Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
AWARD

C -- RECOVERY C--RECOVERY ACT UPGRADE FIRE ALARM SYSTEM, PROJECT NUMBER R540-10-101-01(DESIGN)

Notice Date
3/30/2010
 
Notice Type
Award Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA-244-10-RA-0098
 
Response Due
3/5/2010
 
Archive Date
4/25/2010
 
Point of Contact
Charles E LoarClarksburg
 
E-Mail Address
Contract Office
(Charlss.Loar@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA244-RA-1323
 
Award Date
3/26/2010
 
Awardee
SYSTECH FIRE PROTECTION;8096 GRACIE DRIVE;MANASSAS;VA;201123739
 
Award Amount
253,333.00
 
Line Number
001
 
Description
The Louis A. Johnson VA Medical Center is seeking an Architect/Engineering Firm capable of providing multidiscipline services to perform design services under a fixed price contract. Duration of the contract will be from date of award to completion of construction. Selected A/E team will be comprised on the following disciplines: architecture, interior design, structural, civil, mechanical, plumbing, electrical, fire protection, and industrial hygiene, as may be required by the Government for this project. Services include, but are not limited to: Site work, site investigation, verification of as-built, analysis of utility systems, drawing preparation/reproduction, cost estimating, specification preparation, construction period services. Services may also include additional consultant services as necessary based on specific project scope. Products may include studies, conceptual/schematic development, 50% and 100% review of construction contractor's design development with updated as-built drawings on mylar. All construction drawings must be provided in AutoCAD 2006 format or later version for Windows NT most current version. Compact disks and Mylar drawings shall be provided. Standard AIA AutoCAD layering title blocks shall be utilized. All specifications and written documents shall be provided in most recent version of Microsoft Word for Windows. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract. The VA has provided a specific scope of work for the A/E to prepare a fee proposal. A/E firm(s) shall be located within 250 miles of Clarksburg to be eligible. Only one contract may be awarded from this solicitation. The following Evaluation Criteria will be used during the A/E Selection Process: (1) Health care experience: The specialized experience and technical competence by each member of the team in healthcare related work. (2) Professional Experience: Experience and demonstrated ability to provide professional consulting and design services relevant to hospitals and health care organizations; familiarity with applicable codes and ability to incorporate in design documents the requirements of JCAHO, OSHA, NFPA, IBC and other such regulatory organizations. This would include, but not limited to, such safety related requirements as the implementation of ILSMs and ICRAs. (3) Capacity of the firm to perform the work within required timeframes and budget; volume of previously awarded contracts and Government experience. (4) Past performance, especially in a hospital environment, including, but not limited to design development, construction cost estimating, code review and implementation, etc. (5) Specific experience and qualifications of the proposed personnel assigned to the Project Design and Management Teams. (6) Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. (7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management and cooperation. (8) Record of significant claims against the firm because of improper or incomplete engineering services. (9). Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project work is located. The NAICS Codes are 541310. Internet accessibility, and Computer Assisted Drafting (AutoCAD Release 2006, capabilities and the willingness to comply with local drafting criteria & standards will be considered. Graphic information will be provided to the A/E and returned to the VA in a VARHS standardized AutoCAD Release 2006 format using compact disc media. A/E firms are required to respond in writing if interested & shall submit two (2) completed SF Form 330 (form available on-line at: http://vaww.va.gov/facmgt/ae). Mail to the Louis A. Johnson VA Medical Center, One Med Center Drive, Clarksburg, WV 26301, Attn: Charles Loar, by 4:30PM EST time on March 5, 2010. Award is contingent upon the availability of funds. FIRE ALARM REPLACEMENT DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER CLARKSBURG, WV 26301 PROJECT NUMBER: 540-10-101 WORK STATEMENT A.DESCRIPTION OF WORK The Engineering firm shall provide all investigative surveys and verification of as-built conditions required for schematic development of construction documents for the campus wide replacement of the existing fire alarm system with a new state of the art analog addressable alarm distributed voice fire alarm system at the Louis A. Johnson VA Medical Center, Clarksburg, WV. The Engineering firm will develop schematic drawings, specifications and estimates that will be used in the competitive bid process for further development by a design/build firm that specializes in fire alarm system replacement. This project will NOT be a complete design but rather the preliminaries used for further development. Duration of project from award to 100% is 60 days. Construction period services extend past that time and will conclude when the design/build project is considered complete by the VA. It is the intent of the Facility to replace the entire system, however, if costs are prohibitive, the project will be designed with deduct alternates so that as much of the system as possible can be installed. Those buildings that become a deduct item and do not get new fire alarm system will be designed as a minimum to have their existing systems monitored by the new installation. The new fire alarm system shall be of the latest technology in global addressable fire and smoke notification technology with true end-to-end intelligence between devices and the control panel. The new fire system shall be "forward engineered and backward compatible" and provide a built-in migration path to the systems of the future. Design must meet all applicable federal, state and local codes/requirements including but not limited to National Fire Protection Association (NFPA), Uniform Federal Accessibility Standards (UFAS), and JCAHO standards. The design is to follow VA criteria established in the VA Fire Protection Design Manual. The Designer shall comply with the local fire authorities during the early stages of design to incorporate local requirements to the extent practical; however, recommendations made by local requirements should be reviewed for adequacy, cost and nationally accepted practice before being incorporated into project design. Before any local authority requirements are included in the design, they must be specifically identified by the designer and approved by the VA. The fire alarm system will be designed to be monitored at the Telephone Operator's Room and Boiler Plant. The design team shall be responsible to provide site plans and drawings necessary for all wiring between the buildings. The scope of the project will also include the following: 1.Limited architectural, mechanical and electrical design to improve and expand the fire alarm equipment, control, electrical foreman and monitoring rooms. 2.Review of fire alarm interfaces with sprinkler/fire pump, elevators, kitchen suppression, and HVAC/building automation systems. Review of HVAC/building automation system shall include evaluation of codes for possible elimination of duct detectors and smoke dampers. 3.Interface to existing facility security system for unlocking doors that utilize access controlled or delayed egress type locks in accordance with NFPA 101. 4.Design shall incorporate VA Infection Control (ICRA) Standards. 5.Limited Industrial Hygienist Services for asbestos abatement may be necessary to complete installation of fire alarm system. The designer shall direct the contractor around the known asbestos locations if possible. 6.Prepare a phasing sequence that will promote the efficient transfer from existing to new campus wide fire alarm system. At project completion the existing system including wiring shall be removed once the new system has been tested and accepted. This will be reflected on the drawings as well as in a narrative format. 7.Documents will include deduct alternates to reduce scope of work for construction phase if necessary. Field survey to include all areas above, below, and adjacent to the work site that will be affected by the construction project. Investigations shall include the existing building structure and any system modifications necessary to maintain adjacent facilities. Existing building system shutdowns shall be kept to a minimum. Construction estimates of contract time and cost will be required at each project submission. Areas that need to be installed after normal hours will be identified in the narrative, designated on the drawings, and accounted for in the associated costs estimates. The Engineering firm will be required to collaborate with the Department of Veterans Affairs staff to determine fire protection, architectural, mechanical and electrical design requirements. Drawings concerning the existing conditions and site plans will be provided to the Engineering firm. These drawings may not accurately reflect existing as built conditions and are to be considered a guide only. Department of veterans Affairs design manuals for each design discipline are available on the VA Facilities Management Homepage. Any major design deviations from these manuals should be discussed and approved by Facilities Management Support before the design is incorporated on the contract documents. B.GENERAL 1.Engineering firm shall have licensed professional architects/engineers with current registration. 2.The Fire Protection Engineer (FPE) shall be a licensed professional engineer who has a degree in fire protection engineering or passed the principles and practices examination in fire protection engineering or maintains a current license in fire protection engineering. The FPE will have a minimum of two years experience in the application and interpretation of NFPA Codes and Standards, design/review and acceptance testing of automatic sprinklers and fire alarm systems and design of healthcare facilities. 3.The Engineering firm shall be responsible to provide a complete bid package to the contracting officer consisting of plans (signed Mylar originals), specifications, cost estimates and their related information. Drawings shall also be submitted in AutoCAD Release 2002, specifications in Microsoft Word and cost estimates in Microsoft Excel, all on a compact disc. 4.The contract drawings shall have a cover sheet, which shall include but not limited to the following information: "Department of Veterans Affairs Logo "Drawing Index "Engineering Firm Name and Logo "General Notes 5.All drawings shall be scaled. 6.Each professional discipline shall be separately designed and be sealed by the respective Engineering. 7.All design work shall be coordinated by the Fire Protection Engineer, who shall be responsible for all field investigation, site surveys, measurements and engineering design calculations. 8.The Engineer shall assure compliance with and design according to all local, federal, Department of Veterans Affairs, OSHA Regulations, NFPA, state laws, regulations, codes and ordinances. 9.The Engineering firm shall prepare specifications using VA master specifications. 10.Plans shall be drawn using standard professional and acceptable engineering drafting skill, scales, and standards. The Engineer shall be responsible to provide and show in scale plans, elevations and details required to construct this project in which the prospective bidder is clear on the proposed intent and scope of work. 11. The Engineering firm shall define and indicate on plans all "new" and "existing" conditions. A complete set of floor plans showing existing devices shall be provided with demolition notes. A complete set of floor plans showing all new devices shall also be provided. 12. Engineering firm shall show, draw, locate, define, denote, and detail all points of connection of new work to the existing. This shall include all interfaces to the non fire alarm systems including but not limited to elevator recall, elevator shunt trip, kitchen suppression, sprinkler flow, pressure, and tamper switches, door hold open devices, door locking/security, HVAC fan shut down, fire pump conditions, and any other systems as directed by the VA. 13. The Engineer shall plan, define, detail, and show on the contract documents exact routing of any new utility proposed for the project. The Engineer shall as part of this project, physically inspect each new routing, provide routings and/or rerouting of existing utilities to prevent any conflicts. The Engineer shall design project to show exact location of new utilities on the contract plans. C.ARCHITECTURAL 1.Provide scale plans showing partition revisions and repairs necessary to make alterations for the equipment, monitoring and new control rooms. Provide all demolition plans for all architectural items required for removal. 2.Provide all details necessary to fully describe the installation requirements of the architectural elements (i.e. wall types, typical framing details, typical door details, etc.). 3.Provide details to describe repairs to existing partitions where new fire alarm devices have been installed or existing devices removed. D.INDUSTRIAL HYGIENE 1.Provide Industrial Hygienist (IH) report evaluating the presence of asbestos containing materials based on as-built record drawings, current facility asbestos survey, bulk sampling and site investigations for select areas of the facility. This report will be used to establish abatement plans to only remove hazardous materials necessary to complete the installation of the fire alarm system. E.FIRE PROTECTION 1.Provide demolition plans showing locations for all fire alarm systems and devices to be removed including phasing notes for coordination of installation of new work prior to removal. 2.Provide plans to fully describe all fire alarm system equipment installation including locations for all devices and equipment. Plans shall include " scale plans for fire alarm control and equipment rooms. 3.Provide details, schedules and riser diagrams as necessary to fully describe the installation of the fire alarm system. 4.Provide an operational matrix that establishes all inputs and outputs for each building connected to the campus system. 5.Provide a site plan to locate all building affected by the renovation and the installation of the new communication bus. F.HVAC 1.Provide demolition plans for all HVAC systems and devices to be removed. 2.Provide details and schedules necessary to fully describe the installation/modifications of the HVAC equipment to complete renovations to fire alarm equipment and control rooms. 3.Provide plans showing revised control sequences for building automation system were duct detectors have been removed and smoke control systems have been altered. G.ELECTRICAL 1.Provide lighting and power plans for fire alarm control room and equipment room. 2.Provide demolition drawings for all items to be removed and relocated. 3.Provide plans and details to provide emergency power to fire alarm equipment. H.REVIEWS 1.Formal Reviews: There will be two formal reviews for this project. The VA will determine when these reviews will take place once the project has been awarded. The Engineering firm shall supply five (5) copies of drawings, five copies of specifications, five (5) copies of a narrative, and five (5) copies of cost estimates for each formal review. Review meetings will be scheduled two weeks after receipt of the documents by the medical center. The Engineer shall incorporate any comments, notes or changes provided at the review meeting into the next review package. In addition, the Engineering firm shall incorporate any comments, notes or changes provided at 100% review meeting into the construction documents, the narrative, and cost estimate. FIFTY PERCENT (50%) REVIEW 1.The Engineering firm will prepare a narrative based on applicable codes and standards of the existing fire alarm systems for all buildings stated above with respects to alarm, notification, smoke control and building automated systems and provide recommendations for the new system to be installed. The narrative shall include on a building by building basis the following: Description of the planned operation of the new system, specific information (locations/types) on all interfaces (suppression/elevator/sprinkler/pumps/locks/door hold opens/off premises connections/AHU's, etc) to other systems with the fire alarm system, and the planned locations of main system components. The narrative shall also include any unique installation or demolition requirements such as asbestos concerns or requirements to work during specific hours due to the end user operations. The narrative will include information on the plans for the site including choice of cable/fiber to be used and the availability of existing duct banks or the requirements for new. The narrative shall include a section on commissioning the system and include the expected time that the engineer will be required to be on to assist the VA in compliance with NFPA 72. 2.The Engineer will provide a preliminary cost estimate for the installation of the new fire alarm system based on survey of existing conditions to determine deduct alternates if necessary. 3.Study shall include preliminary plans detailing proposed modifications and layouts to control, equipment and monitoring rooms. 4.Specifications: Submit five (5) copies of marked up VA master specifications for each section to be used in final specifications. ONE HUNDRED PERCENT (100%) REVIEW 1.Specifications: For 100% review furnish (5) complete sets of specifications bound in final format. 2.Narrative: Provide five (5) copies updated to reflect the 100% design of the project. 3.After receiving comments and incorporating changes submit one bound set of specifications and one single sided unbound set. 4.Construction Drawings: Furnish (5) complete sets of drawings, including all necessary plan, elevations, details, and schedules and (1) complete set of Mylar reproducible drawings after incorporation of 100% review comments. 5.Estimate: Furnish complete and detailed construction cost estimate. 6.The AE shall provide two (2) sets of construction specifications in Microsoft Word and drawings in Auto CAD format on compact disc compatible with AutoDesk AutoCAD Version 2002 after incorporation of 100% review comments. I.ESTIMATES The Engineering firm will make use of the construction budget to derive the 50%, and 100% construction cost estimates. All estimates shall be current as of the date of submission and escalated to the date of award as provided by the VA. Show unit quantity, unit measure, unit cost and total coat of labor and materials for each subheading as required by "VA FORM 10-6238, Estimate Work Sheet". All costs will include insurance, taxes, and applicable subcontractors' markup. Use wage rates that reflect current local wages. The latest Department of Labor wage survey available at the VA will be provided upon request. Price materials and equipment at the contractors buying level. Sales tax, when applicable, will be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit. J.CONSTRUCTION PERIOD SERVICES Services during the construction phase of the design/build project shall consist of: 1.Review of contractor's submittals with regards to mechanical, electrical, fire protection, and structural with recommendation to the VA. 2.Site visits when requested by the VA, in accordance with the Engineering contract, each will be followed with a mandatory written field report. 3.After completion of the project correct the complete one set of Mylar reproducible plans showing any changes from the original design. 4.Availability of the Engineering firm to answer any questions related to the design or construction that the COTR may have throughout the duration of the Design/Build phase of the project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA-244-10-RA-0098/listing.html)
 
Record
SN02106582-W 20100401/100330235106-c596235cf0afe13ebfe3a5c0f3b1f90d (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.