Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

C -- A/E DESIGN 3RD FLOOR MENTAL HEALTH ADDITION

Notice Date
6/11/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25610RP0278
 
Response Due
8/18/2010
 
Archive Date
11/16/2010
 
Point of Contact
Carolyn S Lee
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
The A/E firm shall, in collaboration with VA staff, accomplish Contract Drawings and Specifications, and provide Construction Period Services to expand Outpatient Mental Health Services by adding a 3rd floor (approximately 11,000 gsf) at the 2nd floor level over the South Wing addition (currently under construction), Overton Brooks VA Medical Center, Shreveport, Louisiana. Additionally, this contract shall include the design to install two elevators and extend the elevator shaft for the 2nd floor floor level up to the 9th floor for a total of 10 stops (Basement through the 9th floor) and site improvements for the south wing. This design effort shall also include an electrical coordination study of the existing primary electrical distribution for the south wing addition and all other loads on this primary feed. Develop a plan on how the power requirements for the south wing addition (all 6 floors and elevators up to the 9th floor) will be met. This electrical coordination study shall include, but not limited to, the development of an accurate one-line diagram of the primary electrical system, calculating line loading and sizes, and calculating short circuit currents at major points. The study information should include at the least, a one line diagram, fusing information, current loading and available short circuit currents, and plan for adjusting the current feeder as floors are added to the south wing. The design shall be in accordance with the VA Space Planning Criteria for these functions. The AE shall collaborate with the VA Staff to develop a "final" space program for design of the new addition. The VA will provide the current construction drawings for the first two floors and elevator shaft (Basement and 1st floor) currently under construction. The project currently under construction was designed structurally to provide for 4 more additional floors (total Basement through 5th floor) and to take the elevator up to the 9th floor. This design project will only design for one more floor (2nd floor), but likewise provide for a future expansion of 3 more floors (3rd, 4th & 5th Floors). The architecture of this 3rd floor addition shall match the first two floors. AE shall perform design site visits, testing, borings, design review meetings, etc. as needed to accomplish and facilitate each phase of the design. The AE shall incorporate the requirements of all applicable codes, including but not limited to, Fire & Life Safety, ADA, National Electric Code, International Plumbing Code, VA HVAC Design Guidance, and other applicable VA Design and/or Construction Guidelines into the design of this project. The A/E shall be responsible for designing to achieve sustainable design equivalencies and for implementing within the design the following Guiding Principles found in the Federal Leadership on High Performance and Sustainable Buildings Memorandum of Understanding and the VA Sustainable Design and Energy Reduction Manual: 1. Employ Integrated Design Principles (Integrated Design, Commissioning), 2. Optimize Energy Performance (Energy Efficiency, Measurement and Verification), 3. Protect and Conserve Water (Indoor Water, Outdoor Water), 4. Enhance Indoor Environmental Quality (Ventilation, Thermal Comfort, Moisture Control, Daylighting, Low-Emitting Materials, Protect IAQ during Construction), 5. Reduce Environmental Impact of Materials (Recycled Content, Biobased Content, Construction Waste, Ozone Depleting Compounds). Sustainable design features, activities and equivalencies are part of overall Federal policy to limit environmental impact and ensure the environmental compatibility of Federal facilities. It is the intent of the VA to make every reasonable and rational effort to meet these requirements. In the event the A/E concludes that implementation of specific sustainability requirements is not feasible (in that doing so creates major negative impacts on the project, including major overall cost increases, major operational feasibility issues, major technology application issues, etc.), a detailed rationale for limiting the use of the specific sustainability feature in question shall be submitted in writing to the Project Engineer for consideration. Such rationale shall include discussion of the significant negative impacts to the project. Cost comparisons and evaluations used in supporting the non-inclusion of required sustainability features must show an overwhelming life cycle rationale. Such exclusions shall not be implemented unless specifically approved by the Project Engineer. AE shall also incorporate into the design construction bid alternates identified during the design process. Also identify in the design any phasing required to facilitate construction. Additionally, the A/E firm shall have the plans and specifications reviewed and certified by a registered Fire Protection Engineer as being in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The final cost estimate shall utilize pricing and format established by RS Means CostWorks "Facility Construction Data", most current edition. Also provide a detailed submittal register for the final design. The solicitation is to be issued as a 100% Service Disabled Veteran Small Business Set-Aside under North American Industry Classification System (NAICS) Code 541310. This Small Business Size Standard is $4.5 Million dollars average annual gross revenues for the past three fiscal years. This information is only used for classification purposes in the representation and certification portion of the Request for Proposal (RFP). In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. The A/E must be registered in the Central Contractor Registration (CCR) and VetBiz databases. 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. VetBiz information for registration and confirmation in website can be found at http://www.vip/vetbiz.gov. A/E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. To register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in your CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in contest of the full-text provisions for accuracy; acknowledge three additional read-only provisions, and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically (copy attached) to Carolyn.Lee3@va.gov no later than 2:00 P.M. local time on June 29, 2010. The A/E selection criteria shall include: 1) Proposed Design Team, 2) Proposed Management Team, 3) Previous Experience of Proposed team, 4) Location and Facilities of Working Officers, 5) Proposed Design Approach for this Project, 6) Project Control, 7) Estimated Effectiveness, 8) Sustainable Design, 9) Miscellaneous Capabilities (such as Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment Preservation, CPM and Fast Track Construction), 19) Awards, and 11) Insurance and Litigation. The completed SF 330 will be evaluated by the Chief Engineer, Overton Brooks VA Medical Center. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25610RP0278/listing.html)
 
Place of Performance
Address: Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport LA
Zip Code: 71101
 
Record
SN02175405-W 20100613/100611234809-ebbd220d655bc359868e9e6fc60eb4f4 (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.