Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
DOCUMENT

C -- A/E Design Project No. 667-18-101 Correct Tunnel Discrepancies for the Overton Brooks VA Medical Center, Shreveport, LA - Attachment

Notice Date
12/6/2017
 
Notice Type
Attachment
 
NAICS
#541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
36C25618R0141
 
Response Due
1/11/2018
 
Archive Date
3/12/2018
 
Point of Contact
Cynthia Kinsman
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 implemented 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 541330 Engineering Services and the applicable Small Business Size Standard is $15.0M. 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). 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 and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more) 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. 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. 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) Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Threshold 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; (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. 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: Gulf Coast Veterans Health Care System Network Contracting Office 16 (NCO 16) ATTN: Cynthia L. Kinsman Bldg T102 Rm A110 400 Veterans Ave Biloxi, MS 39531 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25618R0141. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. 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, to the above address no later than 3:30 P.M. (CST) on THURSDAY - JANUARY 11, 2018. 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. 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. PROJECT INFORMATION: Request for Proposal to Design Project No. 667-18-101 Correct Tunnel Discrepancies Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LA 71101 A. General Information A 1.0 Project Background, Description and Scope of Work Provide Architect/Engineer professional services to include design development, construction documents, specifications, cost estimates, construction period services and construction site visits. Overton Brooks VAMC has a requirement to correct discrepancies in the underground utility corridor tunnel from the sub-basement of the main hospital (Building 1) to the Boiler Plant (Building 3), Overton Brooks VAMC, Shreveport, LA. This design will as-built the existing tunnel condition and identify the repair plan and phasing required to correct the discrepancies. The discrepancies include, but are not limited to, ground water infiltration, inadequate lighting, inferior finishes, failing utility support structures, deteriorated and inadequate insulation, asbestos and leaks in the various utilities present in the tunnel. Any items or systems determined to be abandoned or no longer required shall be identified to be removed and capped or terminated. The main steam line expansion joints need to be replaced and will require scheduling a full steam outage unless the high-pressure manifold valves (which leak) are replaced as well. The design shall be in accordance with (IAW) the latest version of all applicable VA Design Guidelines. The design shall also incorporate proper construction phasing of work with time limitations. Continued function/operation of the utilities within the tunnel which support the main hospital shall be considered within the construction phasing plan to minimize the overall impact and disruptions generated by the construction activities. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. PERIOD OF PERFORMANCE The delivery date for this contract shall be 200 days from Notice to Proceed. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION 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. 667-18-105. 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 design package and service. The terms Design Team, Design Offeror, AE 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. The term Design Team or engineer refers to registered/licensed Architects and Engineering professionals. The terms the work and project refers to the all site investigation, site survey, calculations, testing and design for documents to Correct Tunnel Discrepancies, OBVAMC. The term VA and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. The VAMC Coordinator and COR (Contracting Officer s Representative) for this project is Archie Lanham at 318-990-4721, archie.lanham@va.gov The CO (Contracting Officer) for this project is to be determined (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 applicable 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, the A/E will coordinate with VAMC Staff to perform a site survey to facilitate the design. 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 by the A/E. A/E shall procure any services (to include, but not limited to HVAC air and hydronic pre-testing and evaluation) required to adequately test and determine the capacity of the existing utility system. ASBESTOS ABATEMENT SURVEY During the design phase, the A/E will coordinate with VAMC Staff to perform an asbestos abatement survey to facilitate the design. The AE shall survey the areas of conflict in question to 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 latest edition of the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities as applicable. NOT required for this design effort. 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. NOT required for this design effort. COMMISSIONING The construction and intended use does require commissioning. The A/E shall incorporate the VA s commissioning specification into the design and complete set of construction documents as applicable. The Construction contractor shall procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. 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-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-10 Design Manuals (by discipline) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides 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 2.0 Design Deliverables OBVAMC Design Submissions Statement of Task: Submit Floor Plan/Schematic Design 35% Design Development (DD) 65% 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 timeframe (calendar days) as outlined in the design schedule, to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the designated 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 the designated timeframe. Roof Plan/Schematic Design: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting 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 evaluate the tunnel and identify all the discrepancies. AE shall develop and propose a tunnel corrections plan and associated construction cost for review and approval. 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 tunnel correction plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies): OBVAMC Approved Tunnel Correction Plan Preliminary Cost Estimate (RS Means, Cost Works) List of probable Specification Sections for this project Asbestos Survey 35% Design Development: These drawings shall be at the largest scale possible. Drawings & Specifications: Provide one 22 x34 size set, five 17 x22 size sets, two 11 x17 size sets and one unbound 11 x17 size set of preliminary construction drawings. Provide one set of preliminary specifications indicating all the AE proposed edits double-sided and 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). Cost Estimate & Design Analysis: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors (SDVOSB) 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. The cost estimate and design analysis shall be submitted in hard copy (double-sided and in a 3-hole punch binder) and an electronic copy on a CD. FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments. 65% Design Development: This submission of drawings, specifications and cost estimate shall be very close to complete. This review by the VA shall be to validate that 35% comments were incorporated into the project. The construction documents should be sufficiently developed to cover all work items to be addressed by the project. No major items missing from this submission. The VAMC review of these documents should result in very minor comments to allow for the next 95% submission. AE shall provide a list of questions by discipline on anything that s needed from the VA to continue and fully develop the next 95% design submission. Additionally, the AE shall provide minutes from the last design review meeting and shall provide responses to all VA comments noted or identified during the last review submission. Drawings & Specifications: Submit in the same manner as the 35% DD submittal. Cost Estimate & Design Analysis: Submit in the same manner as the 35% DD submittal, except provide two complete sets of specifications and design analysis. FPE Certification: Provide review by the Fire Protection Engineer and indicate their comments. 95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 65% 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. AE shall provide a list of questions (which should be very minimal at this point) by discipline on anything that s needed from the VA to finalize and completed the design documents. Additionally, the AE shall provide minutes from the last design review meeting and shall provide responses to all VA comments noted or identified during the last review submission. NOTE: If the VA s review of this set of documents (95%) results in numerous comments, then a 99% review or a check set of certain elements of the design will be required before the AE shall proceed to the 100% Final Construction Documents. Drawings & Specifications: Submit in the same manner as the 65% DD submittal. Cost Estimate & Design Analysis: Submit in the same manner as the 65% DD submittal. FPE Certification: Provide review by the Fire Protection Engineer and indicate their comments. 100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be marked FINAL ready for bidding. Drawings & Specifications: Submit in the same manner as the 65% DD submittal. ALL ENGINEERS AND ARCHITECTS PROFESSIONAL STAMPS SHALL BE ON THIS SET OF DOUMENTS. Cost Estimate & Design Analysis: Submit in the same manner as the 65% DD submittal and marked FINAL. FPE Certification: Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans (annotate date on Final set of plan) and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. Electronic Copies: Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2015) binded and scanned individual PDF files (coordinate naming of the files with the COR). The specifications shall be in separate WORD format and separate PDF files for each spec section (coordinate naming of the files with the COR). Construction Period Services (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract. PRE-AWARD: CPS s to include assistance with questions, request for information (RFI s), meeting conference calls, clarifications and addendums during the construction solicitation phase. POST-AWARD: CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, inspections, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. Designing and estimating of design omissions. POST-AWARD SITE VISITS: CPS s shall also include a minimum of 6 Site Visits during the construction phase of the project. Type and discipline of site visit shall be determined at the time of need by the COR. ASBUILTS: AE shall also incorporate contractor s asbuilt/redline drawings on AutoCAD (2015) binded, and provide both electronic (two CD s clearly labeled) and hard copy sets. Hard copy sets of asbuilt drawings shall consist of two 22 x34 size set, five 17 x22 size sets, two 11 x17 size sets and one full size set on mylars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618R0141/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618R0141 36C25618R0141.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3948033&FileName=36C25618R0141-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3948033&FileName=36C25618R0141-000.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: Department of Veterans Affairs;Overton Brooks VA Medical Center;510 E. Stoner Avenue;Shreveport, LA
Zip Code: 71101
 
Record
SN04759209-W 20171208/171206231515-dc9d0ed560a110af10cf72634e006959 (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.