Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2010 FBO #3187
SOLICITATION NOTICE

C -- Correct Electrical Deficiencies

Notice Date
8/14/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 1, Room 333w;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA24410RP0348
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
Paul Sims
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
The Veterans Integrated Service Network #04 (VISN04) Logistics Office (529/ Bldg #1/Room 333w), located at 325 New Castle Road, Butler, PA 16001-2480 is soliciting a Contractor for Professional A/E Services for Design of Correct Electrical Deficiencies, Project 529-11-102. The Contractor shall develop contract Drawings, Specifications and provide Construction Period Services which will include: Review of submissions, RFI's, and provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings the "as-built conditions" from contractor's record drawings. Design must take into account ASHRAE, ASTM and American Architectural Manufactures Association requirements. Selection criteria will be in accordance with FAR 36.602-1 and VAAR 836.602-1, which at a minimum will include, but not limited to, the following short list criteria and selection criteria. Short List Criteria will include the following: (1) Specialized in-house experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (3) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (4) Professional capacity of the firm to perform work (including any specialized service) within the time limitations. Unusually large existing workload that may limit A/E's capability to perform project work expeditiously. (5) Past record of performance on contracts similar to this work. Include all past VA and/or Government contracts. Selection criteria: (1) Team Proposed for this Project, background of the personnel-Project Manager, Consultants, other key personnel. (2) Proposed Management Plan-Team organization, design and construction phase, in-house capabilities. (3) Previous Experience of A/E firm-Project experience on contracts similar to this work. (4) Proposed Design Approach for this Project- Design philosophy and (5) Location of Facilities for Working Offices- Prime and consultants. (6) Project Control-Techniques planned to control the schedule and costs, and Personnel responsible for schedule and cost control. (7) Estimating Effectiveness-Ten most recently bid projects. (8) Miscellaneous Experience and Capabilities- Energy conservation and new energy resources, CADD and other computer applications, Value Engineering and life cycle costs analyses, Past projects of this type, CPM and Fast Track Construction. (9) Insurance and Litigation-Types and amounts of liability insurance carried. Any litigation involvement over the past five years and their outcome, significant claims against the firm of improper or incomplete services. A/E services will prepare design documents, working drawings, and specifications, along with currents cost estimates for the following work: Building 1, 2, 3, 4: Design for all Air handling Unit's DDC controls (Land gate systems) to be put on emergency power; Evaluate the possibility of putting the Air handling units on emergency power & prioritize by need assessment per the existing generator size; Analyze all emergency lighting installation for all corridors and bathrooms and design to incorporate all code requirements for emergency lighting, and all egress lighting and exist signs in Buildings 1, 2, 3, & 4 to meet NEC and NFPA 101, Life safety Code; Conduct a complete Life Safety Code (NFPA 110) evaluation; inspect all electrical equipment for condition and repair/replace if required; check all locations where the NEC requires ground-fault-circuit-interrupters (GFCI) to be installed and update as required and identify for replacement and label properly; provide directory at each service disconnect location to indicate where other disconnects that feed building are located; install new electrical closet doors where needed and install panic hardware; Confirm/replace if required that correct fuse and breaker size, all legends are accurate and identification of the individual circuits are properly identified as follows: load and source of power for each disconnect switch, transformer, and similar equipment, including multiple loads fed from a single disconnecting means, panel board, control enclosure, switchgear, receptacle outlet - operating voltage of equipment and enclosures - outlets protected by ground-fault circuit interrupters - indicator lights and switches on control panels - circuit breaker identification by number and load - voltage labeled on each enclosure with applicable warning labels; all mounting hardware, enclosure covers, screws and/or latching, meet NEC codes; Investigate to assure all electrical equipment/circuit breakers are installed per NEC and manufacturer's use and installation instructions and are listed and labeled properly; assure all equipment used both inside and outside the facility are properly rated and environmentally correct per NEA-rated enclosures; Design and implement for a consistent wiring color code required by the NEC throughout the facility; Design and implement application of proper grounding and boding based upon NEC and OSHA; assure proper terminations are made in enclosures; Investigate the possible expansion and continuation of the feeder #3 loop from Building 4 to Building 3. Buildings 2, 3, 4: Develop working drawings for the demolition and replacement of the existing distribution panels (upgrade existing electrical systems) - A/E is to evaluate all existing electrical panel locations to determine if the electrical closets/rooms meet all NEC requirements and applicable codes for installation of new electrical panels. If it is determined that they do not meet code criteria, the A/E will design/locate the new electrical panels in close proximity to the existing locations; separate life safety circuits per all applicable code requirements. Design shall include three (3) bid deducts that shall be discussed with the A/E during the schematic design review meeting. A/E is responsible for providing certified industrial hygiene services to perform asbestos survey investigations, if required, development of specifications and drawings, and construction period services. All designs shall be accomplished in accordance with VA guidelines and VA master specifications, which are available on the Internet at http://www.va.gov/facmgt/standard. A/E shall pay particular attention to USAF, NSPA, BOCA, VA Handbook 7610 space criteria and VA Program Guide PG-18-14 "Room Finishes, Door and Hardware Schedule."Any assumptions or allowances in A/E proposal must be itemized and reviewed with VA COTR. A/E to notify VA COTR & Contracting Officer immediately if cost estimates exceed budget, additional meeting shall be held as required at no expense to achieve design consensus within budget. Work shall be completed within 125 days. This is a Non-Restricted Business Procurement. The Magnitude of Construction for this project is between $250,000 and $500,000. The SF 330 form can be retrieved from www.gsa.gov, and may be supplemented to include all necessary information. Qualified firms must submit their completed SF 330, one electronic pdf copy to paul.sims@va.gov, and one hard copy (no faxed copies) to Paul E. Sims (101), VA Medical Center, 325 New Castle Road, Butler, PA 16001, BY 09/01/2010 AT4:00 PM. This is not a request for proposals and a solicitation package will not be issued. NAICS code for this project is 541310. Size Standard is $4.5 million dollars with a Firm Fixed Price Contract being anticipated. Questions regarding this solicitation must be in writing to the Contracting Officer, via Fax at (724) 477-5026, or email: paul.sims@va.gov. NO TELEPHONE REQUEST WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BuVAMC529/BuVAMC529/VA24410RP0348/listing.html)
 
Place of Performance
Address: VHA Butler, Butler PA;325 New Castle Road;Butler, PA
Zip Code: 16001-2480
 
Record
SN02241376-W 20100816/100814233309-344f97e1635f61a27e1b9e7ffce59932 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.