and programming studies, investigations, site selection, design concepts, tentative design, working drawings and specifications; review of shop drawings, samples, equipment, data, and other related documents. Drawings to be completed on AutoCad Release 2000 or higher, compatible with the existing CADD System and software. Work shall be accomplished in accordance with the following codes and standards: a. PLUMBING: (1) VA Plumbing Design Criteria H-088C2-15300, H-008C2-15400, VHA Directive 10-92-115 (2) National Plumbing code b. HVAC: (1) VA HVAC Design Criteria (2) ASHRAE c. ELECTRICAL: (1) Electrical Design Handbook H-088C3-1600 (2) National Electric code d. H-08-1, Master Construction Specifications e. H-08-3, Construction Standards f. H-08-4, Standard Details g. HANDICAPPED CRITERIA: (1) H-08-13, Barrier Free Design Handbook (2) Uniform Federal Accessability Standards (UFAS) h. FIRE PROTECTION: (1) Latest edition of the National Fire Codes (NFPA) are adopted for the design of all fire and safety features. (2) Fire protection features not included in the National Fire Codes shall be designed in accordance with the latest edition of the Uniform Building Code (UBC). i. TUBERCULOSIS REQUIREMENTS: (1) VA Design Criteria for Tuberculosis Requirements, 4/20/93 (2) Designated Agency Safety & Health Standards E. WORK ORDER PROCEDURE a. As the need for services covered by this contract may arise, the Government will issue to the A/E a draft work order with all necessary documentation or project requirements under cover of a written request for a proposal to perform the required services. b. The A/E shall promptly submit a proposal which includes a detailed cost or pricing breakdown on contractor's letterhead. c. When agreement has been reached on services to be performed, fee, and time for completion, the parties shall execute a work order to this contract, reflecting all terms agreed upon. d. If agreement cannot be reached, neither party will be under any obligation to the other, with respect to the services covered by the particular draft work order. f. No work shall be performed on an individual work order until the work order has been signed by the Contracting Officer. F. REPETITIVE FAILURE TO AGREE If, in the opinion of the Contracting Officer, the A/E has unreasonably failed to agree during negotiations on a number of work orders, the Government may terminate this contract, subject to the satisfactory completion of all previously executed work orders. G. SALARY RATES, OVERHEAD AND PROFIT a. Direct salary rates shall be the actual rates as of the date of award. b. Profit for the type of projects proposed for the life of the contract can be anticipated and made a single percentage. c. The purpose for having predetermined the salary rates, overhead rates, and profit is to limit work order negotiations. H. GOVERNMENT NEEDS The Government is under no obligation to issue work orders in connection with this contract, unless the Government subsequently determines a special need for the services of the A/E. At its own discretion, the Government may perform the services or similar services itself, or employ others separately to perform them. I. CONTRACT ITEM work orders under this contract may be mutually signed by the A/E and the Contracting Officer at any time within the contract period, provided that the total contract amount and the maximum contract amount for one project are not exceeded. The actual performance of the work may extend beyond the contract period. J. RENEWAL This contract may be renewed at the completion of the first and subsequent years, but, under no circumstances, is the contract to exceed three (3) years in duration. K. SUBMISSIONS Each work order will establish a schedule for submissions. Failure by the A/E to diligently prosecute his work to successfully meet the required delivery dates will be sufficient grounds for the Contracting Officer to terminate this contract. The completion dates may be extended in the event performance is delayed due to causes beyond the control and without the fault or negligence of the A/E as determined by the Contracting Officer. L. STANDARD SERVICES a. The A/E shall: (1) Furnish progress reports of his work. (2) Furnish shipping charges on all charts, sketches, drawings, and documents he sends to the Contracting Officer. (3) Closely coordinates the A/E's work performed in his office with the related work of the Government staff personnel. (4) Promptly reports to the Contracting Officer any ambiguities or discrepancies he finds in the project requirements, criteria, or documents, involving his work or the work of the Government. (5) Assist VA Medical Center in conferring and coordinating with state and local Government agencies as required. (6) Visit the project sites, hold conferences and discussions with the Government representatives in the A/E's office or in VA's office, and take such other action as may be necessary for the design development, and to coordinate and complete the required services and documents under each work order. (7) Where relevant for a work order, check and recommend to the Government approval or rejection of shop drawings, samples, equipment lists, and data applicable to the A/E's part of design work during the construction period. (8) Where relevant for work orders, prepare any additional explanatory drawings required for the A/E's part of the design during the constructiuon period. b. The Government will furnish: (1) A work order specifying the services to be performed by the A/E. (2) VA design data, standard details, guide specifications, and other information as required. (3) VA Form 08-6298, A/E fee proposal, if requested. c The Government will: (1) Review all material submitted by the A/E. (2) Obtain bids, award contracts, approve material and samples, and administer and inspect the construction when required. M. KEY PERSONNEL The A/E shall employ the required professional personnel to perform the services required under this contract. No substitution will be made without the advance written approval of the Contracting Officer. The A/E shall provide an explanation of the necessity for the change. No increase in salary rates will be allowed when personnel substitution is authorized. N. FEE AND PAYMENT The Government shall pay the A/E for all services and materials outlined in this contract. The actual fee will be established by subsequently issued work orders. No work order for a specific individual project shall exceed $75,000, or a minimum amount of $100. The fee for each work order shall be paid based on the percentage of services completed and approved by the Government. Completion of work orders shall constitute final payment for all services furnished in connection with the work order under this contract. The A/E shall furnish the Government with a release of all claims against the Government, other than such claims as the A/E may expect for each work order issued. He shall describe and state the amount of each expected claim. O. TRAVEL Travel required to be performed in connection with a work order will be included in the detailed cost breakdown, when the A/E makes his proposal for the particular project. All other travel expenses shall be without additional expense to the Government. P. RELEASE OF INFORMATION The A/E during the performance of this contract will not disseminate any information concerning the specific projects without prior approval of the Government. ADDITIONAL MINIMUM REQUIREMENTS 1. Provide Professional Engineering services to prepare working drawings, specifications, cost estimates, and possible impact costs for multi-discipline services for various projects at the VA Chicago Healthcare System, West Side Division, Chicago, Illinois. 2. A/E must analyze and verify utility systems and structure as necessary as part of the proposal. 3. A/E must modify original tracings from construction drawings to make final as-builts. 4. A/E to follow applicable NFPA and VA Construction Codes. 5. The Construction Period Services are for review of contractor submittals and site investigation. 6. A preliminary and final design construction cost estimate is required. 7. Phasing Schedule and Network analysis, as applicable, are required as part of the working drawings. 8. Typical design times allotted will be as indicated below. However, the actual design times will be negotiated with each individual project. A. Start preliminary drawings - At Award B. Receive 35% "Design Development" - 6 weeks from Award drawings, specifications, and estimates C. Review 35% "Design Development" - 7 weeks from Award by Veterans Affairs (VA) Medical Center D. Receive 65% working drawings - ( 11 weeks from Award and specifications E. Review 65% working drawings - ( 12 weeks from Award by Veterans Affairs (VA) Medical Center F. Receive 95% drawings and - ( 14 weeks from Award specifications G. Review 95% drawings - ( 15 weeks from Award with Veterans Affairs (VA) Medical Center H. Receive 100% drawings and - ( 16 weeks from Award and specifications ( Can be negotiated depending on the complexity of project. 9. A/E to provide four (4) copies of working drawings and specifications, and estimate at each review. Engineering Service, West Side VA Medical Center, will provide existing drawings as needed and available. 10. Final original drawings and specifications to be turned over to the VA at 100% drawings and specifications. Auto Cad drawings, compatible with existing CADD system at the West Side VA Medical Center, are required, and drawings shall be turned over to the VA in Mylar form and computer disk copy. Current VA Auto Cad is Auto Cad 2000. 11. A/E to stamp drawings and specifications as to which review (35%. 65%, 95%, or final). Also, note on drawings "NOT FOR CONSTRUCTION". 12. A/E to advise as to construction time they recommend, for each bid item and entire project. A/E to design project for multiple bid items as discussed. 13. All technical correspondence to be mailed to the Chief, Engineering Service. All contract correspondence to be mailed to the Contracting Officer. 14. Design includes all related work for complete project, including separation of basics as required for multiple bid items. 15. Actual Design Engineer or Architect to be present at reviews. 16. A/E to use Veterans Affairs Master Specifications edited to suit project. 17. A/E to sign in/out at Engineering Office, Lake Side, and West Side VA Medical Center, Chicago, Illinois. 18. Asbestos Impact Statement (if applicable). 19. Phasing and coordination of utility shutdown with VA representative - A/E to provide specification. 20. A/E is responsible for survey of existing conditions, sewer surveying hydrant flow analysis, and accuracy of existing study and data.
 
Place of Performance
Address: Jesse Brown VA Medical Center, 820 South Damen Ave
Zip Code: 60612
Country: US
 
Record
SN01221155-W 20070131/070129220349 (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  © 1994-2020, Loren Data Corp.