Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
DOCUMENT

C -- Campus Wide Brick-Mortar Repair Study VAMC Canandaigua - Attachment

Notice Date
11/7/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;2875 Union Rd. STE#3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
VA52814R0506
 
Response Due
12/8/2014
 
Archive Date
3/8/2015
 
Point of Contact
Emily I. Lindsey
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
General The VA Medical Center, Canandaigua, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the inspection of all exterior brick/mortar/terra cotta surfaces of the listed buildings for brick/mortar failures and the reason causing said failures. Buildings 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 16, 36, and 40 will require said inspections. SDVOSB A/E's with an SF-330 on file within the past twelve months are being considered and need not re-submit a SF330. SDVOSBs who believe they have a SF330 file should contact the Contracting Officer, Emily Lindsey, to verify the SF330 is on file. Other SDVOSB firms having a working office within a 300 mile radius from 400 Fort Hill Avenue, Canandaigua NY may submit SF 330's for consideration, to the Contracting Officer at Emily.Lindsey2@va.gov by 3:00 PM EST, Monday, December 8, 2014. This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). There is no estimate for a construction range, as this is merely an assessment of building conditions and an analysis of findings. Site location for this project is the Canandaigua VAMC 400 Fort Hill Ave., Canandaigua, NY 14424.The NAICS code for this procurement is 541310. SDVOSBs shall be verified in www.vetbiz.gov at time of offer and award. EXISTING CONDITIONS A majority of the buildings were built during the 1930's and 1940's. The majority of the buildings on the campus are constructed of concrete with brick bearing facades and terra cotta sill and cap stone architectural features. The buildings are in various states of dis-repair with respect to exterior brick/mortar/terra cotta joints, mortar joints and brick faces which are spalling, deteriorating and mortar joints require re-pointing, and evidence of lateral translation. In some cases, sections of walls may require rebuilding. PROJECT SCOPE 1.Inspect all exterior brick/mortar/terra cotta surfaces of the listed buildings for brick/mortar failures and the reason causing said failures. Buildings 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 16, 36, and 40 will require said inspections. 2.Prepare a detailed analysis of the condition of each building's exterior brick/mortar face, including inherent risk of falling (safety), size of area(s) in question, and the scope of repair vs. replacement and cost estimate for repair/replacement. The work shall also analyze the cause for the structural deterioration of the brick/mortar interface, i.e., roofing, flashing etc. Close attention shall be given to the parapet areas and others as shown in figure 1.1, 1.2, and 1.3. The analysis will include photographs of all areas requiring repair/replacement. 3.Prepare a final report for the total project prioritizing the repair/replacement on the following criteria: 3.1.Risk/likelihood of falling, to life and limb (safety). This would primarily be over entrances and walk ways. 3.2.Risk/likelihood of falling, second floor and above, non-safety related. 3.3.Risk to structural integrity of building. 3.4.Risk vs. time exposure, i.e. after safety and structural risk, what needs to be done first? 4.The A/E shall provide a Project Scope of Work for the actual repair project as well as the estimate, details and specifications for each individual building. 5.The A/E shall provide all labor, supervision and materials necessary to perform the work as indicated in the scope of work. 6.The A/E is responsible for all field measurements; the Government will not be held responsible for bidding errors made or the failure to adequately inspect the job site for existing conditions, dimensions and existing equipment. All bidders are strongly encouraged to inspect the job site prior to submitting bids. 7.The A/E shall be responsible for all lift equipment and other equipment required to perform the services required of this project. 8.Access to Work - The A/E will work during normal business hours Monday through Friday. The normal hours of operation are between 7am and 5pm, Monday through Friday. The A/E is required to schedule work with COR to provide minimal interruptions to patient care. Work area cleanliness and tool monitoring must be strictly adhered to. Campus safety, operation, traffic and pedestrian flow disruption shall be kept to a minimum by the access staging, deliveries and activities. 9.All work shall be performed in accordance with the solicitation documents and project Scope of work. 10.All debris shall be removed from the site and disposed of within codes and regulations. 11.All work will be performed with proper safety signage/barrier at work areas. 12.The A/E shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work sites, which is not to be removed and which does not unreasonably interfere with the work required under this contract. The A/E shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the A/E shall trim those limbs or branches with a clean cut and paint the cut with a tree pruning compound as directed by the COR. 13.The A/E shall, as directed by the COR, use only established roadways, or use temporary roadways constructed by the A/E when and as authorized by the COR. When it is necessary to cross curbs or sidewalks, the A/E shall protect them from damage. The A/E shall repair or pay for the repair of any damaged curbs, sidewalks, roads, or lawns. 14.Logistics - The A/E shall provide storage for all items not located in the project area in non-VAMC facilities. The VAMC will not receive or store any items. 15.Duration of the work for this project shall not exceed 90 days. 16.The A/E shall follow protocol as listed in the ICRA and safety guidelines for patient/population safety. The Safety Plan must be approved before commencing work. Fig. 1.1 Fig 1.2 Fig 1.3 The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Canandaigua for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330: 1.Team proposed for this project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). 2.Proposed management plan (design phase, construction phase) 3.Previous experience of the team proposed for this project (with VA, on scope-related projects) 4.Location and facilities of working offices (knowledge of the locality of the project) 5.Proposed design approach for this project (design philosophy) 6.Project control (techniques planned to control the schedule and costs, personnel responsible for schedule and cost control) 7.Estimating effectiveness (on ten most recently completed projects) 8.Sustainable design (team design philosophy and method of implementing) 9.Miscellaneous experience and capabilities (interior design, CADD & other computer applications, value engineering & life cycle cost analyses) 10.Awards and Recommendations (awards received for design excellence) 11.Insurance & litigations (type and amount of liability insurance carried, litigation involvement over the last 5 years & its outcome)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52814R0506/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-14-R-0506 VA528-14-R-0506_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1720259&FileName=VA528-14-R-0506-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1720259&FileName=VA528-14-R-0506-001.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: VAMC Canandaigua;400 Fort Hill Ave.;Canandaigua, NY 14424
Zip Code: 14424
 
Record
SN03568915-W 20141109/141107233704-45dffe7779e7454e8176ab38f5f42891 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.