Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SPECIAL NOTICE

C -- RECOVERY--C--RECOVERY - Architect & Engineering design for HVAC upgrade for building 4600 at Fort Jackson, SC.

Notice Date
7/10/2009
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Jackson, ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
 
ZIP Code
29207-5491
 
Solicitation Number
AELA20090710-02
 
Archive Date
10/8/2009
 
Point of Contact
TRESA GOODWIN, 803-751-7705<br />
 
E-Mail Address
ACA, Fort Jackson
(tresa.m.goodwin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO THE CONTRACTOR UNDER FORT JACKSON ARCHITECT & ENGINEERING CONTRACT W91247-08-D-0016, Lindbergh and Associates, North Charleston, SC. DESIGN FOR HVAC UPGRADE FOR B4600 FORT JACKSON, South Carolina SECTION 1 - GENERAL 1.1These instructions to the A-E provide specific requirements for the services to be rendered under this task order and supplement the more general requirements found in Section C of the base contract. In case of conflict, these specific instructions take precedence over the requirements of Section C. 1.2The A-E will ensure that designs comply with all of the requirements of the International Building Code, as amended, and the Clean Air Act, as amended. The A-E will, during final design and after consultation with the Directorate of Public Works (DPW), obtain necessary construction permits, licenses and approvals from Local, State and Federal authorities. In the event such approvals require payment of any fee, the A-E, when so directed by the Contracting Officer, shall pay such fee and obtain a receipt. The expenditures covering such fees shall constitute a reimbursable item under this contract; and the A-E, upon presentation of a voucher and receipts, shall be reimbursed for the full amount. 1.3The A-E shall adapt government designs, drawings, specifications and standards for buildings and other structures as necessary to meet the requirements of the approved layout of the proposed project. Prepare detailed designs, specifications, and drawings in required form for buildings and other structures for which government designs are incomplete and unavailable. All such drawings and specifications will be in effect at the time this task order is duly issued. 1.4The A-E shall furnish sufficient technical, supervisory and administrative personnel to ensure the expeditious prosecution of the work. 1.5The A-E shall furnish such advice as may be required to clarify design intent during the bid and construction period. 1.6The A-E will accept instructions only from the Contracting Officer; however, requests or desires of the Using Agency made directly to the A-E shall be forwarded to the DPW for consideration. 1.7If at any time during design progress, it should become apparent to the A-E that the construction costs of the project will exceed the construction cost limit set forth in Section 2 of these instructions, he shall immediately notify the DPW. Cost estimates shall be provided to indicate the estimated cost at the midpoint of construction and additive alternatives shall be provided in the cost and unit price schedule as necessary to ensure a construction bid within the construction cost limit. It is conceivable that the construction cost and limit of a project can and, in most cases will change between the time this task order is issued and the time that final design is completed. The A-E will be advised of all changes in the construction cost limit. A change, or changes, in the construction cost limit shall not categorically constitute a change in scope nor justify any change in the A-E's fee. The A-E is required to design the project at the full scope at the originally negotiated plus any changes incorporated by contract modification regardless of the fluctuation in the construction cost limit. 1.8SUBMITTALS: The A-E will prepare and submit for approval the drawings, specifications, cost estimates and other related and supporting documents as are more specifically detailed in Section 2 of these instructions. A letter of transmittal prepared by the A-E will accompany all submittals of design documents. 1.9A-E fee proposal will be prepared in detail indicating the various disciplines to be utilized and other associated costs applicable to the work required to accomplish this task order. SECTION 2 - SCOPE OF WORK 2.1The work required by this task order will consist of performing all A-E services necessary in the preparation of contract drawings, cost estimates and specifications for DESIGN FOR HVAC UPGRADE FOR B4600, FORT JACKSON, South Carolina. The designer will assimilate existing data, collect new data as needed, conduct site visits and coordination meetings with DPW personnel, and provide information and documents as outlined in 2.1.2 below. 2.1.1The following information and maps are available to the A-E for use in performance of this task order: a.As built drawings of the buildings and systems as may be available. b.Previously completed designs and studies as may pertain to this project. 2.1.2The DESIGN FOR HVAC UPGRADE FOR B4600, FORT JACKSON, South Carolina shall include as a minimum: a. Verification will be done for quantities and capacities of all effected existing equipment and systems to be revised or replaced. b. Provide a list of requirements pertaining to mechanical, electrical, controls, fire safety systems, demolition, permits and environmental needs and other items as may arise within the scope of this project. 2.1.3Facility: Building 4600 Fort Jackson. 2.1.4Specific items to be included in this project are as follows: a. New HVAC system for the above listed building b. The design should consider that the construction contract work must be completed in accordance with a schedule that imposes minimal disruption for the occupant, i.e. shortest down time. 2.2The construction cost limit is $632,000. 2.3SITE INVESTIGATION: The A-E is responsible for determining existing site conditions and coordinating new work with existing conditions. As-built drawings or site maps made available to the A-E may not necessarily reflect the existing conditions; therefore, each condition must be field checked and drawings annotated to indicate discrepancies. Where CADD drawings are available, updated locations are to be made directly to the existing maps. Updated maps will be the basis for required contract work to repair or replace water and sewer system components. 2.3.1Upon completion of design, the designer shall revisit the site, verify the field conditions on which the design is based, and advise the Contracting Officer of all changes in field conditions affecting the design and that the required verification of field conditions has been completed prior to the submittal of the corrected final design. 2.4CONCEPT DESIGN: The concept design shall include, overall scheme for accomplishing design work to include methods, calculations, sketches, scope estimates, field data, manufacturers literature, and/or other documentation to support design rationale. Concept design shall include 35% of design effort (and shall be informally coordinated with the government prior to the 60% design submittal). 2.5PRELIMINARY DESIGN: Prepare preliminary designs based upon the project criteria and instructions. Preliminary design shall include 60% drawings and outline specifications, and budget estimates. 2.6FINAL DESIGN: The final design shall be completely based upon the project criteria and the approved preliminary design. Final detail drawings shall include an index of drawings, vicinity map showing the installation's relationship to the surrounding vicinity, and a project location map indicating the project site, nearest sanitary landfill and borrow areas, the Contracting Office (DOC), and the Contract Management Office (CMB). Final drawing shall be detailed for use in the contract construction of the project and shall be completely checked against the specification for conflicts, ambiguities, and errors. A corrected Final Design shall include all corrections as indicated in final review comments. 2.7SPECIFICATIONS: The A-E shall prepare complete specifications covering all items for work. The volume of specifications shall be prepared with separate sections covering the various trades and work classification. UFC Guide Specifications, CSI Guide Specifications, AIA Guide Specifications, or A-E Standard Guide Specifications may be used for reference but MasterFormat must be utilized regardless of which guide specifications are used. The guide specification must be edited and tailored to the project requirements. Trade names will not be used. Specifications shall be printed on 8-1/2 inch by 11 inch white bond paper in one of the following fonts: courier (10 pitch), pica (10 pitch), prestige elite (12 pitch), or letter Gothic (12 pitch). Drawings and specifications shall be provided on a CD-ROM (2 copies). Electronic Specification files shall be provided in Microsoft Office 2003 format. Drawings shall be provided in either AutoCAD 2005 or Microstation V8 formats. CADD files shall be adequate to reproduce drawings without additional libraries or packages, i.e. everything needed to view and reproduce a drawing with basic, standalone CADD software shall be included on the CD. 2.8 ESTIMATES: Cost estimates shall be accurate and realistic, reflecting current prices for work and materials based on cost at midpoint of labor and materials with the quantity and cost of each unit shown. Lump sum amounts for major items that cannot readily be analyzed will not be accepted. Cost estimates will be prepared on ENG Form 150 or equivalent document in MS Excel (with CD ROM) and a summary sheet. Final cost estimates shall be typed. For projects containing both new work and maintenance and repair work, the cost estimates shall be further divided into items attributable to these two specific classifications. Quantity takeoffs used in preparing cost estimates will be submitted with the estimates. 2.9SUBMITTALS: The A-E shall submit all required number of copies of design documents for Government approval at the earliest practicable date and in no case later than the limiting dates established herein. 2.9.1CONCEPT DESIGN: Prior to development of the Preliminary design, concepts and supporting documentation as noted in paragraph 2.5 of these instructions shall be provided for government review. 2.9.2PRELIMINARY DESIGN: Prior to development of final design, submit for Government approval 4 copies of preliminary sketches and outline specifications. 2.9.3FINAL DESIGN: Final design documents shall be submitted for Government approval after all corrections are made resulting from preliminary design review. Submit 4 copies of drawings and specifications and 2 copies of cost estimate, quantity takeoffs, and design analyses. 2.9.4CORRECTED FINAL DESIGN: Corrections resulting from final design review shall be made. The A-E shall then submit the original corrected drawings, specifications, design analyses, and cost estimate along with 4 copies of the corrected final drawings and specifications. All design documents will become the property of the Government. 2.10DESIGN SCHEDULE: The design schedule below is given in calendar days from the date on which the Notice to Proceed is given. Every effort shall be made to ensure that the limiting dates established herein are adhered to: 60% Preliminary Submittal&&&&&&&&..10 Days Over The Shoulder Review&&&&&&&&&&1 Day Final Submittal&&&&&&&&&&&&15 Days Over The Shoulder Review&&&&&&&&&&1 Day Corrected Final Submittal&&&&&&&&8 Days Total Length of Contract&&&&&&&&.50 Days 2.11The drawing number assigned for this project is D-2349. Drawings will be prepared on Government-styled D size sheets.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK19/AELA20090710-02/listing.html)
 
Record
SN01871802-W 20090712/090711000253-6fd97911efb510ddea682e4e6752799c (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.