C213--650-22-111 Med Gas Survey, Assessment, and Analysis

expired opportunity(Expired)
From: Federal Government(Federal)
36C24122R0144

Basic Details

started - 31 Aug, 2022 (19 months ago)

Start Date

31 Aug, 2022 (19 months ago)
due - 08 Dec, 2022 (15 months ago)

Due Date

08 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
36C24122R0144

Identifier

36C24122R0144
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102126)VETERANS AFFAIRS, DEPARTMENT OF (102126)241-NETWORK CONTRACT OFFICE 01 (36C241) (3788)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 1 of Page 1 of SF330 SPECIAL NOTICE FOR QUALIFICATIONS NAICS Code: 541330 Engineering Services (Small Business size standard $22.5 million dollars) PROCUREMENT METHOD: Full and Open Competition (unrestricted) PROJECT TITLE: 650-22-111 Med Gas Survey, Assessment, and Analysis INTRODUCTION: This is not a Request for Proposal (RFP): The VA is not requesting cost or pricing information at this time. The VA Medical Center (VAMC) located at Providence, RI 02908 has a requirement for a Firm-Fixed Price contract to obtain professional Architect/Engineer (A/E) Services to Survey, Assess, and Conduct Analysis of the VAMC s Medical Gas System. Key disciplines include Certified Medical Gas Inspector, , mechanical, plumbing, and electrical engineering, all disciplines shall have experience with medical gases and healthcare facilities. All designers of record will be required to be professionally registered. B. GENERAL PROJECT OVERVIEW: The general scope of work for this project will include
conducting the Survey, Assessment, and Analysis of the Medical Gas Systems, located at the Providence, Rhode Island, Veterans Affair Medical Center (VAMC), Building 1. Building 1 is approximately 400,000 GSF consisting of nine-floors and basements. Survey services will include all labor, transportation, materials, apparatus, tools, equipment, and permits necessary to complete the detailed survey work. The survey work will include documentation of Oxygen, Medical Air, Nitrous oxide, Nitrogen, Medical vacuum, anesthesia exhaust, and related systems. The survey shall include bulk systems, manifolds, compressors, dryers, filters, regulators, vacuum pumps, air treating systems, zone valves, outlets, master alarms, and area and system alarms and some cabling as appropriate. System components located external of the building shall also be included in the survey. A detailed survey report, an analysis report describing system problems and solutions with recommendations and cost estimates, and record PDF and AutoCAD drawings shall be provided to the VAMC. Construction Period Services are not included in this project. Refer to enclose Scope of Work for full details of Survey Requirements. MAGNITUDE OF CONSTRUCTION: N/A. Construction Period Services are not included in this project PROCUREMENT METHOD: In accordance with FAR subpart 6.102 (d) Other Competitive Procedures for Architect-Engineering contract, this project will be issued under a Full and Open Competition (unrestricted) basis. In accordance with FAR 52.204-7, System for Award Management (SAM), prospective Firm shall be registered in the SAM database. NAICS Code 541330 will be used for this project. Any subsequent award will require the firm to be registered on the System for Award Management (SAM) website accessible at https://sam.gov/content/home. The Government will not pay, nor reimburse, any costs associated with responding to this SF-330 Notice. The Government is under no obligation to award a contract as a result of this announcement. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Proposal to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The final negotiated agreement will be incorporated into the resulting VA contract. Each Firm shall address their method for meeting the Limitations on Subcontracting (if applicable). SELECTION CRITERIA: Each of the below evaluation criteria will be evaluated in accordance with FAR 36.6 procedures, and the five (5) selection criteria show below; below Selection Criteria are listed in descending order of importance as follows: Professional Qualifications (Resumes) Specialized Experience and Technical Competence Capacity Past Performance Geographic Location SELECTION EVALUATION CRITERIA: Each of the below five (5) Selection Criteria will be evaluated in accordance with FAR 36.6 procedures, and VAAR Subpart 836.6 Architect-Engineer Services; using Adjectival Ratings and Confidence Level Ratings. Criteria 1-4 will be evaluated using Adjectival Ratings, and Criteria 4 and 5 will be evaluated using Confidence Level Ratings. Below selection criteria are shown in descending order of importance as follows: PROFESSIONAL QUALIFICATIONS: Professional Qualifications are necessary for satisfactory performance of required Scope of Work services. At a minimum, responding Firms must describe their specific professional qualifications, along with how many years of experience Firm has in providing survey, assessment, and analysis services on Medical Gas Systems. In addition to the above, each of the disciplines described below must have three (3) to five (5) years of experience within the specialty of Surveying, Assessing, and conducting Analysis for Medical Gasses and healthcare facilities (in accordance with the enclosed Scope of Work): Note: If Firm has a discipline that is named differently or that is interchangeable with the below disciplines, or that performs dual duties (e.g. PE and EE), then Firm must clearly describe differences. In addition to below required disciplines, Firm may also propose disciplines that they believe may be required to successfully perform work under this project. Certified Med Gas Inspector (Key personnel of Prime) Mechanical Engineer (Key Personnel of Prime) Plumbing Engineer (Key Personnel of Prime) Electrical Engineer (Key Personnel of Prime) Use SF-330 to provide a resume (of 3 -5 pages) for each of the above disciplines, and other non-key personnel team members, and for regular subcontractor(s) who will perform services under the resultant contract. Clearly describe which personnel are key personnel, which personnel are non-key personnel, and which personnel works for subcontractor(s). Each resume for the proposed discipline shall include a minimum of three (3) projects that specifically align (in relevance) with the services described in the enclosed Scope of Work. Each resume must clearly describe how each proposed team member has the minimum education, training, experience, certification, and registrations in order to perform services described in the Scope of Work Requirements. Note: Key Personnel proposed for this project must be the same team members who will perform work under the resultant Contract. Prior to any substitution of key personnel, all key personnel substitutions must be approved in writing by the VA NCO 1 Contracting Officer. Evaluation: Each resume will be evaluated using an adjectival rating method, based on degree to which proposed resumes clearly and specifically demonstrate level of specialized experience in conducting the Survey, Assessment, and Analysis of the Medical Gas Systems (as described in the enclosed SOW). Adjectival ratings will also be used to evaluate proposed personnel s minimum education, training, experience, certification, and registrations. Higher ratings may be provided to Firms personnel with more years of demonstrated experience with conducting Survey, Assessment, and Analysis of the Medical Gas Systems on VA hospitals, or VA medical centers. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Use SF-330 to describe Firm s Specialized Experience and Technical Competence performing A/E survey services to Survey, Assessment, and Analysis of the Medical Gas Systems. Describe Firm s approach to developing a detailed survey report, an analysis report describing system problems and solutions with recommendations and cost estimates, and detailed record drawings in AutoCAD. Note: This is a synopsis of work to be performed, refer to enclose Scope of Work for full details of Survey Requirements. Specialized Experience and Technical Competence response must be detailed and specific to show how Firm has the specialized experience and technical competence to perform Scope of Work requirements and meet SOW Deliverables in an accurate and timely manner. Response must include a minimum of 3, and a maximum of 5 Contracts or Projects that clearly demonstrate firm specialized experience for project the same as or similar to SOW requirements. Project must have been completed within the last three (3) to five (5) years; for relevant projects similar in scope, size, and complexity with requirements described in the attached Scope of Work (projects can be from Government and private experience). Evaluation: Each response will be evaluated using an adjectival rating method, based on degree to which firm clearly described how their specialized experience and technical competence clearly and specifically demonstrates Firms ability to successfully perform Scope of Work requirements. Firms may also be evaluated according to projects submitted that indicate specialized experience and technical competence similar to the magnitude and scope of this project. A minimum of 3 projects and maximum of 5 projects are required that describe a firm s specialized experience and technical competence. A Firm may receive higher ratings for any projects beyond the minimum of 3 that also demonstrate Firm s specialized experience and technical competence (additional projects must still meet requirements). If more than 5 projects are submitted, only five will be evaluated. CAPACITY Given your Firm s current workload and the availability of Firm s existing key personnel and other non-key personnel team members; describe your Firm s real-time capacity to successfully meet the Scope of Work services, to include meeting Deliverables Schedule in an accurate and timely manner. Also describe how your Firm will manage ongoing projects without those projects having an adverse impact on performing Scope of Work requirements for this project. Describe how your Firm typically handles capacity issues (briefly, but concisely describe firms staffing plan for keeping up with being awarded new work (i.e., plans to keep adequate number of staff onboard during workload expansion). Firms may use Joint Ventures or legally formed Partnership Agreements to perform work. If used for this project, firm must submit their JV or Partnership agreement with their SF330 submittal. Evaluation: Capacity will be evaluated using an Adjectival Rating Method, based on realism of firms existing capacity to meet SOW requirements, and how firm plans to maintain adequate staff for performing work for this project. PAST PERFORMANCE Past performance is described as contracts and projects with Government agencies and private industry for recent and relevant contracts and projects in terms of cost control, quality of work, and compliance with performance schedules. Recency is defined as performance occurring within 5 five years of the date of this Notice, except that ongoing Contracts/Projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as past performance of work on Contracts/Projects that are similar in scope and complexity to the type of Contracts/Project anticipated under the resultant contract. Each Firm must submit three (3) recent and relevant past performance projects with their SF 330 package. At a minimum each past performance referenced must include the following information: Contract/task order number Project title Name of Prime Contractor and Subcontractors (if applicable) Contract/Project Start and completion date Contact information Any challenges faced during project and remedies/solutions. Dollar amount and Construction dollar amount (if applicable) Provide Contract numbers for up to three (3) Contractor Performance Assessment Reporting System (CPARS). This will enable the VA to run CPARS searches for relevant contracts. Evaluation: This factor will be evaluated using a Level of Confidence Rating method. The Government also reserves the right to use CPARS to evaluate Past Performance on previously awarded Federal Task Orders and any other information available. Additionally, if applicable, the Government may review the Firm s previous ability to meet the 50% SDVOSB performance requirement on other Task Orders. Verifying and evaluating Past Performance submittals may also include using additional resources such as CPARS, information provided by the firm, customer inquiries, Government databases, and publicly available sources. A minimum of 3 past performance projects are requested. A firm may receive higher ratings for any projects beyond the minimum of 3 that also demonstrate a firms recent and relevant past performance experience (additional projects must still meet requirements). If more than 5 projects are submitted, only five will be evaluated. GEOGRAPHIC LOCATION: The A/E Firm should have general knowledge of the locality where services for the project will take place, and relevant knowledge of certain local conditions or project site features. The purpose of this factor is to ensure that Firm can arrive at work site in a timely manner as not to delay starting and finishing work. Provide Name and Address of your Firm s branch or satellite office that is nearest to the geographic area of the Providence, RI VAMC (this is where services will be performed). Provide Firm s familiarity with traveling to the VAMC, Providence, RI, and surrounding areas of the New England Region; or how Firm plans to become familiar with the area where services will be performed (because climate and roadway conditions in the New England region can adversely impact a Firms ability to respond quickly to unforeseen site conditions). Evaluation: This factor will be evaluated by using a Level of Confidence Rating method. QUESTIONS (RFIs) DUE DATE: Deadline for submitting written questions to the VA is by September 9, 2022, by 2:30 PM EST. All Questions/RFIs and comments regarding this notice must be submitted only in writing via email to pearl.wray@va.gov. All questions and comments in response to this SF 330 Qualifications Notice must be submitted in writing only. Verbal telephone questions will not be accepted or answered. SF330 PACKAGE DUE DATE: The entire SF330 submittal packages, including Past Performance documents, shall be submitted to the VA by September 30, 2022, by 2:30 PM EST. All interested and qualified Firms are required to submit one (1) electronic copy of the entire SF330 package via email to pearl.wray@va.gov. If file size exceeds 7 MB, then each Firm is required to send multiple emails, and please use email subject line to indicate how many emails are related to Firms total submittal (e.g., 1 of __, 2 of __, etc.). SUBMITTAL INSTRUCTIONS FOR SF330: Late responses are considered any SF 330 submittal that is submitted by the Firm, after the exact date and time outlined above under Section I a. Any SF 330 submittal package, modification, or revision to the SF 330 package that is not received at the designated VA email address before or at the exact time specified above under Section I a., may be deemed Late and may not be considered. Responding Firms must address all five (5) of the Selection Evaluation Criteria described within this SF 330 Notice. A current SF 330 form is available on-line at: https://www.gsa.gov/forms-library/architect-engineer-qualifications Each Firm that responds to this SF 330 Notice is responsible for ensuring that the entire SF 330 package, to include any revisions, and modification information issued by the VA is submitted by the time shown above under Section I. a. When responding to Selection Factors 1-5, please be specific, clear, and descriptive with all response information (i.e., please do not merely state that information is incorporated by reference ). SF330 PACKAGE SUBMITTAL CONTENTS: Each responding Firm must use a current SF 330 Form to respond to the attached Scope of Work, and the most current SF 330 Form to address the requirements within this Notice. At a minimum, a complete SF330 package must include the following items: The entire SF330 package along with continuation pages (if more space is needed beyond space provided on the SF330 Form) is limited to fifty-five (55) pages. With the exception of the below bullet point items, pages that exceed the fifty-five (55) page limit may not be considered or evaluated by the Evaluation Panel. The following items are excluded from the fifty-five (50) page limitation: Signed Cover letter Resumes do not count against page limitation Past Performance submittals do not count against page limitations. Drawings may be submitted with SF 330 submittal, and do not count against total page limitation. Drawings should be substantive and must support other proposed SF330 information. Cover letter, at a minimum must include the following: Firm s Legal Name, and DBA (if applicable), and full physical address, can also include mailing address. Firm s SAM Unique Entity ID (UEI), and DUNS numbers. Response Date (date Firm s SF 330 is submitted to the VA). Number and Title of this Notice (36C24122R0144, Med Gas Survey, Assessment, and Analysis). SF330 submittal packages must clearly and specifically address all five (5) Selection Criteria described in this Notice. Not fully addressing all five (5) Selection Criteria may cause Firm s submittal to be deemed unacceptable or non-responsive. Complete all applicable Sections of both Part I and Part II of the SF 330 Form, and any other applicable sections of the SF330 form. Please use N/A if any sections of SF330 are not applicable (please do not leave any Sections blank). Responding Firms must clearly label/cross reference any supporting narrative information and attachments with their SF 330 submittal package. K. FAR and VAAR CITATIONS: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following websites: FAR: https://www.acquisition.gov/browse/index/far VAAR: https://www.acquisition.gov/vaar See SOW on Following Pages A/E SCOPE OF WORK VA Medical Center Providence, RI Project: 650-22-111 Med Gas Survey, Assessment, and Analysis 1. GENERAL: Provide services for the Survey, Assessment, and Analysis of the Medical Gas Systems, located at the Providence Veterans Affair Medical Center (VAMC), Building 1. Survey services will include all labor, transportation, materials, apparatus, tools, equipment, and permits necessary to complete the detailed survey work. A Certified Medical Gas Inspector will be required in addition to, but not limited to A/E services including mechanical, plumbing, and electrical engineering; all disciplines shall have experience with medical gases and healthcare facilities. All designers of record will be required to be professionally registered. Building 1 is approximately 400,000 GSF consisting of nine-floors and a basement. The work shall include documentation of Oxygen, Medical Air, Nitrous oxide, Nitrogen, Medical vacuum, anesthesia exhaust, and related systems. The survey shall include bulk systems, manifolds, compressors, dryers, filters, regulators, vacuum pumps, air treating systems, zone valves, outlets, master alarms, and area and system alarms and some cabling as appropriate. System components located external of the building shall also be included in the survey. A detailed survey report, an analysis report describing system problems and solutions with recommendations and cost estimates, and record drawings shall be provided to the VAMC. The A/E should have an office located within close proximity to the Providence, Rhode Island, VAMC. PROJECT SCOPE OF WORK: Technical services of a certified Medical Gas Inspector (ASSE 6000 series certified) and professional services of an architect/engineer are as follows: The A/E shall provide all project management for the project. The A/E shall coordinate work with the Providence VAMC Facilities Management Service team a minimum of two (2) weeks before proceeding with any work on VAMC property throughout the contract. Contact names and phone numbers will be provided upon contract award. The contractor must be badged and escorted at all times. Hospital personnel on-site on the patient wards must approve entrance and the conducting any tests before proceeding. Some areas of the VAMC facility will require entrants to wear medical protective clothing, to be provided by the VA. The medical gas survey shall be conducted by a certified Medical Gas Inspector (ASSE 6000 series certified). The A/E shall provide a record set of colored drawings of all existing medical gases systems showing the geographic location, sizes, interconnectivity of all components in each system, and connections to building utilities. At a minimum, provide a cover sheet, a site plan, a floor plan of each building floor, and isometric details of major components (e.g., pump assemblies, storage tanks and manifolds). Also provide a functional schematic of each system that can be used for training and in an emergency. The VA will provide building floor plans in AutoCAD format to the A/E for use in preparing the record drawings. The A/E shall provide a detailed survey report enumerating the system components identified in the survey including mechanical and alarm systems. The report shall list all components by location (e.g., hospital floor and room) and manufacturer. It shall also contain a summary section showing the total number of each component found in the survey as well as a list of problems found by component. The report shall describe the system documentation that exists on site for each component and shall develop a document deficiencies list. The source manufacturer and address of missing documentation shall be listed so this documentation can be ordered by the VAMC. The A/E shall provide a cost estimate for obtaining this missing documentation. The A/E shall provide a detailed analysis report inclusive of a professional assessment regarding the overall state of the medical gas systems with each major component addressed. The report shall include an analysis describing specific renovation items to be accomplished to upgrade the medical gas systems in terms of performance, efficiency, operability, reliability, cost of replacement systems, and/or savings in gas supply, maintenance and/or repair costs. The report shall also recommend component replacements based on their service life, obsolescence, safety, or other factors. Specific component manufacturers shall be enumerated if known. The reason for recommended replacement shall be provided. System-wide changes shall also be analyzed. For each system change, problems and solutions shall be stated along with costs and benefits of the recommended change. Pertinent members of the hospital staff shall be consulted such as the clinical medical gas equipment team, facilities management service personnel and others to develop some of these problem/solution pairs. Reference material shall be included in the report, where warranted, to acquaint the reader with all background information needed to make system change decisions. A cost estimate in support of the recommendations provided in the analysis report shall be provided. The Contractor shall brief the VAMC personnel upon completion of the survey. Describe all planned efforts after the survey including specific personnel who will be conducting the system analysis and provide an outline of the analysis report. Deliverables shall include: One hard copy and an electronic version of a draft survey report shall be furnished to the COR seven days prior to the briefing for VAMC review. Five (final) bound hard copies of the survey report shall be delivered to the government within one month after completing the survey and shall incorporate VAMC comments as necessary. One bound colored hard copy and an electronic version of a preliminary plan set of the gas systems record drawings shall be furnished to the COR one month after completion of the survey for VAMC review and comment. Five (final) bound colored hard copies of the gas systems record drawings shall be delivered to the government within two months after the completion of the survey and shall incorporate VAMC comments as necessary. A hard copy and an electronic version of a draft analysis report including all cost estimates shall be furnished to the COR two months after completion of the survey for VAMC review. Five (final) bound hard copies of the analysis report, including all cost estimates, shall be delivered to the government within three months after completing the survey and shall incorporate VAMC comments as necessary. A final electronic submission shall be made per Section 12. One briefing following the survey and meetings per Section 7. Additional deliverables that shall be submitted to the VAMC are specified below. The A/E shall be responsible for the entire work of this project. The A/E shall prepare written limitations on work operations and include these limitations in a letter to the Providence VAMC. Such limitations on work operations shall ensure the continued safe operation of the existing hospital during the project. Prepare an infection control risk assessment in accordance with Infection Control Policies and Procedures of this VAMC for each portion of the existing facility that is impacted by the project. Revise the risk assessment until the VAMC concurs with the results of the risk assessment. Prepare a detailed infection control plan for the A/E team to follow, based on the results of the risk assessment. This plan shall be based on medical center infection control policies and shall be site specific for the areas involved in the project. The survey work must minimize any negative effects to the normal operations of the medical center and this building. Any disruptions to existing operations of this VAMC that are proposed by the Contractor must be approved by the VAMC. Provide any required Interim Life Safety Measures (ILSM) for the project that are necessary during the work in order that the occupied portions of Building 1 will continue to comply with NFPA 101, The Life Safety Code throughout the project. Coordination and Maintainability Coordination is required to ensure that the documentation of all disciplines, and of the documents within each discipline (plans, sections, details, reports, etc.) agree with each other, convey the same information, and do not have conflicts. It is a requirement that A/E dedicates the appropriate time and staff to fully review and ensure coordination of all project documents before submission to avoid request for information (RFI), change orders and delays. Maintainability means the facility is designed and constructed in a manner which promotes efficient and high-quality maintenance procedures with minimal impact to facility function and operations. The A/E shall take this into account when providing recommendations for system upgrades and replacements, concepts for maintainability shall be shared with facility personnel to obtain their input. A facility design with maintainability as part of its central planning will result in increased user satisfaction, greater equipment longevity and lower life cycle costs. PROJECT FUNDS LIMITATION: Deleted PROPOSED SCHEDULE: Work shall commence upon receipt of a Notice to Proceed (NTP) from the government and shall be completed within 305 calendar days after receipt of the NTP. Work hours for this project are 7:00 AM to 4:30 PM, Monday through Friday, holidays excepted, unless other times are arranged in advance and approved in writing by the Project Manager. When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the Project Manager. 5. COST ESTIMATING REQUIREMENTS: The A/E shall develop detailed cost estimates as described in Section 2 above. As costs for the Providence, Rhode Island, area is substantially different from other areas, particularly Boston, the A/E is required to confirm each section with appropriate databases, manufacturers, sub-contractors, and general contractors to ensure that the various sections are accurate. Also, as the various factors involved in estimating can change rapidly, it is required that the A/E develop the estimate using an Excel spreadsheet that can easily accommodate these changes. All cost estimates for this project shall be prepared in conformance with the VA Manual for Preparation of Cost Estimates for Hospital Projects and VA Program Guide PG-18-15. PLANNING INFORMATION/STANDARDS: General Codes and Standards: The applicable portions of Government criteria in conjunction with industry standards shall govern the design and preparation of contract drawings, specifications, cost estimate, and design analysis. The design shall also satisfy applicable State of Rhode Island criteria. Emphasis is placed on the following documents that establish minimum requirements. This includes but is not limited to the following: International Building Code (latest edition) National Fire Protection Association 101 Life Safety Code, (latest edition) International Mechanical Code (latest edition) International Plumbing Code (latest edition) National Standard Plumbing Code (latest edition) The National Electrical Code (latest edition) Guidelines for Design and Construction of Health Care Facilities, latest edition published by the Facilities Guidelines Institute (FGI), American Society of Healthcare Engineering (ASHE) Architectural Barriers Act Accessibility Standards (ABAAS) and the VA Barrier Free Design Guide (PG 18-13), a supplement to ABAAS United States National CAD Standard and VHA National CAD Standard Application Guide VHA Program Guide 18-1, Master Construction Specifications VHA Program Guide 18-3, Design and Construction Procedures VHA Program Guide 18-4, Standard Details and CAD Standards VHA Program Guide 18-10, VA Design Manuals VHA Program Guide 18-14, Room Finishes, Door and Hardware Schedules VHA Program Guide 18-15 A/E Submission Requirements Volume C VA Manual for Preparation of Cost Estimates and Related Documents Physical Security and Resiliency Design Manual for VA Facilities Sustainable Design and Energy Reduction Manual (VA Facilities) VA Seismic Design Requirements H-18-8 Providence VAMC Design & Construction Standards b. The A/E shall obtain all data necessary to prepare the documents required. The A/E shall confirm all existing conditions and field verify the as-built drawings provided by the VA. The A/E is wholly responsible for both the accuracy and the level of completeness of the final product and failure to verify information is not acceptable. Information (drawings and other documentation) provided to the A/E by the VA or any other government source shall be used for reference only. 7. MEETINGS: The A/E shall attend meetings at the time and place requested by the Contracting Officer and/or their Representative. Minutes of the meetings shall be taken by the A/E and submitted to the Contracting Officer or their Representative. Meetings shall include the following: a. Project Kickoff Meeting - The A/E shall meet with the Contracting Officer and/or their Representative (from Facilities Management Service), and, if applicable, the Using Service's Representatives, to review project requirements and to clarify the scope of work as necessary. b. Progress Meetings-The A/E shall attend meetings with the Contracting Officer and/or their Representative (from Facilities Management Service), and, if applicable, the Using Service's Representatives as needed to advance progress of the work. 8. SITE VISITS: The A/E may visit the project site prior to starting survey work to obtain the details and specifics of the relevant existing field conditions in order to fully complete the work of this project without omission. Such visits shall include a thorough inspection of normally enclosed or inaccessible areas such as spaces above the ceilings, within walls or chases, in pipe crawl spaces, and in or under basement floors. Arrangements for visits should be made by contacting Facilities Management Service, at least 48 hours before the visit. 9. FIRE CODE REVIEWS Deleted 10. QUALITY ASSURANCE/QUALITY CONTROL The A/E is responsible for the quality of the project and all deliverables. The A/E shall develop, execute, and demonstrate that the project plans, reports, and documents have gone through a rigorous review and coordination effort. Submit a detailed QA/QC Plan describing each step that will be taken during the development of the various phases of the project. The A/E shall include all sub-consultants in the QA/QC Plan. The plan shall include a process where a senior member of the firm verifies compliance with all elements of the firm s QA/QC Plan. 11. DOCUMENT SUBMISSIONS: The A/E shall retain file copies of all items forwarded to the Contracting Officer or their Representative under various document submissions. Intent of such a requirement is to save time by resolving questions over the telephone, to ensure that copies are available in the event of loss or damage to the originals during reproduction, and to facilitate rework of documents for amendments made necessary by discovery of problems during later stages of project development. The same official of the A/E firm with whom the contract was negotiated shall sign all correspondence with the Contracting Officer or their Representative. All submissions (drawings, reports, cost estimates, etc.) shall be legibly identified as the level (draft, final, etc.) of submission. Each submission shall incorporate the comments made by the VA at the prior review stage. a. Reports: Provide reports, in letter size format, bound together, and divided into appropriate sections by discipline, if necessary. Each report shall describe in detail (with all assumptions specifically identified), (1) the scope of work (as the A/E understands it) with the specific objectives of the project, (2) reports of site visits, (3) meeting minutes, (4) results of assessments, and (5) all other relevant data. Reports shall be updated through each stage of submission and must reflect any changes in the development of the scope of work due to review comments, formal changes to the contract, or any other communication (written or oral) between the VA and the A/E. b. Drawings: Base all original drawings on standard VA guidelines. Drawings shall be done in plan view at a minimum scale of 1/8" = 1 '0", where necessary, and generally 1/4" = 1'0" or larger when possible to fit on sheet. Details shall have a minimum scale of 1/4" = 1'0", and if possible, it is preferred larger. All details, title blocks, base plans, etc., shall be drawing as "XREFS" bound to the drawing for submission purposes and final issue only. All other usage shall be drawing from a common Master Set, daily if required, from a source maintained on the architect s master database. The database shall be available by modem to all design disciplines and the VA. The purpose of this requirement is to ensure consistency and to eliminate design conflicts by guaranteeing that common elements of the design stay common elements throughout the design life of the project. Drawings shall be independent for architectural, mechanical, electrical, structural, civil, and any other design disciplines for the project, and shall show, on separate views required demolition and reconstruction details for each function. Drawings shall be prepared in accordance with United States National CAD Standard and VHA Program Guide 18-3, VHA National CAD Standard Application Guide. Electronic version of drawings shall be submitted using IBM compatible "AutoCAD" 2017 and in Portable Document Format (.pdf). More recent AutoCAD releases are acceptable, with downwards compatibility to the 2017 release. Final drawings shall be plotted in ink on 30" x 42" polyester film sheets. Sepias are not acceptable as original drawings. Final drawings submitted by the USACE shall be originals, shall be the result of field investigation as described above, and shall not be direct takeoffs or tracings of any drawing provided as information. Final drawings shall bear the VA title block and nomenclature on polyester sheets as are the sample sheets supplied by the VA. All drawings in a project set shall be on the same type and size sheets. All drawings are required to show existing conditions as of the date of the design submission. All contract drawings shall be produced with a view to the use of half-size reductions. Pertinent criteria to assure this result are as follows: Drawings shall provide uniform photographic quality. Minimum lettering height shall be not less than 1/8 inch. Legends and symbols as well as size, spacing and location of notes, dimensions, etc. shall be such as to produce legible half-size reproductions. No lettering, shading or marking on the reverse side is acceptable. Clearly distinguish between new work and existing work. Graphic scales shall be provided on all drawings. c. Minimum Requirements for Submissions to VAMC Providence: The cost of reproduction of all review materials is included in the contract amount. Submissions shall be made to VAMC Providence in accordance with the requirements of VA Program Guide PG-18-15 Volume C, A/E Submission Instructions for Minor and NRM Construction Program dated November 2008, and the following: FINAL DOCUMENT SUBMISSION (Final): Upon completion of all revisions, submit the following items: 3 Electronic Media (CD ROM) copies of the final project documents, with all project documents recorded on a single CD ROM, and each copy containing the following: CAD/BIM drawings in IBM compatible "AutoCAD" version 2017, and Autodesk Revit version 2019. Drawings in Portable Document Format (pdf) Final cost estimates in Microsoft Excel Final Analysis Report including all cost estimates in a single file in Portable Document Format (pdf). Final Survey Report in a single file in Portable Document Format (pdf). (b) 1 copy of A/E responses to VA comments of previous submission (c) 1 copy of documentation that demonstrates compliance with the A/E s QA/QC Plan Delivery Media and Format for Final Documents 1. Format: CAD Drawings shall be prepared in accordance with VHA Program Guide 18-3, VHA National CAD Standard Application Guide. A copy of all data and files developed under this project shall be delivered to the Government in digital format. The data files should be provided on compact disk (CD ROM) in ISO 9660 format. A Readme.txt file must be included with the delivered digital media that includes normal transmittal information. 2. Label: The external label for each digital media shall contain the following information: Contract Number and date. Format and version of operating system software, name and version of utility software used for preparation and copying files to media. Sequence number of digital media. List of file names on the digital media. 3. Quality Assurance/Quality Control: Before a file is placed on the delivery digital media the following shall be performed: Remove all extraneous graphics outside of the border area and set the active parameters to a standard setting. Check to ensure that all reference files are attached without device or directory specifications. All digital files shall be delivered to the Government uncompressed. Include all files both graphic and non-graphic required for the project (i.e. color tables, pen tables, font libraries, symbol libraries, user command files, plot configuration files, AML plot routines, etc.). Make sure that all support files such as those listed above are in the same directory and that references to those files do not include device or directory specifications. Include any standard sheets (i.e. abbreviation sheets, standard symbol sheets, etc.) necessary for a complete project. Document any fonts, tables, symbols, cells/blocks, line styles/types, details, reference drawings, etc., developed by the contractor, or not provided among the Government furnished materials. The contractor shall obtain Government approval before using anything other than the Government standards. Each finished CAD drawing or map shall have its own separate plot file. The plot file for each finished drawing shall be provided to the Government in a specified plotter configuration. Ownership: All electronic files created and reimbursed for this project shall be the property of the Department of Veterans Affairs. End of SOW and SF 330 Notice

ONE VA CENTER  TOGUS , ME 04330  USALocation

Place Of Performance : ONE VA CENTER TOGUS , ME 04330 USA

Country : United StatesState : Maine

Classification

naicsCode 541330Engineering Services
pscCode C213A&E Inspection Services (non-construction)