Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
DOCUMENT

C -- CONSTRUCTION: NRM PROJECT# 673-14-829, STUDY FOR SAFETY CEP / FLYWHEEL UPGRADE - Attachment

Notice Date
7/23/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 560;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24814R1490
 
Response Due
8/12/2014
 
Archive Date
9/11/2014
 
Point of Contact
John S. Burch, MBA
 
E-Mail Address
urch2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK Study for Safety CEP / Flywheel Upgrade PROJECT #673-14-829 PLANNING STUDY DESIGN SERVICES I. GENERAL REQUIREMENTS: 1)Prepare a comprehensive planning study to include schematic plans and construction cost estimates for the NRM Project #673-14-829, Study for Safety CEP / Flywheel Upgrade at the James A. Haley VA Hospital, located at 13000 Bruce B. Downs Boulevard, Tampa, Florida, 33612. The project will consist of providing a study to use as a template for an actual upgrade which includes: a)Using all NFPA (National Fire Protection Association) codes, ensure all Normal / Equipment / Critical and Life Safety power requirements are met in this Building #39 of the CEP (Central Energy Plant). b)Upgrade the existing Cleansource UPS 100 - Serial # APO00022 20562 (to be now known as the UPS unit) to the newest version of software and hardware upgrades, provide any and all mechanical & electrical audits to determine if any work is needed on this unit. Connect this UPS unit into the existing SCADA (Supervisory Control and Data Acquisition) system. Provide a list of emergency parts that are needed on site for this unit. c)Enhance/use existing electrical panel to provide power requirements mentioned in "a)". Tie-in any additional circuits needed to comply with "a)". Provide any and all mechanical & electrical audits to determine if any work is needed on this panel. 2)The A/E is to provide a schedule for the work for review and acceptance prior to the Notice to Proceed for the study. 3)The A/E shall review all pertinent VA construction criteria, standard details, and space criteria and is responsible for incorporating all such references into the plan and scope of the proposed projects. 4)This study will constitute the first phase of design development for the proposed project and will be complete enough to be presented as the preliminary design, if the project is selected for further development. Study plans shall be drawn using site measurements and verifying site conditions. The A/E shall not rely solely on "As-Built" drawings. The A/E shall provide electronic copies of drawings and reports. All drawings must be generated in the latest version of AutoCAD or its companion products (digitally signed DWGs) and PDF format in individual sheet files on CD-ROM. Include all associated support files (i.e. plot styles, external referenced files, etc.). This facility currently uses AutoCAD and Autodesk MEP 2010. The standard drawing size shall be ARCH E1 (30" x 42"). The format to be used in creating the CAD drawings (i.e. layer / level structure, fonts, font sizing, file naming conventions, etc.) is that of the latest edition of the National CAD Standard (www.nationalcadstandard.org). 1.The A/E shall follow these level / layer formats, file - naming conventions, and symbol library. 2.Drawings are to be drawn from the VA's "As-Built" or construction drawings updated by site verification, not scanned reproductions. 5)The A/E shall submit a complete construction cost estimate for each of the proposed locations for the project study with the plans at each study submission. This estimate shall show the cost of construction, most likely to be reflected by the construction contractor's bids, if the bids were submitted at the end of the projected project cycle. The level of detail for each estimate submission shall be consistent with the degree of completeness of the drawings being submitted. Building gross area computations shall be included with each estimate. Estimates shall be broken down by AIA divisions. The first page will be a summary page showing potential deductive / alternate bid items, contractor mark-ups, overhead, profit, and bonding to reflect the true construction costs. II. STUDY DELIVERABLES FOR EACH TASK ITEM: A.Establish the space plan for the proposed project to determine the most effective utilization of available space, maximize the available resources and minimize operating costs. B.Determine if the current space utilization is appropriate in size, based on VA Standards and Industry Guidelines. C.Verify that the location and size of any department operations planned for this space is sufficient to meet short and long-term program needs, based on the current and projected workload. D.Determine if department / program adjacencies should be modified to more effectively utilize available space and staff. E.Determine the best potential location for each department based on best use of existing space or best fit with programmatic needs and adjacencies to other services (if the recommended location is different than the proposed location). The A/E shall submit separate schemes with the proposed square footage in AutoCAD 3-D to the VA design work group for approval. A minimum of two schemes shall be evaluated. F.Provide a construction cost estimate for each phase of the proposed project. Costs will be based on current locality pricing. Escalation will be included in the cost estimate based on the proposed project timeline. G.Cost estimates for activation shall be included as a separate component of the project cost estimate. H.Provide three (3) copies of the Draft Report at the 80% stage. This Draft Report will include Schematic Diagrams of each project space plan and will indicate current and proposed department locations. The Draft Report will include a Narrative discussing all findings and proposed engineering and architectural changes, phasing analysis (where required) and SF construction cost estimates. Space Programs will be developed all departments that are part of the proposed project. Schematic Plans showing individual room layouts are included in this study. I.Provide six (6) copies of the Final Report at the 100% stage. The Final Report will incorporate all comments received during review of the 80% Draft Report. J.All plans will be prepared in the latest version of AutoCAD. Upon completion of the project, the A/E will provide electronic copies of the selected plan option and Final Report. K.Meeting notes are generated by the A/E for every visit as a record of the design process and will be incorporated within the Final Report. L.Present proposed phasing plans that will accomplish the construction work with a minimum of disruption to the normal operations of the hospital and departments effected. III. ADDITIONAL REQUIREMENTS AND INFORMATION: A.LIFE SAFETY: Requirement for acquiring and incorporating a Certified Independent Third-Party Safety Professional review of design documents. The A / E shall design the necessary Life Safety and Interim Life Safety provisions for impacted areas, both temporary and permanent measures. The A/E shall provide and coordinate the review of the Life Safety Provisions of the project design with a third party, independent licensed Fire Protection Engineer. The following areas will be reviewed by the third party: 1.NFPA Code Compliance 2.Environmental / EPA Impacts, Permits, etc. 3.OSHA Compliance (i.e., Excavation, Demolition, etc.) 4.Security Property / Infrastructure Management, Homeland Security, etc. 5.Emergency preparedness 6.Disability Accessibility Compliance 7.National and Local Codes. The A/E shall deliver a letter certifying compliance with all Life Safety Codes and Requirements applicable to this project from the third party. B.CODES, STANDARDS AND EXECUTIVE ORDERS: The Public Buildings Amendment Act of 1988, Public Law (Pub. L.) 100-678 requires Federal agencies to follow national recognized "model" building codes. The VA has adopted the latest edition of the following codes and standards as a minimum for all projects performed in the modernization, alteration, addition, or improvement of its real property and the construction of new structures. The VA design Manuals and Master Specifications specify other codes and standards that VA follows on its projects: 1.VA Directives, Design Manuals, Master Specifications, VA National CAD Standard Application Guide, and other Guidance on the Technical Information Library (TIL) (http://www.cfm.va.gov/til/). 2.International Building Code (IBC) including International Mechanical and Plumbing Codes 3.NFPA 101 Life Safety Code (see notes below) 4.NFPA National Fire Codes with the exception of NFPA 5000 and NFPA 900. 5.Occupational, Safety and Health Administration (OSHA) Standards 6.VA Seismic Design Requirements, H-18-8 7.National Electrical Code (NEC) 8.National Standard Plumbing Code (NSPC) 9.Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1. 10.ASME Boiler and Pressure Vessel Code 11.ASME Code for Pressure Piping 12.Uniform Federal Accessibility Standards (UFAS) including VA Supplement, Barrier Free Design 13.Building Code Requirements for Reinforced Concrete, American Concrete Institute and Commentary (ACI 318) 14.Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC) 15.Energy Policy Act of 2005 (EPAct) 16.American Society of Heating and Refrigeration Engineers (ASHRAE) 90.1, Energy Standards for Buildings Except Low-Rise Residential Buildings 17.Federal Leadership in High Performance and Sustainable Buildings: Memorandum of Understanding (MOU) 18.Executive Order 13423: Strengthening Federal Environmental, Energy, and Transportation Management 19.Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance 20.The Provisions for Construction and Safety Signs. Stated in the General Requirements, Section 01 00 00, of the VA Construction Specifications 21.American Society of Heating and Refrigeration Engineers (ASHRAE), Ventilation for Acceptable Indoor Air Quality - ASHRAE Standard 62.1 22.Safety Standard for Refrigeration Systems - ASHRAE Standard 15 C.NOTES: NFPA 101 primarily addresses life safety and fire protection features while the IBC addresses a wide range of considerations, including, but not limited to, structural strength, stability, sanitation, adequate light and ventilation, and energy conservation. VA buildings must meet the requirements of NFPA 101 and documents referenced by NFPA 101 in order to comply with the accreditation requirements of the joint Commission. Therefore, designs shall comply with the requirements of the latest edition of NFPA 101 and documents referenced therein. Design features not addressed by NFPA 101 or documents referenced therein shall comply with the requirements of the latest edition of the IBC or as otherwise addressed above in this Program Guide. For design features that are addressed by both the IBC as well as NFPA 101 or a document referenced by NFPA 101, the requirements of NFPA 101 or the document referenced by NFPA 101 shall be used exclusively. This applies even if the IBC requirements are different. D.Conflicts between Nationally Recognized Codes and Standards and VA Requirements: Should a conflict exist between VA requirements and VA adopted nationally recognized codes and standards, the conflict shall be brought to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction for the VA to ensure a consistency system wide. E.ENERGY & RESOURCE CONSERVATION: Any alterations or new equipment (motors, light fixtures, windows, HVAC equipment, pumps, chillers, water faucets, urinals, toilets, insulation, etc.) shall be energy efficient and resource efficient. This facility's overall energy usage goal is 142,000 BTU/sq. ft. (142 MBTU/SF). Energy Star, LEEDS and other related criteria shall be utilized. Light bulbs and other equipment shall have very low mercury content or NOT contain mercury at all. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1) Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)). The firm and or A/E representing the project must be licensed to practice in the State of Florida under state law. 2) Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience) 3) Capacity to accomplish work in the required time. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in general geographical area of the project and knowledge of the locality of the project. "It is expected that your SF330, Architect-Engineer Qualifications, submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. "SDVSOSB firms can download SF330 from General Services Administration (GSA) Forms website. 6)Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8)Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 9)The selected A/E should have previous experience in the design of Safety CEP/Flywheel Upgrade studies and projects within Medical Facilities. The A/E must provide documentation of at least two designs and studies for similar projects within Medical Facilities with references, names, and phone numbers with their SF330. SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF330 is limited to 100 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Cage Code 2. Dun & Bradstreet Number 3. Tax ID Number 4. The E-mail address and Phone number of the Primary Point of Contact 5. A copy of the firms VetBiz Registry Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 4:00 PM, EST on August 12, 2014. All SF330 submittals and questions must be sent electronically to the attention of John S. Burch, Contract Specialist at John.Burch2@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as "1of n". Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be visible and certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on VetBiz.gov and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814R1490/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-R-1490 VA248-14-R-1490.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1516313&FileName=VA248-14-R-1490-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1516313&FileName=VA248-14-R-1490-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James A. Haley, VA Medical Center;13000 Bruce B. Downs Blvd.;Tampa, FL
Zip Code: 33612-4745
 
Record
SN03435263-W 20140725/140723235821-9b9299ffa33676caca28af819bd04caa (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.