Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SPECIAL NOTICE

Z -- AE Replace Cath Lab HVAC

Notice Date
10/8/2021 12:04:34 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24621Q1421
 
Archive Date
01/06/2022
 
Point of Contact
Denise Morman, Contract Specialist, Phone: 804-675-5170
 
E-Mail Address
denise.morman@va.gov
(denise.morman@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 This request for A-E firm qualifications packages is 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/ VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION). THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. 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) subpart 36.6. All submissions will be evaluated in accordance with the below selection 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. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veterans Affairs, Hunter Holmes McGuire, Richmond Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project #652-22-123, Replace Cath Lab HVAC located at 1201 Broad Rock Blvd, Richmond, Virginia 23249. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.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) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-10. NOTE - Offerors are referred to 852.219-10 (d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. In order to assure compliance with this clause, all firms submitting a SF330 for this Special 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.). All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. The Richmond VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Denise Morman, Contract Specialist Email: Denise.Morman@va.gov PROJECT INFORMATION: Project No. 652-22-123 Project Title: AE: Replace Cath Lab HVAC Richmond VA Medical Center 1201 Broad Rock Blvd Richmond, Virginia 23249 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $16.5 million annual revenue. The projected award date for the anticipated A/E contract is on or before February 15, 2022. The anticipated period of performance for completion of design is 212 calendar days after Notice to Proceed (NTP). The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: Provide professional engineering services for the design and construction administration to replace and upgrade the HVAC System in the Cardiac Catheterization Lab to bring it in compliance with current VA standards for temperature, air changes, space pressure, filtration, outside air and humidity. The renovation design shall include but is not limited to the following items: a. Replacement of the existing HVAC system located in the Cardiac Catheterization Lab and adjacent spaces with a new system that meets current VA standards. b. Modification of the procedure rooms finishes as required to install the new HVAC system and meet the air flow/distribution and pressure requirements indicated in the VA design guides and manuals. c. Modification of any structural elements required to install the new HVAC system. d. Verification and modification of electrical systems, as necessary, to account for new HVAC equipment. e. There will be no changes to the existing floor plan. f. Design will incorporate the requirement for the construction contractor to carefully remove medical equipment before work starts, package equipment for shipment, store equipment in a conditioned warehouse, and reinstall and test equipment after work is complete. Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Design shall also meet all applicable codes and standards. Proposed work is located at Richmond VA Medical Center, Building 500, in the Cardiac Catheterization Lab. ESTIMATED START AND COMPLETION DATES: The Government has determined that based on the scope of the project, the location of the work to be performed, and phasing requirements, a performance period of one thousand and ninety-six (1096) calendar days after receipt of the Notice to Proceed (NTP) is sufficient. Design completion: 212 calendar days; includes VA design reviews Procurement timeframe: Six (6) months from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process Construction period services: 704 calendar days from construction award date Total contract period: 1096 calendar days. Submit by (Calendar Days after NTP) Initial Integrated Project Team (IPT) meeting 14 days Schematic Design 65% design (3 options) 70 days IPT Review Comments and Option Decision 91 days Design Development 95% design 135 days IPT Review Comments Returned 156 days Design Development 100% design 184 days IPT Review Comments Returned/Meeting 198 days FINAL Construction Bid Documents 212 days EXPECTATIONS: Submit complete review package in accordance with the following requirements and guidelines outlined in http://www.cfm.va.gov/contract/aeDesSubReq.asp. Please pay specific attention to the schematic, design, and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E may elect to delete individual submissions where not required (i.e. Do not address A. Site Development, Landscaping for interior renovation projects). A/E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated 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. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. 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 performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. At a minimum, the firm shall submit resumés/qualifications for the following key personnel that will be working on this project: Project Manager, Senior Architect, Mechanical Engineer, Electrical Engineer, Structural Engineer, Fire Protection/Life Safety Engineer, Industrial Hygienist, and Project Cost Estimator. The submitted qualifications shall indicate that the project team has recent direct experience with designing Hospital projects with similar improvements to those proposed at Richmond VAMC. The architect/engineer shall provide a team where each member has minimum of 5 years of experience with similar projects. Firm shall provide a table of a minimum of 2 comparable projects, comparing their construction probable cost estimate with the bid/award amount during construction and the associated variances. The projects presented shall have been awarded within the last five (5) years. Specialized experience and technical competence in the type of work required, specifically HVAC design in Catheterization Labs or Operating Room Suites. The architect/engineer shall provide evidence of understanding the project; and any unique architectural/engineering aspects associated with the proposed project and how to address them. The architect/engineer shall present projects of a similar nature that clearly demonstrate an understanding of the presented scope of work. The maximum numbers of projects to present is five (5). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. The architect/engineer shall provide documented evidence of illustrating the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Firm shall provide past performance documentation of projects listed as example projects in factor 2.b. used to illustrate the proposed team s qualifications for this project. If available, please present CPARS reports, Past Performance Questionnaires (PPQ s must be signed by the project owner) or other information reflecting past performance for the example projects listed in factor 2.b. Capacity to accomplish the work in the required time for both the prime and subconsultants. This factor evaluates the ability of the firm, given their current projected workload (percentage) and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. The information presented should clearly demonstrate the availability of individual key personnel on the project team. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team members (including sub-consultants) for the specified contract performance period. The information presented should show the availability, in percentages, that each particular key person is available for this project based on their current workload. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates Volume of VA contract awards in the last 12 months. Construction Period Services experience The architect/engineer shall demonstrate specific experience in construction period services, providing information to illustrate experience in providing the following service: Professional field inspections during the construction period Timely review of construction submittals, Timely answering of requests for information during the construction period. The architect/engineer shall demonstrate specific experience providing support for the execution of construction contract changes, including drafting statements of work and IGCE s. The contractor shall provide documentation illustrating the accuracy of construction change IGCE s (such as table of construction change IGCE s generated and result change costs) The architect/engineer shall provide a record of any significant claims against the firm because of improper or incomplete architectural and engineering services. The architect/engineer shall provide documentation of the extent to which potential offerors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and ""NM"" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. Specialized experience and technical competence in the type of work required, specifically HVAC design in Catheterization Labs or Operating Room Suites. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. 4. Capacity to accomplish the work in the required time for both the prime and subconsultants. Construction Period Services experience. The architect/engineer shall provide a record of any significant claims against the firm because of improper or incomplete architectural and engineering services. The architect/engineer shall provide documentation of the extent to which potential offerors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank a firm as qualified and eligible. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. As prescribed in 819.7009, insert the following clause: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, provided that any reference therein to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB unless otherwise stated in this clause. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled Veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) above). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR part 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a non- manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a non-manufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For contracts referenced in (d)(2), (3), and (4) the cost of materials is excluded and are not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small businesses do not provide them. For additional information and more specific requirements on the limitations on subcontracting, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] __X_ By the end of the base term of the contract or order, and then by the end of each subsequent option period; or _____By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. Any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program takes precedence. (h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406, Debarment). SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF330, including Parts I and II, and attachments (if any) electronically to Denise.Morman@va.gov no later than 4:00 p.m. Eastern Daylight Time on November 9, 2021. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Specialist. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24621Q1421_1 Replace Cath Lab HVAC, Project #652-22-123 (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES no later than 4:00 p.m. Eastern Daylight Time on November 9, 2021. SF330, including Parts I and II, and attachments to: Richmond VA Medical Center 1201 Broad Rock Blvd Engineering Service, 2K-143 (652/138) ATTN: Richard Stiles Richmond, VA, 23249 All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. All SF330 cover pages must include the following information: 1) Cage Code | Dun & Bradstreet Number| Tax ID Number 2) The E-mail address and Phone number of the Primary Point of Contact 3) Proof of the firms registration in SAM (https://sam.gov/SAM/pages/public/index.jsf) 4) A copy of the firms VetBiz Registry CVE letter (https://vip.vetbiz.va.gov/ ) 5) SF330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 6) Provide credentials that visibly states that a firm or individual permitted by law to practice the profession of architecture or engineering by one of the following ways: licensed by the state in which the practice is located; A registered professional in the state where the practice is located; or practicing in a state that recognizes the professional registration of another state. Also, provide registration of the professional who has the credentials in accordance with State of Virginia guidelines under State law for all licensing requirements to sign and seal drawings. REQUESTS FOR INFORMATION: All RFIs shall be submitted to Denise.Morman@va.gov . Questions should be sent via email NLT October 21 ,2021 by 4:00PM Eastern Time. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: Beta.SAM.gov for any revisions to this announcement prior to submission of SF330s. Richmond VA Medical Center AE SCOPE OF WORK Replace Cath Lab HVAC Project # 652-22-123 Date: 9/1/2021 Chief Medicine: Dr. Michael Climo Chief, Engineering: Stephen H. Mosher Associate Director: James W. Dudley, Jr. 1.0 SUMMARY OF SERVICES Provide professional Architect/Engineer (AE) and healthcare planning services necessary to replace and upgrade the HVAC in the Catheterization Lab to current VA standards. Services included as part of this design contract shall include, but are not limited to: Part I Preparation of Existing Conditions and Conceptual Design Investigative Services: Preparation of existing conditions plan and conceptual design which includes site investigation, structural, architectural, mechanical, plumbing, fire protection, electrical, healthcare technology systems and devices. Perform project site investigation in accordance with the 2.0 Site Investigations section of this scope of work Part II Preparation of Contract Drawings and Specifications Design Development: The AE shall develop a design necessary to meet the requirements in the 3.0 Project Scope section of this scope of work. Preparation and submission of construction bid documents, interim design document packages for review and the final construction bid documents at the completion of the design development process shall be in accordance with the 4.0 Design Package Submission Schedule section. Design document packages shall contain a complete set of documents as specified in the 5.0 Design Requirements/Submissions section of this scope of work. Design shall include but are not limited to the following engineering services: structural, architectural, mechanical, plumbing, fire protection, electrical, electronics/ security, telecommunications, and healthcare technology systems and devices. Part III - Construction Period Services: Review and provide concise direction on all submittals, shop drawings, product data, samples, RFI s, change order proposals, etc. in accordance with 6.0 Construction Period Services section of this statement of work. Services shall include providing record drawings based on finalized contractor red-line as-builts. Services shall include providing Commissioning for HVAC systems in lieu of a VA hired 3rd party agent. Part IV - Site Visits: Visit the site at the request of the VA in accordance with section 7.0 Site Visits in this scope of work. The AE shall respond on site within a 24-hour period when requested. A total of twelve (12) site visits during construction shall be included. Each site visit shall be documented through a field report denoting the purpose and results of the site visit. 2.0 SITE INVESTIGATIONS 2.1 As-Built Investigations The AE will make site visits as necessary to survey and document all existing conditions. The AE shall make site visits, as required, to determine the existing as-built conditions of areas contained in this project. Information, including drawings and other documentation, provided to the AE shall be used as reference only. Original as-builts and historical drawings are available upon request. The AE shall verify all as-built condition related to this project despite the presence of as-built drawings. The AE shall coordinate visits with the COR as assigned at the NTP. The AE shall arrange for and oversee the performance of such investigations necessary for the proper design of the project. AutoCAD background drawings may be provided by the VA upon request and shall be used as reference only. The AE shall field verify every physical aspect that relates to the project using onsite investigation methods (e.g., visual inspections, ground penetrating radar, test pitting, etc.). 2.2 Utility Loading Investigation The AE will conduct onsite metering of utilities that will be utilized as part of the design. This utility loading information will be used to determine the best location for connecting utilities that will not impact current hospital operations once the project is complete and in operation. At a minimum the AE shall investigate the following utilities. 2.2.1 Electrical The AE shall conduct a load analysis of electrical usage at the service vault that is anticipated will be used for electrical power for the final project. This load anal...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87a0a4266b7b442eaca3ca81092985e3/view)
 
Record
SN06154551-F 20211010/211008230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.