Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOURCES SOUGHT

C -- Comfort House AE Design

Notice Date
12/15/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Indianapolis VAMC, Richard L. Roudebush Department of Veterans Affairs Medical Center, Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-09-RP-0084
 
Response Due
1/14/2009
 
Archive Date
3/15/2009
 
Point of Contact
Aaron LacyContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
This procurement is restricted to firms located within a 250 mile radius of the Richard L. Roudebush VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202. Provide all tools, labor, material, equipment and expert supervision for LEED Certified Design to fully prepare spaces for The New Comfort House at the Richard L. Roudebush, VA Medical Center Indianapolis, Indiana. All work is located at 2669 Cold Spring Road, North end of the campus. Work includes the property disposal and permitting required for completely demoing and removing Bldg. 4 and 9 at 2669 Cold Spring Road, 46222. These buildings / facilities have some asbestos materials and are placed on the National Historic Register eligible list. Respectively, Bldg 4 is 4,749.5 SF and Bldg. 9 is 4,831 SF. Each is a residential unit with basements which need to be removed from the ground and backfilled with suitable compacted soil. Work also includes the construction of a new 28 suite Comfort House (i.e. Hotel lodging). Design will need to meet current Life Safety Code and latest Indiana and VA building requirements. The total SF of each of the two floors above ground is approximately 5,751 SF per floor as per attachment drawings. This facility will also be constructed with a 2,000 SF basement to support utilities, gift shop, weight/exercise room and storage as a bid alternate. Relocation of utilities will be required and this new structure must have separate utility mains which are metered for billing to the VA Medical Center, 1481 W. 10th Street. LEED Certification: A/E shall be a LEED Certified professional group providing sustainable design for six LEED environmental categories: Sustainable Sites, Water Efficiency, Energy and Atmosphere, Materials and Resources, Indoor Environmental Quality and Innovation & Design. All paper work shall be submitted to be LEED Certified: 26-32 points for this process initiative. Design work includes all Mechanical, Plumbing, Electrical, Structural and General Architectural / utility work in phases to maintain the operation of the existing adjacent occupied buildings/hospital during construction of the Comfort house. Phasing and traffic flow during construction of this project is crucial. A/E shall utilize latest VA design manuals and standards to provide layout for optimal and functional space configurations utilizing current VA guidelines and web sites for representative features such as www.fisherhouse.org along with the attached conceptual drawings. A/E shall meet with the VA user group's to discuss layout configurations prior to design development and during each review to facilitate comments into the design drawings. A/E shall design project with energy efficiency, Historic architecture and within the construction funding limitations. All new space will be designed in compliance with NEC, NFPA, VA F.A. design manuals & standards, the Uniform Federal Accessibility Standards (UFAS) current Department of Veterans Affairs Health Care Standards and all applicable Federal and State codes such as NFPA, JCAHO, NBC, etc. A/E shall provide construction cost estimates, submittal tracking log, drawings and specifications at each of the four (4) design reviews (35%, 75%, 95%, & 100%). Submittals shall be in triplicate along with an electronic version at each review stage allowing sufficient time for VA personal to review and provide comments. At the final submission A/E shall provide reproducible vellums and a CD-ROM copy of the plans in the latest Auto Cad version VA has available (currently A-CAD 2006). In addition A/E shall provide construction period services and at the completion of construction, A/E shall provide as-built drawings via Auto Cad. Additional Design Information Work shall include planning, phasing, architectural, structural, equipment, plumbing, HVAC, electrical, parking and signage and all other requirements associated with MEP for a complete and functional facility. Design and provide final working drawings and specifications to comply with applicable VA Construction Standards, Master Specifications, and other appropriate codes (NEC, NFPA) and VA directions. Provide complete drawings and technical specifications to meet VA standards as directed. Provide all working plans in 1/8" = 1'0" scale or larger where needed for clarification. Edit specifications from VA Master Specifications. Prepare and coordinate all architectural, engineering, and site drawings, calculations, and specifications. Provide final construction documents at 100% review, complete and ready for construction. Conduct site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. Provide detailed phased design for minimal interference with VA operations. Provide for the safety of all employees, contractors, visitors and others involved with the project site. For all disciplines, provide complete specifications, edited from VA Master Specifications. Ensure that all specifications are edited and tailored for the specific work required and that they are fully coordinated with the contract drawings. Where the VA Master Specifications do not apply, develop and provide custom specifications as appropriate. Bedrooms shall be a mixture of private and semi-private rooms with adjacent restroom and bathing facilities. (refer to concept drawing). Facility shall have all other common areas as noted in the concept drawing. Provide complete details necessary to show all work required. Show extent of any demolition, cutting, coring, etc., required along with all necessary details for repair/restoration. Include all modifications, rerouting etc., of existing services or construction serving other areas. Install all finishes as directed by VA. Install only new energy efficient materials. As mandated by Executive Order 13123, federal agencies are to maximum their energy savings. Only energy efficient items shall be utilized - to save both electricity and water (i.e. motors, pumps, fans, lights, etc.) Motors shall be T-8 electronic ballasts with less than 10% total harmonic distortion. Provide analysis and certified/stamped report from contractor provided for all structural modifications necessary. The contractor shall provide preliminary structural report for informational purposes. Contractor will provide final report and recommendations based on project work information provided, and will use as a minimum the recommendations provided in the preliminary report. Provide analysis and certified report for all HVAC heating and cooling loads. Provide for a complete new independent HVAC system to support Comfort House. Each bedroom shall be individually controlled for patient comfort. Provide analysis and report of existing electrical power and provide any necessary power equipment for the electrical service to the new Comfort House. Provide final one-line diagram of the revised electrical distribution system prior to completion of project. Provide diskettes of all drawings in AutoCad 2006 format and specifications in Microsoft Word format. Provide as-built drawings of completed project work on diskettes as well as reproducible vellums (one set). In addition, provide as-built drawings on half size reproducible vellums (one set). Reproduce specifications and drawings required for design reviews. Each review submission will include two (2) printed sets of drawings, specifications, and calculations, analyses when appropriate, and one (1) set of diskettes for specifications and drawings. After final submission review, make any changes as noted by VA. Deliver the original construction documents to the VA Chief Engineer, after the final review comments are incorporated. The construction document drawings shall bear the seal of the Registered Architect/Professional Engineer licensed in the State of Indiana responsible for the design. Project will not be advertised for Construction until final specifications and drawings are approved by the VA. Perform and follow up on final inspection. Develop punch list for corrective action. Conduct a detailed inspection including mechanical/electrical spaces, ceiling and chase cavities, and all support areas covered by the contract. Develop punch lists and monitor corrective actions. Design firm shall complete all the necessary paperwork for the NEPA requirements. (National Environmental Policy Act) Prior to Construction of the facility. Design firm shall work with the State Historic preservation office to confirm demolition and new construction on this site. Design Completion: 120 days Magnitude of Construction: Between $1,000,000 and $5,000,000 Qualifications submitted by each firm will be reviewed and evaluated based on the following criteria (not necessary listed in order of importance): (1) Team proposed for this project, (2) Proposed management plan (team organization), (3) Previous experience of proposed team, (4) Location and facilities of working offices, (5) Proposed design approach (design philosophy/anticipated problems and solutions), (6) Project control (techniques planned to control the schedule & costs and responsible personnel), (7) Estimating effectiveness (10 most recently bid projects), (8) Sustainable design (team design philosophy and method of implementing), (9) Miscellaneous experience and capabilities (interior design, CADD, value engineering and life cycle cost analyses, environmental considerations, energy conservations and new energy resources, and fast track construction), (10) Awards received for design excellence, (11) Type and amount of liability insurance carried and litigation involvement over the last 5 years and its outcome. The NAICS Codes for this procurement is 541310 Architectural Services. This procurement is restricted to firms located within a 250 mile radius of the Indianapolis, Indiana VA Medical Center 46202. There is no socio-economic set-aside associated with this advertisement and therefore this acquisition is open to all firms meeting the qualifications. Qualified firms are required to submit: 2 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms), Part 1 and Part 2 to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. (Local Time), January 14, 2009. Information can also be hand carried or submitted via overnight express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222. Submission information incorporated by reference is not allowed. No solicitation document is available and telephone inquires will not be honored. No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The Government will not pay nor reimburse any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=989c0e8c13cc74d7ff9c3981a97b509b&tab=core&_cview=1)
 
Place of Performance
Address: Richard L Roudebush;2669 Cold Spring Rd.;Indianapolis, IN<br />
Zip Code: 46222<br />
 
Record
SN01718653-W 20081217/081215214731-989c0e8c13cc74d7ff9c3981a97b509b (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.