Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

C -- A/E DESIGN HVAC SYSTEM

Notice Date
4/20/2010
 
Notice Type
Presolicitation
 
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-RP-0199
 
Archive Date
7/19/2010
 
Point of Contact
KRISTINA WEIRCONTRACT SPECIALIST
 
E-Mail Address
Contracting Officer
(KRISTINA.WEIR@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Louis A Johnson Veterans Affairs Medical Center (VAMC) Clarksburg, WV, is soliciting and intends to award a firm fixed price contract for Architecture/Engineering (A&E) services entitled, "A&E HVAC Renovations" at the VAMC in Clarksburg, WV. Only firms within 250 miles (or with branches within 250 miles) of the Louis. A. Johnson VAMC will be considered for award of this contract. The estimated construction cost range is between $250,000 and $500,000. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract. Full and open competition will be utilized. The NAICS Code is 541310, Architectural Services, and the Small Business Size Standard is $4.50 million gross annual revenue. It is the intention of the Louis A. Johnson VA Medical Center (VAMC) to acquire a comprehensive range of professional architectural, engineering and ancillary professional services in support of the VAMC HVAC Systems. Provision of a wide range of professional services and specialties including Laboratory Testing by disciplines will be required including the following: Architecture, Architectural Project Management Support (CPM and related scheduling and planning services), Structural Engineering, Mechanical Engineering, Plumbing Engineering, Electrical Engineering, Telecommunications Engineering, Ground/Floor Penetration Surveys, Fire Safety Engineering, Environmental Engineering, and Energy Engineering Computer Aided Facility Management Support Provision of design services for this project are based on a recent study and evaluation of the air handlers at this facility. It is to be noted that the intention of the VA is to acquire design(s) of corrective actions which will require extensive investigation by the A/E beyond the document provided. There are a number of elements to performing under the anticipated contract that are unique to the VA as contrasted to the private sector and to other federal agencies. The Department of Veteran Affairs (VA) is its own Authority Having Jurisdiction (AHJ). As a Federal Agency, the Designated Agency Safety and Health Officer (DASHO) is tasked with responsibility for all National Fire Codes etc. The VA maintains its own set of mandatory design manuals, master specifications, CAD Details and Standards and extensive submission requirements for A/E services. These are found at www.cfm.va.gov/. In many areas these design standards exceed that of national consensus codes. This is particularly true for electrical, steam generation/distribution and architectural accessibility design requirements. A/E firms act in advisory capacity to the VAMC not in the role of agent as is often the case in the private sector. This results in the construction period services such as submittal review (which are funneled through the VA to the contractor) requiring additional time to fully process. The programming and schematic review period will require 30 to 45 days review and approval time by the VA. 50% and 90% Submissions in the Design Development Phase are reviewed by an external Fire Safety engineer adding one or more weeks to the VA review periods. Also in house reviews and coordination with owning departments and stake holders require two or more weeks for the VA to process for any submission. The A/E will provide 8 sets of documents for each. Construction Safety Guidance requires additional and extensive in house review of each submission by VA staff. This is intended to occur immediately after receipt of the external report at D for the 50% and 90% set. The A/E will be required to incorporate all changes resulting from such reviews at no additional cost to the government. Interested A/E firms must submit the following additional information on Part H of the SF-330: 1. PROPOSED MANAGEMENT PLAN: Provide a narrative description of your proposed management plan for conceptual design, design phases, and the construction phase for the identified requirements. 2. PREVIOUS EXPERIENCE OF PROPOSED TEAM: Describe project experience for the above identified projects and experience with healthcare facilities. Describe the team's experiences with issues unique to healthcare facilities. Address experience with the design and modifications of occupied facilities, development of conceptual designs, cost estimates and VA master specifications. VA master specifications are viewable online at http://www.cfm.va.gov/til/spec.asp. 3. PROPOSED APPROACH FOR HANDLING IDIQ FOR DESIGN: Describe proposed design philosophy. Address how your A/E firm will handle anticipated problems and potential solutions. 4. PROJECT CONTROL: Describe techniques planned to control (a) project management, (b) schedule, (c) quality and (d) costs. Describe the personnel responsible for these areas, including the project manager, and consultants. 5. ESTIMATING EFFECTIVENESS: Provide the estimates for the relevant projects that were listed in Part 19 of the SF 330, identifying the initial A/E construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, and civil). 6. SUSTAINABLE DESIGN: Describe your teams design philosophy, method and experience of implementing and controlling. 7. MISCELLANEOUS EXPERIENCE AND CAPABILITIES: Address experiences from the projects listed in Part 19 of the SF 330 in regards to: (a) CADD and other computer applications; (b) value engineering; (c) life cycle cost analyses; (d) environmental; (e) historic preservation; (f) energy conservation; (g) new energy resources; and (h) Critical Path Management (CPM) and fast track construction. 8. INSURANCE AND LITIGATION: Address the types and amounts of liability insurance carried. Identify any and all litigation involvement over the last five years and its outcomes. This is not a request for proposal. Interested firms should submit two (2) completed SF 330s (form available at http://vaww.va.gov/facmgt/ae). A&E Firms are required to respond via email to Kristina.Weir@VA.Gov or mail to Louis A. Johnson VAMC, One Med Center Dr., Clarksburg, WV 26301, Attn: Kristina Weir, by 4:00 p.m. local time on or before May 19, 2010. Point of Contact is Kristina Weir, Contract Specialist at (304) 626-7759.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA-244-10-RP-0199/listing.html)
 
Place of Performance
Address: LOUIS A. JOHNSON VA HEALTHCARE SYSTEM;1 MED CENTER DRIVE;CLARKSBURG, WV
Zip Code: 26301-4199
 
Record
SN02126974-W 20100422/100420235200-2cba5dc2d8d850f981b88cfc2bb97877 (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.