Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
DOCUMENT

C -- PROJECT 667-16-101; Renovate Morgue, Bldg 1 667-16-3-513-0191--VA256-16-AP-8050 - Attachment

Notice Date
7/29/2016
 
Notice Type
Attachment
 
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
VA25616R1031
 
Response Due
8/12/2016
 
Archive Date
10/11/2016
 
Point of Contact
Lori Gale
 
E-Mail Address
0-4093<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1.CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implement in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 500 mile radius of the Overton Brooks VA Medical Center; 510 E. Stoner Avenue, Shreveport, LA 71101-4295 in which either the A/E firm's Primary or established Auxiliary/Satellite office must be located. Note: The 500 mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-4212 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. b.SDVOSB Requirements: 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. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $250,000 and $500,000. 2.SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Overton Brooks VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. (1) Professional qualifications necessary for satisfactory performance of required services; (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; (3) Capacity to accomplish the 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 the general geographical area of the project and knowledge of the locality of the project (500 miles); (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. 3.SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: VA Overton Brooks Medical Center Network Contracting Office (NCO 16) ATTN: Lori Gale, Contract Specialist 510 E. Stoner Ave (90C) Shreveport LA 71101 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA256-16-R- 1031. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. (b) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxto the above address no later than 3:00 P.M. (CT) on Wednesday, Aug 3, 2016. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330's and additional documents/submittals. 4.THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 5.PROJECT INFORMATION: Project No. 667-16-101 Overton Brooks VA Medical Center, Shreveport, LA A. General Information A 1.0Project Background, Description and Scope of Work Overton Brooks VAMC has a requirement to design a project to renovate the autopsy suite in the east wing of the basement of building 1, Overton Brooks Medical Center, Shreveport, LA, to bring it up to modern VA standards. The area to be renovated is approximately 1,060 square feet. The design documents shall capture a plan to do renovate the autopsy area, which will include, but not be limited to, new finishes, lighting, fixtures, removal and replacement of the existing morgue freezer, removal and replacement of the dedicated air handler and exhaust system servicing the autopsy suite, new built-in autopsy table, and minor plan changes to meet the current space standards and codes within the confines of the existing space. The project will correct deficiencies to improve the Overton Brooks VAMC infrastructure and provide better access and a safer environment for Pathology and Laboratory staff. Renovation of the autopsy suite will include, but not be limited to: demolition and reconstruction of wall, ceiling, flooring, electrical, mechanical and HVAC (heating, ventilation and air conditioning), fire sprinkler & alarms, signage, casework, and interior design. This contract will provide for complete design (construction documents) and construction period services (CPS). PERIOD OF PERFORMANCE The delivery date for this contract shall be 190 calendar days from Notice to Proceed. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION A.The term "responsibility," used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC project no. 667-16-101. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional facility. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facility. B.The terms "Design Team", "Design Offeror", or "A/E" refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. C.The term "Design Team" or "engineer" refers to registered/licensed Architects and Engineering professionals. D.The terms "the work and project" refers to the all site investigation, site survey, calculations, testing and design for documents to construct the Improve Smoke Damper Access, OBVAMC. E.The term "VA" and the term "VAMC" refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. F.The "VAMC Coordinator" for this project is Adam Hart at 318-990-5015, adam.hart@va.gov G.The COR (Contracting Officer's Representative) for this project is Kevin James at 318-990-5297, kevin.james2@va.gov H.The "CO" (Contracting Officer) for this project is TBD. QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. DRAWINGS This project will utilize AutoCad, version 2015. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the "e-transmit" function. SITE AND TOPOGRAPHY SURVEY During the design phase and A/E will visit the site to confirm critical dimensions. A topographic survey is NOT required. GEOTECHNICAL SURVEY A geotechnical survey of the area is NOT required UTILITY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to obtain utility information to facilitate the design. Otherwise, what is not obtained shall be surveyed to extent necessary. ASBESTOS ABATEMENT SURVEY During the design phase, the A/E will coordinate with VAMC Staff to obtain asbestos abatement survey information to facilitate the design. The AE shall also survey the areas of conflict in question and either confirms the presence, or clearance, of asbestos and incorporate into the design documents accordingly. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE's review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. SEISMIC DESIGN In accordance with the VA's manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being "Low" (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities dated January 2015 as applicable. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. COMMISSIONING Commissioning is to be provided by the construction contractor for this renovation. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA's Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-1Master Construction Specifications PG-18-3Design and Construction Procedures PG-18-4Standard Details and CAD Standards PG-18-10Design Manuals (by discipline) PG-18-12Design Guides (graphical, by function) PG-18-13Barrier Free Design Guides PG-18-14Room Finishes, Door, and Hardware Schedules PG-18-15Minimum Requirements for A/E Submissions Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE: Utilize the latest version of guidance at time of design award. A 2.0Design Deliverables OBVAMC Design Submissions - Statement of Task: 25% Schematic Design (SD) 50% Design Development (DD) 95% Design Development (DD) 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum of 16 calendar days to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the 16 calendar day timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond 16 calendar days. 1.25% Schematic Design: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting any and all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall collaborate with VA staff/end user (VA Safety Staff) to review and finalize the identification of the accessibility deficiencies and the plan to correct each deficiency. The A/E shall develop schematic drawings for review. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital. Dimensions, slopes, etc will need to be indicated on the drawings. AE shall work with the VA staff until acceptable correction plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies): a.OBVAMC Approved Plan b.Preliminary Cost Estimate (RS Means, Cost Works) c.List of probable Specification Sections for this project 2.50% Design Development: These drawings shall be at the largest scale possible and shall show the architectural layout of each floor, approximate room dimensioning/square footage, room identification, fire exists, chases, columns and other pertinent information necessary to provide information that will carry the design to the next review. a.Drawings & Specifications: Provide one 22"x34" size D set, two 17"x22" size C sets and one unbound 11"x17" size B set of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the AE proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). b.Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead, Profit, Bond and Labor Burden (typically 32%). Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on a CD. c.Design Analysis: Provide a design analysis for each discipline indicating the design rational, thought process and design calculations (including actual field test and test date). Provide a summary of deductive bid alternates. Provide an initial review by the Fire Protection Engineer and their comments on the 25% design documents. Provide a draft preliminary detailed submittal register. Provide a list, by discipline, on what outstanding data or feedback is required from the VAMC. Provide two hard copies of the Design Analysis and one electronic copy on a CD. NOTE: The AE shall not proceed with the 95% design without written concurrence from the VA. 3.95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 50% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the AE shall proceed to the 100% Final Construction Documents. a.Drawings & Specifications: Submit in the same manner as the 50% DD submittal. b.Cost Estimate: Submit in the same manner as the 50% DD submittal. c.FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments. 4.100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding. a.Drawings & Specifications: Provide one 22"x34" size D set, two 17"x22" size C sets and two 11"x17" size B sets of FINAL construction drawings (one set of the 11"x17" size drawings to be unbound). Provide two set of FINAL fully edited specifications (specs in a 3-hole punch notebook). Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format and AutoCAD, Specifications in Word format and PDF format). b.Cost Estimate: Submit FINAL CostWorks cost estimate in the same manner as previous submittal. c.FPE Certification: Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. d.Electronic Copies: Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2015) and scanned individual PDF files. The specifications shall be in separate Word and separate PDF files for each spec section. Construction Period Services (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract. CPS's to include assistance with questions, request for information (RFI's), clarifications and addendums during the construction solicitation phase. CPS's also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, reviewing and responding to RFI's and review/coordination of contract modifications/change orders. AE shall also incorporate contractor's as built drawings on AutoCAD (2015). In addition to the Contract as built package required, include one full size set on mylar.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25616R1031/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-R-1031 VA256-16-R-1031.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2907596&FileName=VA256-16-R-1031-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2907596&FileName=VA256-16-R-1031-000.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: Overton Brooks VA Medical Center;510 East Stoner Ave;Shreveport LA 71101
Zip Code: 71101
 
Record
SN04202264-W 20160731/160729235117-98a96c2ceb3bb3a0a1384865bba799ed (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.