Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOURCES SOUGHT

C -- Life Safety Code Assessment

Notice Date
3/5/2009
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Veterans Affairs, Detroit VAMC, John D. Dingell Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Ann Arbor Healthcare System;VISN 11 Logistics Office;PO Box 134002;Ann Arbor, MI 48113
 
ZIP Code
48113
 
Solicitation Number
VA-251-09-RP-0144
 
Response Due
3/20/2009
 
Archive Date
5/19/2009
 
Point of Contact
Patricia FoxContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. This is 100% set-aside for an Emerging Small Business in accordance with the Competitive Demonstration Program. The John D. Dingell VA Medical Center, Detroit, MI (VAMC) is seeking a qualified Architect- Engineering (A/E) firm with specialty and/or experience working with VA Health Care facilities to provide a comprehensive Life Safety Code Assessment for Project 553-09-132 for the VAMC Detroit and the off-site Connor Creek Domiciliary. A/E to design/develop Plans for Improvement (PFIs) and Basic Building Information (BBI) in a format to comply with Joint Commission requirements. Inspection shall include a comprehensive above the ceiling and below the ceiling inspection of every floor, including interstitial floors, of the buildings listed below for compliance with the Life Safety Code NFPA 101. Inspection shall include roofs, loading docks, and exterior areas.Building 100 Main Hospital Building, (approx 2,200,000 gsf) Building 101 South parking deck (approx. 300,000 gsf) Building 102 North Parking deck (approx 300,000 gsf) Building 103 Energy Center (approx 45,400 gsf) Connor Creek Domiciliary, Detroit, MI (approx 20,000 gsf) Contractor shall update the applicable sections of Parts II and III of the existing VAMC Statement of Condition (SOC) document Basic Building Information (BBI) and Life Safety Assessment (LSA) respectively for each of the buildings. Estimated cost for the design services is under $25,000. Projected design completion time is 60 days. Prior to beginning the actual physical inspection, the contractor shall: 1) Review current Plan for Improvement (PFI) status 2) Review all buildings by floor and zone for use and occupancy classification 3) Review BBIs and update as necessary 4) Evaluate all zoning 5) Identify all suites and identify on provided drawings 6) Note the location of all chutes & discharge rooms on prints 7) Mark prints for extent of sprinkler protection and smoke detection by zone 8) Note any special circumstances on prints for evaluation during inspection During the inspection, contractor shall review all construction areas for proper implementation of Interim Life Safety Measures (ILSMs). Contractor shall develop a completed Part IV Plan For Improvement to be part of the SOC for each building. The PFI shall list the corrective measures for each type of deficiency, the estimated cost of correction, the source of funds (to be provided by VA) and time table for implementing the PFIs. Deficiencies shall be grouped by type in order to minimize the number of PFIs in the Statement of Conditions. Electronic, computerized copies of all Plans for Improvement shall be provided to the VAMC. Contractor shall recommend solutions for any and all identified Life Safety Code and other deficiencies identified during the building inspections. Deficiencies identified by the contractor which can be corrected within thirty days (30) shall be corrected via Facility Engineering Section work orders and will not require a PFI. Deficiencies which shall take longer than thirty days shall be addressed by the contractor either via a Plan for Improvement or through a Joint Commission approved traditional equivalency or through a Joint Commission approved Fire Safety Evaluation Systems (FSES) equivalency. Contractor shall review the status of previously identified Plans for Improvement which were submitted to the Joint Commission during VAMCs last full Joint Commission survey. Any problems or PFIs requiring additional attention shall be identified and recommendations for improvement shall be made. Contractor shall also report observed safety deficiencies in violation of other codes and standards (i.e. NFPA 99, NFPA 72, The Joint Commission, etc.). Contractor is not required to perform an entire facility review to assure compliance with these standards, rather, they are to report deficiencies noted during and as part of the Life Safety Code inspection. In addition to the complete building inspection and reports described, contractor shall provide up to four (4) hours of review time to assure medical center compliance with 2009 Life Safety Chapter of the Joint Commission Accreditation manual (LS.01.01.01 thru LS.03.01.70). Review shall include document review as well as staff interviews/discussion regarding records, plans etc. Contractor shall deliver two original updated copies (one hard copy, one electronic version) in Excel format, of the completed Statement of Conditions (as outlined above) to Chief, Facility Engineering Section, Facility Management Service, VAMC Detroit, MI. A/E Firm must be located within or about 75 miles of the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, MI 48201. Firms interested in being considered for this project are to submit their completed SF 330 which can be found on the GSA Forms website: http://www.gsa.gov/Portal/gsa/ep/formsWelcome.do?pageTypeId=8199&channelId=-13253. Provide two hard copies and one electronic copy by COB March 20, 2009. Hard copy to be submitted as follows: IF SENT VIA US MAIL TO: VA Ann Arbor Healthcare System, VISN 11 Logistics, Attn: Patricia Fox, PO Box 134002, Ann Arbor, MI 48113; IF SENT FEDEX, ETC. TO: VISN 11 Logistics Office, 24 Frank Lloyd Wright Drive, Ann Arbor, MI 48105, Attn: Patricia Fox,; ELECTRONIC COPY TO: patricia.fox2@va.gov. The A/E selection criteria shall include: Professional qualifications necessary for satisfactory performance of required services (minimum of Professional Engineer (PE)). Specialized experience and technical competence in the type of work required (must have completed assessment of mid to large-size hospital within past year). Capacity to perform work in the required time (must be able to complete within 60 days). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualification of personnel proposed for assignment to the project and their record of working together as a team (must have a PE on site). To be considered for award, A/E must qualify as an emerging small business, ("Emerging small business," as used in this subpart, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity). The NAICS Code for this acquisition is 541350 Inspection Services Buildings and the applicable Small Business Size Standard is $7 million dollars average annual gross revenues for the past three fiscal years). The A/E firm must be registered in the Central Contractor Registration (CCR) database (A/E firms can obtain CCR information on registration and annual confirmation requirements by calling 1-888-227-2423, or 269-961-5757, or via the Internet at http://www.ccr.gov ) and is required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Award is subject to availability of finds.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d7458a0f86c3aa97a2e78d100baad1e&tab=core&_cview=1)
 
Place of Performance
Address: John D. Dingell VA Medical Center;4646 John R. Street;Detroit, MI<br />
Zip Code: 48201<br />
 
Record
SN01762331-W 20090307/090305215733-2d7458a0f86c3aa97a2e78d100baad1e (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.