Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
DOCUMENT

C -- FACILITY MASTER PLAN - Attachment

Notice Date
5/26/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R1014
 
Response Due
6/27/2017
 
Archive Date
10/4/2017
 
Point of Contact
Everett E Shaver
 
E-Mail Address
824-3521
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 12 of 12 1. CONTRACT INFORMATION: This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541330, Architectural / Engineering services. The contract is anticipated to be awarded about September 2017. It is anticipated that one contract will be awarded from this announcement. Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide expert Architectural, Engineering, Medical Center Management and Medical Center Facility Planning consulting service as required for development of an Integrated Facility Master Plan for the Wilkes-Barre VA Medical Center and Outpatient Clinics. Areas to be considered are: market-level service analysis and delivery for the entire catchment area; GAP analysis for required healthcare programs; evaluation and recommendations on preferred delivery methods including non-capital solutions; department footprints; phasing of projects; moves of departments and swing space analysis; activation and commissioning requirements; support utility and infrastructure status and upgrades; cost estimates; sizing/footprints; design layouts; and, funding requirements and sources (NRM, Minor, Major, etc.). 2. PROJECT INFORMATION: Facility Master Plan: The intent of this Project is to update the Medical Center s existing Facility Master Plan. The Contractor shall build on previous facility strategic planning, Strategic Capital Investment Planning [SCIP], Facility Condition Assessment and the existing Facility Master Plan. However, the existing Facility Master Plan is not considered to be functionally accurate or implementable. Therefore, potential responders should anticipate the effort to be equivalent to creating a new plan. The A/E shall evaluate the advantages of build versus lease versus fee out decisions with regard to capacity requirements. Cost, timing of need, availability of resources, duration of need and location of need relative to location of customer shall be considered. Additionally the A/E shall evaluate the advantages of renovation versus new construction versus non-capital solutions with regard to meeting capacity requirements. Condition of facilities to be renovated, the cost of renovations, the existing layout and functionality of existing space, physical limitations and constraints, as well as adjacencies of existing space to other key programs in the facility shall be considered. The A/E will work closely with the Medical Center s Integrated Planning Team (VA Team) during the duration of the Project. A Contracting Officer s Representative (COR)/Project Manager will be assigned as the primary point of contact for the Project and will be responsible for coordinating reviews, monitoring performance and compliance with technical requirements of the Contract, scheduling site visits and tracking progress to ensure the Project meets all milestones. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. Team proposed for this project; Background of the personnel Project Manager Other Key Personnel Consultants Proposed Management Plan; Team organization Design Phase Construction Phase Previous Experience of Proposed Team; Project experience Response Time; Prime Firm Consultants Specialized Experience and Technical Competence Architectural, structural, environmental, electrical, plumbing and mechanical design Interior design Project Control; Techniques planned to control the schedule and costs Personnel responsible for schedule and cost control Estimating Effectiveness; Five most recently bid projects Miscellaneous Experience and Capabilities: Experience in healthcare clinical design Experience with VA patient-centered care or Planetree philosophy Experience using evidence based design for interior features to promote healing environments Experience in ADA Experience in NFPA 101 Life Safety code LEED certification Energy conservation Interior design Space planning 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330. Where to Submit: Offerors shall submit all original proposals to: Wilkes-Barre VA Medical Center, Contracting (049E Everett Shaver) 1111 East End Blvd Wilkes Barre, PA   18711 Everett.shaver@va.gov All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. Personal visits to discuss this announcement will not be allowed. 5. SOLICITATION: THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Firm Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting Everett E Shaver, Jr. (570) 824-3521 x4864, E-mail any questions to: Everett.shaver@va.gov. STATEMENT OF WORK FOR A/E SERVICES FACILITY MASTER PLAN KEY DEFINITIONS Integrated is the combination of Services Planning and Facility Planning into one continuous and dynamic planning process. Integrated Planning develops strategies consistent with organizational mission and goals, which drive non-capital and capital planning. This starting point for the integrated planning methodology is current and projected demand for services. VA Integrated Planning Team (Team) consists of executives, staff, clinical and technical personnel and other designated persons, including VHA, CFM, VISN and local support teams and their consultants, who will participate in some or all aspects of this services planning effort. Facility Planning is the identification of the model for delivery of healthcare services at the facility level. It considers existing facilities and locations, their current and projected operational and maintenance costs, and proposed new, expanded, relocated, or downsized facilities along with their operational and maintenance costs. Facility Planning includes determination of short and long-term of goals and strategies for all VA-owned and leased facilities. For off campus VA owned or leased facilities, only tabulation and identification of the location, size, and purpose is required. Service Planning is the identification of specific customer needs by quantity, type, and location over a specific time period and the determination of methods for delivery of those services. It includes creation of delivery scenarios which consider a variety of potential developments, assumptions, and limiting factors. Methods for delivery include facility-based, non-facility based, non-capital, or other alternatives. Services Planning takes into account existing capacities, locations, efficiencies, and resources including those of private, local, state, and other Federal organizations. Services Planning is the bridge between VHA-specific strategic planning and actual delivery solutions. Services Planning includes consulting by professional health systems planners, and technical and administrative experts to provide various types of support described herein. Medical Services include, but are not limited to Inpatient Services, Outpatient Services, Long-Term Care, Ambulatory Services and Procedures, Medical Diagnostics, Outpatient Mental Health, Home Based Patient Care (HBPC), Dental, Pharmacy, Surgery, Intensive Care, Sterile Processing, warehousing, logistics, nutrition and food preparation and durable medical equipment (DME) and Prosthetics provided by VHA. Market Area(s) constitute the basic planning unit in the VA Integrated Planning process. Each Medical Center or other geographic identifier used by VA includes one or more market areas sometimes also referred to as a catchment area. Catchment Area See Market Area. Delivery Models refers to the various ways that services are or can be delivered. This process is intended to clearly define the existing delivery models and establish innovative models to provide services that are patient centered, data-driven, continuously improving and team-based. Non-capital Solutions include, but are not limited to: telehealth/telemedicine, home care, extended hours, sharing, contracts, and telework. VA delivers health care in a dynamic environment that increasingly requires agility. In this environment VA must consider non-capital solutions before capital solutions. VA will always have a physical presence in key geographic areas, but is moving toward health care that promotes wellness (fewer visits) versus treating diseases. Market Level Services Delivery Plan is a description of how the optimum service delivery system for each market can be attained and the end state description of the services delivery system in the market. It answers - the questions of where, what, and by what venue and how the result can be achieved. DESCRIPTION OF WORK The required work includes: Collect all necessary data that is provided by the VA and collected independently to include, but not limited to: Baseline Year (2017) Veteran population, enrollment, utilization, special population and local demographics data; CARES data; Market and sector (sub-market) boundaries and service needs; Drive time access and rurality analysis; VHA,VISN and Medical Center Mission and Vision Statements; VHA, VISN and Medical Center Strategic Plans Current Health Care Planning Model (HCPM) Market Reports Current Strategic Capital Investment Planning (SCIP) Gaps and Projects Proposed Capital and Non Capital Solutions Current SCIP Strategic Capital Assessment Presentation Capital Asset Inventory (CAI) including Facility Condition Assessments (FCA), Capital Functional Survey Data, previously completed facility mas-ter plans (if available) Current facility project data (of ongoing work) and associated space implications Current facility goals and strategic plans where available Joint Commission Statements of Condition Historic property listings Other local facility data, and other documents as may be appropriate and available Prepare a Basis of Study (BS) in the form of a narrative presentation of facts, sufficiently complete, to demonstrate that the project concepts are fully understood, and that subsequent study details, and their ultimate presentation in the final plan and reports, will be based on sound architectural and engineering decisions. Analyze data and prepare a Schematic Study that includes both a narrative and conceptual drawings demonstrating further development of the Basis of Study with the expressed intent of meeting or exceeding current VA Performance Measures, Design Guides and Access Requirements through spatial improvements to the facility by: eliminating gaps and/or surpluses in care; upgrading the facility to meet current life safety and building code requirements; correcting high priority (levels C, D and F) deficiencies as identified in the Facility Condition Assessment; increasing productivity; economizing space; improving ergonomics; improving ergonomics and aesthetics; enhancing overall appearance; reducing operational costs; and/or, extending the useful life of the facility through modernization of supporting architectural and utility infrastructure. Develop a Master Plan based on the approved Schematic Study that outlines systematic and logically phased/sequenced plans for improving the environment of care of all medical and administration functions at the Medical Center and Community Based Outpatient Clinics. Develop a 10-year Construction Phasing Plan based on the approved Master Plan that considers the impact of all in-progress and/or pending renovations and makes recommendations on the realignment of the facility s existing Strategic Capital Investment Plan (SCIP) for NRM, Minor and Major projects. Recommended Projects shall include cost estimates for design and construction. BACKGROUND Wilkes-Barre VA Medical Center (Medical Center) in one of 10 VA Hospitals that belong to Veterans Integrated Service Network 4 (VISN 4) that covers Pennsylvania, Delaware and one county in New York. The main Medical Center facility is comprised of 20 buildings situated on a 50-acre campus. In addition, the Medical Center operates five VA staffed Outreach Clinics and two privately operated Contract Clinics. The facilities provide health care services to Veterans living in a catchment area comprised of 18 counties in northeastern Pennsylvania and one county in southern New York (Exhibit A Catchment Map). The buildings at the Wilkes-Barre Medical Center Campus consist of (See Exhibit B Building Inventory): A 68-bed Level 2 hospital (Building 1, circa 1950) which includes a newer clinical addition (circa 2000); A 105-bed Community Living Center (Building 27, circa 1980); and, Multiple attached and detached support structures serving primarily administrative, maintenance and utility support missions (circa 1950 to 1970). The Medical Center has invested substantially over the last 6-years to upgrade several areas of the facility. There remain, however, many other areas/buildings that are aged and require major upgrades to increase their life expectancy, upgrade infrastructure to more modern/energy efficient systems and to create modern, functional and aesthetically pleasing spaces in which health care can be delivered effectively and efficiently. The Consultant will assure that all recommendations, future strategic plans and capital asset uses will be designed to assure optimal productivity, performance and integration in order to promote world-class healthcare delivery to the entire Veteran population within the catchment area and, in the case of certain specialty care areas, as a center of excellence that supports the Network and VA as a whole. Recommendations shall include schematic designs for the main campus and all of the Outpatient Clinics (existing and any new clinics projected during data review). A general description of existing programs, services and uses by building and floor is included in Exhibit C Existing Uses. DESIGN CRITERIA The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management and is the master repository for all VA approved standards for planning and construction to include design and construction specifications, procedures, standard details, BIM/CAD standards, equipment guides, space planning and design guides. These standards shall serve as the basis for planning and design for all projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. In addition, the VA, acting as the Authority Having Jurisdiction (AHJ), has adopted the latest edition(s) of the following codes and standards (but not limited to): Occupational, Safety and Health Administration (OSHA) Standards; International Building Code (IBC); National Electrical Code (NEC); National Fire Protection Association (NFPA) Codes, with the exception of NFPA 5000 and NFPA 900; National Standard Plumbing Code (NSPC); Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1; ASME Boiler and Pressure Vessel Code; ASME Code for Pressure Piping; Architectural Barriers Act Accessibility Standard (ABAAS) for Federal Facilities; Building Code Requirements for Reinforced Concrete, American Concrete Institute (ACI 318 2) and Commentary (ACI 318 R2); Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC); Energy Code for New Federal Commercial and Multi-Family High Rise Residential Buildings: Final Rule. Mandatory for New Federal Buildings, Department of Energy (DOE) regulations, 10 Code of Federal Regulations (CFR) Parts 434 and 435; The Provisions for Construction and Safety Signs. Stated in the General Requirements Section 01010 of the VA Master Construction Specification; Federal Green Building Requirements; Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings and Public Laws (http://www.epa.gov/oaintrnt/projects/requirements.htm): Greening the Government through Leadership in Environmental Management Executive Order 13148; Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1; Safety Standard for Refrigeration Systems ASHRAE Standard 15; U.S. National CAD Standard; VHA Directive 1061 Prevention of Healthcare-Associated Legionella Disease and Scald Injury From Potable Water Distribution Systems; Multiple VHA Directive and Handbooks related to the delivery and environment of care; and, USP 797 and/or 800. Where conflicts exist between VA Directives, Standards, Specifications and/or Handbooks and adopted codes and standards, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the AHJ to ensure consistency throughout the Agency. CONTRACT PHASING, TRAVEL AND BILLING Phase 1: Quality Assurance/Quality Control (QA/QC) Plan Submit a detailed QA/QC Plan describing each step that will be taken during the development of the various phases of the study. Each step should have an appropriate space where a senior member of the firm can initial and date when the action has been completed. Deadline for completion of Phase 2 is Notice to Proceed (NTP) + 15-days. No site visits required. The contract is 1% billable upon acceptance of the QA/QC Plan. Phase 2: Data Collection and Basis of Study (BS) The Basis of Study submittal is a narrative presentation of facts, sufficiently complete, to demonstrate that the project concepts are fully understood, and that subsequent study details, and their ultimate presentation in the final plan and reports, will be based on sound architectural and engineering decisions. It is expected by this submittal the A/E shall have performed (at a minimum) the following tasks: Coordinated with VA personnel to develop a listing of all planning assumptions and constraints; Generated in a collaborative method with VA personnel a list of necessary interviewees to ensure that critical stakeholders are included; and, Facilitated a series of planning meetings with all critical stakeholders to perform an analysis and determination of needs to develop options for the facility master plan. Deadline for completion of Phase 2 is NTP + 75-days. Requires at a minimum, one site investigation/design group meeting (2-days) and one site visit (1-day) to present and discuss submittals. The contract is 10% billable upon completion of data collection and formal acceptance of the BS Submittal. Phase 3: Schematic Study (SS) The Schematic Study submittal is a narrative presentation of facts, sufficiently complete, to demonstrate that the Basis of Study results are being further developed. The submittal will include conceptual drawings of the facility master plans, initial project listings and initial cost estimates. It is expected by this submittal the A/E shall have performed (at a minimum) the following tasks: Identified any planned new programs for the facility and determine workload and space requirements for those new programs; Completed Market Level Services Delivery Plan Completed Space and Service GAP analysis and all required solutions; Evaluation and identification of additional services needed to support new programs; and, Initial evaluated gaps and provide a report to showing current and future deficiencies for: Support Services Clinical Services (Patient Care) Mechanical, Electrical, Plumbing Infrastructure Space Security Functionality/Adjacency/Efficiency Parking. Deadline for completion of Phase 2 is NTP + 135-days. Requires, at a minimum, one site investigation/design group meeting (2-days) and one site visit (1-day) to present and discuss submittals. The contract is 35% billable upon acceptance of the SS Submittal. Phase 4: Development of Study (DS) The Development of Study is the submittal of the Draft Master Plan and Draft 10-Year Construction Phasing Plan, sufficiently complete (75%), to demonstrate that the Schematic Study results are being further developed. The submittal will include refined drawings, project listings, refined project phasing plans and cost estimates for all work included in the Master Plan. It is expected by this submittal the A/E shall have performed (at a minimum) the following tasks: Provided a general listing of program requirements, as well as a detailed listing of projects and prioritization; Utilized space projections to determine appropriate square footage needs on both the departmental and facility levels; and, Developed a detailed list of capital initiatives by year and program along with an Microsoft Project Schedule for the Capital Master Plan that will identify tasks (broadly defined projects), task duration, task schedule (timing of activation to meet projected demand), task phasing (successor/predecessor relationships), as well as program resources required for accomplishment (NRM, CSI, Minor, Major, lease, etc.). Deadline for completion of Phase 2 is NTP + 195-days. Requires at a minimum, design group meeting (2-days) and one site visit (1-day) to present and discuss submittals. The contract is 70% billable upon acceptance of the DS Submittal. Phase 5: Study Review (SR) The Study Review submittal is a narrative presentation of facts, sufficiently complete (90%), to demonstrate that the study objectives have been integrated into the Master Plans and 10-Year. The submittal will include further refined drawings, engineering project listings, refined project phasing plan and cost estimates for all work included in the Master Plan. It is expected by this submittal the A/E shall have performed (at a minimum) the following tasks: Provided departmental footprints, both current and proposed, as editable files and hard copies showing the department boundaries/locations in the plan, adjacency with other departments, and appropriate size of the department required (in Department Gross Square Feet or DGSF) represented by the block diagrams; Completed cost estimates; Draft version of the Master Plan and 10-Year including refined drawing (see Exhibit D-Sample Master Plan Contents) ; Draft versions of promotional materials to include large format site planning renderings (minimum 10 significant area of interest), promotional handouts (pamphlets, web-based presentation and booklets) and diagrammatic plans of future state for all hospital floors, buildings and CBOCs; and, A draft animated time-based video rendering (utilizing sketch-up or similar program) future projects in the form of an area walkthrough walkthrough/flyby of prosed improvements in the proposed Master Plan over the entire 10-year period. Deadline for completion of Phase 2 is NTP + 255-days. Requires at a minimum, one site visit to present and discuss submittals. The contract is 90% billable upon acceptance of the SR Submittal. Phase 6: Final Study (FS) The Final Study submittal is a narrative presentation of facts, sufficiently complete (100%), to demonstrate that any required revisions to the Study Review submittal have been completed and integrated into the Master Plan and 10-Year Construction Phasing Plan. The submittal shall include final drawings, project listings and cost estimates for all work of the Master Plan. It is expected by this submittal the A/E shall have performed (at a minimum) the following tasks: All required work in its final and complete form; Final version of the Master Plan and 10-Year including refined drawing (see Exhibit D-Sample Master Plan Contents) ; Final versions of promotional materials to include large format site planning renderings (minimum 10 significant area of interest), promotional handouts (pamphlets, web-based presentation and booklets)and diagrammatic plans of future state for all hospital floors, buildings and CBOCs; Animated time-based video rendering (utilizing sketch-up or similar program) future projects in the form of an area walkthrough walkthrough/flyby of prosed improvements in the proposed Master Plan over the entire 10-year period; Deadline for completion of Phase 2 is NTP +315-days. Requires, at a minimum, one site visit to present and discuss submittals. The contract is 100% billable upon acceptance of the FS submittal. SUBMITTAL FORMATS Submittals shall be provided in electronic format only, unless specifically required to be in hard copy format as listed below. Electronic format includes: Portable Document Format (.pdf), Microsoft Office Suite formats (.doc,.xls, and.ppt), Microsoft Project (.mpp), Moving Pictures Experts Group-4 (.mp4) and Autodesk Revit Project (.rvt) files are acceptable formats. Submittals shall additionally be compliant with Section 508 of the Rehabilitation Act (29 U.S.C. '794 d); information on the requirements for accessible media can be found at http://www.section508.gov/. Meeting/Conference Minutes--Meeting minutes for all formal meetings and conferences held with the VA. Meeting minutes shall be submitted within seven (7) calendar days of the meeting or conference. All documents in any of the electronic formats listed above. Site Visit Reports--Site visit reports shall be submitted within seven (7) calendar days of the visit. All documents in any of the electronic formats listed above. Construction Cost Estimates Construction cost estimates shall comply with Manual for Preparation of Cost Estimates & Related Documents for VA Facilities dated March 8, 2011. This document is available on the TIL at http://www.cfm.va.gov/cost/index.asp. All estimates in any of the electronic formats listed above. Quality Assurance/Quality Control (QA/QC) Plan All documents in any of the electronic formats listed above Two (2) paper bond sets of documents Basis of Study (BS) All documents in any of the electronic formats listed above Six (6) paper bond sets of documents Schematic Study (SS) All documents in any of the electronic formats listed above Six (6) paper bond sets of documents Development of Study (DS) All documents in any of the electronic formats listed above Six (6) paper bond sets of Master Plan documents Study Review (SR) All documents in any of the electronic formats listed above Six (6) paper bond sets of Master Plan documents Six (6) paper bond sets of Promotional Material One (1) CD ROM of Video electronic copies of all completed work Final Study (FS) All documents in any of the electronic formats listed above Twenty (20) paper bond sets of Master Plan documents One (1) paper bond on foam board color full size rendering of each of the 10 projects selected Two dozen (24) paper bond bound color presentations of Master Plan Three hundred (300) flyers (2-sided, zero border, tri-fold, color, glossy) of master plan highlights One (1) CD ROM of Video and electronic version of all completed work ---End---
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R1014/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-1014 VA244-17-R-1014.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531595&FileName=VA244-17-R-1014-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531595&FileName=VA244-17-R-1014-000.docx

 
File Name: VA244-17-R-1014 Exhibit A--Catchment Map Master Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531596&FileName=VA244-17-R-1014-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531596&FileName=VA244-17-R-1014-001.pdf

 
File Name: VA244-17-R-1014 Exhibit B--Building Inventory Master Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531597&FileName=VA244-17-R-1014-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531597&FileName=VA244-17-R-1014-002.pdf

 
File Name: VA244-17-R-1014 Exhibit C--Space Uses Master Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531598&FileName=VA244-17-R-1014-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531598&FileName=VA244-17-R-1014-003.pdf

 
File Name: VA244-17-R-1014 Exhibit D--Sample Contents Master Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531599&FileName=VA244-17-R-1014-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3531599&FileName=VA244-17-R-1014-004.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04524379-W 20170528/170526234831-bcdffc0199a7113958536e0a84f4240a (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.