C--AE Design Project 667-18-121 Upgrade & Replace Surgery HVAC System & Roofing, Overton Brooks VA Medical Center, Shreveport, LA

expired opportunity(Expired)
From: Federal Government(Federal)
36C25618R0786

Basic Details

started - 18 Jul, 2018 (about 5 years ago)

Start Date

18 Jul, 2018 (about 5 years ago)
due - 17 Aug, 2018 (about 5 years ago)

Due Date

17 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C25618R0786

Identifier

36C25618R0786
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
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.

36C25618R0786CONTRACT 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 thisrequest. 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 driving 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 driving 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). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. 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 costswill 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 $2,000,000 and $5,000,000. 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 in accordance with the selection criteria. Firms will be selected based on demonstrated competence and qualifications for the required work.(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 SystemNetwork Contracting Office 16 (NCO 16)RE: AE Solicitation 36C25618R0786ATTN: Cynthia L. Kinsman Bldg T102 Rm A110400 Veterans AveBiloxi, MS 39531(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25618R0786. 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. IMPORTANT: All submissions shall be in black and white (no color of any type) and shall be on loose leafed pages. NO color submissions and NO binders of any type.(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 FRIDAY AUGUST 17, 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. 667-18-121Upgrade & Replace Surgery HVAC System & RoofingOverton Brooks VA Medical Center510 E. Stoner AvenueShreveport, LA 71101A. General InformationA 1.0 Project Background, Description and Scope of WorkProvide Architect/Engineer professional services to include site investigation, design development, construction documents, specifications, cost estimates, construction period services and construction site visits.Overton Brooks VAMC has a requirement to design a project to replace the existing Surgery air handling unit system 1 & 2 (AHU 1 & 2), Surgery cooling tower system and the Surgery roofs. The design shall include temporary heating, ventilation, air conditioning (HVAC) system while Surgery is shut down for construction. The temporary system shall be reliable for Surgery and connected to the building automation system for 24 hour monitoring and alarms.The design shall include providing pre-air and hydronic testing for the system and applicable rooms. Any air balancing adjustments required to meet the VA s HVAC Design Guide shall be incorporated into the design documents. The design shall also include providing HVAC load calculation of the facility applicable areas to determine the proper size of the new AHUs and cooling tower. System shall be designed to meet N+1 and all current VA Design Criteria.The design shall include providing a complete replacement of applicable components of the system necessary for a fully functioning system including but not limited to the cooling tower, valves, strainers, piping, drainage, supporting structure, controls, electrical, architectural and access to all components. Include demolition of any equipment and components for these systems that are no longer in use or required.Update all air and hydronic system components and controls to provide a system that will maintain temperature, humidity, flow and pressure relationship to a tight tolerance and on a consistently basis per the VA Design Criteria. The entire HVAC system shall meet the current VA Design Criteria for the applicable rooms.The design shall also incorporate proper construction phasing of work with time limitations. It shall be designed to minimize change over time of temporary and new system. Access and continued function/operation of adjacent occupied spaces (above, below and beside) shall be considered within the construction phasing plan to minimize the overall impact and disruptions generated by the construction activities.The design shall include replacement of the Penthouse mechanical room doors, frame and threshold per current VA Design Criteria.The designer shall perform and provide their own asbestos survey of all areas of impact and include abatement in the design package.The design shall be in accordance with (IAW) the latest version of all applicable VA Design Guidelines and Space Planning Criteria. The completed design shall include, but not limited to, the following systems: Life Safety, Architectural, Mechanical, Electrical, Plumbing, Structural, Controls, Communications, Specialty Work, Abatement and Fire Alarms/Protection. Utilities or systems supporting the space shall be evaluated and any discrepancies addressed/corrected in the design. All asbestos containing material within the space shall be abated. Any systems (conduit, wiring, piping, ductwork, appurtenances, etc.), particularly above ceiling, shall be documented (as-built) and any items determined to be abandoned or no longer required shall be identified to be removed and capped or terminated. The Architectural Barriers Act Accessibility Standards (ABAAS-2015) requirements shall be incorporated into the design and where structurally feasible, the VA Barrier Free Design Standard PG 18-13, supplement to the ABAAS shall be incorporated to the greatest extend possible This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. PERIOD OF PERFORMANCEThe delivery date for this contract shall be 365 calendar days from Notice to Proceed broken down into the following phases:Floor Plan/ Schematic Design, 45 calendar days from the NTP,35% submittal (Conceptual Design) including cost estimate, 60 calendar days from VA approval of the Schematic Design,65% submittal (Design Development) including Technical Specifications and cost estimate, 80 calendar days from VA approval of Conceptual Design,95% submittal (Final Design) including Technical Specifications and cost estimate, 80 calendar days from VA approval of Design Development,100% (Construction Plans) including Technical Specifications and cost estimate, 14 calendar days from the VA approval of the Final Design Plans.VA reviews will be completed within 16 calendar days of the receipt of a complete submittal package.LOCATIONOverton Brooks Veterans Affairs Medical Center510 E. Stoner Ave.Shreveport, LA 71101TERMS OF THE SOLICITATIONThe 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. 667-18-109. 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 perform the renovation at 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 Stacy Walden at 318-990-5277, Stacy.Walden@va.govThe 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 a copy of the Quality Assurance/ Quality Control Program that will be followed for this project for review and approval by the VA. COST ESTIMATEA detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. Design Offeror or A/E shall incorporate into the cost estimates any impact from the requirement that the construction be performed by a Service Disable Veteran Owned Small Business.DRAWINGSThis 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 SURVEYA topographic survey is not required.GEOTECHNICAL SURVEYA geotechnical survey is not required.UTILITY SURVEYDuring 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 electrical, HVAC air and hydronic pre-testing and evaluation) required to adequately test and determine the capacity of the existing utility system.Any information including plans provided to the Design Offeror or A/E is for informational purposes only. Design Offeror or A/E shall confirm in the field any information provided by the VA.ASBESTOS ABATEMENT SURVEYDuring the design phase, the A/E will 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 & CERTIFICATIONThe 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 65% 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 DESIGNIn 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 DESIGNThe 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. HANDICAP ACCESSIBILITYThe 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. COMMISSIONINGThe construction and intended use does require commissioning. The A/E shall incorporate the VA s commissioning technical specifications into the design and complete set of construction documents as applicable. The Construction contractor shall procure the independent 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. The proposed Commissioning Agent s credentials will be provided to the VA for the VA s approval of the Commissioning Agent. The Design Offeror or A/E shall support and review the commissioning reports as part of construction period services.GOVERNMENT FURNISHED INFORMATIONThe 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 SpecificationsPG-18-3 Design and Construction ProceduresPG-18-4 Standard Details and CAD StandardsPG-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 ProtectedNOTE: Utilize the latest version of guidance at time of design award.A 2.0 Design DeliverablesOBVAMC Design Submissions Statement of Task: Submit Floor Plan/Schematic Design35% Conceptual Design65% Design Development95% Final Development100% Construction DocumentsNOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have 16 calendar days to review and coordinate each complete AE design submission. Floor 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 collaborate with VA staff/end user (VA Engineering and Key Personnel) and propose renovation options for review and approval. The A/E shall develop schematic drawings for review. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require changes until a final plan/layout is officially approved by the hospital. AE shall work with the VA staff until acceptable correction plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies):OBVAMC Approved Floor Plan/Location of Roofing, HVAC Equipment, Temporary HVAC Equipment, and any other major changes.Preliminary Cost Estimate (RS Means, Cost Works)List of probable Specification Sections for this projectAsbestos SurveyHVAC design load calculations for each applicable system35% Conceptual Design: 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 in both AutoCAD (2015) binded and scanned individual PDF files 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% Conceptual Design submittal.Cost Estimate & Design Analysis: Submit in the same manner as the 35% Conceptual Design 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% Final Design: 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% Design Development submittal.Cost Estimate & Design Analysis: Submit in the same manner as the 65% Design Development 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 95% Final Design 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 95% Final Design 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. Physical attendance at the Pre-Bid meeting is required.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 errors or omissions will be performed at no cost to the VA. The Designer shall support and review the commissioning reports.POST-AWARD SITE VISITS: CPS s shall also include a minimum of 15 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 pdf, and provide both electronic (two CD s clearly labeled) and hard copy sets. Hard copy sets of asbuilt drawings shall consist of four 22 x34 size set, five 17 x22 size sets, two 11 x17 size sets and one full size set on mylars. Contact Information: Cynthia L. KinsmanContracting OfficerCynthia.Kinsman@va.gov Office Address :Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531 Location: Overton Brooks Department of Veterans Affairs Medical Center Set Aside: Service-Disabled Veteran-Owned Small Business

Department of Veterans Affairs;Overton Brooks VA Medical Center;510 E. Stoner Avenue;Shreveport LALocation

Address: Department of Veterans Affairs;Overton Brooks VA Medical Center;510 E. Stoner Avenue;Shreveport LA

Country : United States

You may also like

AE DESIGN FOR PROJECT 619-24-102 REPLACE ROOFS BLDGS. 19, 20, 50, 51 AND 62

Due: 30 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

AE DESIGN PROJECT 578-380 REPLACE SALT SHED BUILDING 231 HINES VAMC

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

A-E SERVICES TO REPLACE BOILER AND CHILLER PLANTS AT THE VA NEWINGTON

Due: 31 Dec, 2024 (in 8 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

NAISC: 541330 GSA CLASS CODE: C