Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2010 FBO #3194
SOLICITATION NOTICE

C -- Demo Corridor

Notice Date
8/21/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 19;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA24410RP0349
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
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 an Open Market Contractor for Professional A/E Services for Demolish Connecting Corridor, Project 529-12-102. The Contractor shall develop contract drawings and specifications, provide construction period services which include: review of submissions, RFI's, and providing 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 the 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 method of implementing, energy conservation/sustainable design, anticipated problems and potential solutions. (5) Location and Facilities for Working Offices- Prime and consultants. (6) Project Control-Techniques planned to control the schedule and costs, also 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. Provide: professional Architect/Engineer services to include: site investigation-architectural, structural, mechanical, plumbing, electrical, and civil (all disciplines). Soil borings, soil sampling and reports. Asbestos abatement monitoring and sampling. Working drawings and specifications. Cost estimates, Schedules and Phasing. Construction period services-review of submissions, provide recommendations regarding contractor change proposal, visit site per VA's request and add to drawings as-built conditions from contractors' record drawings. Project Scope: Demolish the Connecting Ramp to Bldg 16&18 behind Bldg 1 at the Butler VAMC. Research all affected utilities associated with this demolition, redesign as required to maintain functionality of all utilities to remaining buildings. Affected utilities include but not limited to: domestic water, utility water, sewage, fire alarm, electric, data, telephone, TV cable service, hot water heat, abandoned steam lines under floor. All utilities shall be traced and capped at branch off main lines. No dead legs shall remain. Connecting Corridor used for parking and Room 131 access shall be reviewed for structural integrity and code compliance. A/E shall: Provide up to three design schemes and operational locations for a new Connecting Corridor. Research all associated utilities and redesign as required to accommodate new Connecting Corridor for south parking lot access. If feasible, design ramp to accommodate fire truck passage. Provide complete design and bid documents to achieve replacement. Interior and exterior facade shall match existing renovated space. Develop bid deduct alternates. Work shall include but not limited to: Surveying and field verification of existing work, (all disciplines). Incorporate data from VA underground utility drawings (approx 12 drawings) as required. Schedule and phasing plans. Cost estimates. Edited VA specifications. Complete working drawings, (all disciplines). Notes: scheduling and safety related details added to drawing per VA request. Provide asbestos abatement third party monitoring during any abatement. Construction materials or utilities may be encountered containing ACM's. A/E shall review and incorporate the Medical Center's asbestos survey. A/E shall provide a bid package within construction budget. Any portion of the aforementioned requirements exceeding the construction budget shall be completed as a Phase II bid package including a construction cost estimate and shall be furnished under this contract. A/E is responsible for providing certified industrial hygiene services to perform asbestos survey investigations, bulk sampling, development of specifications and drawings as well Construction Period Services. All designs shall be accomplished in accordance with VA guidelines and VA Master Specifications. A/E shall pay particular attention to USAF, NSPA, BOCA, VA Handbook 7610space 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 will notify VA COTR and Contracting Officer immediately if cost estimates exceed budget, additional meetings shall be held as required at no expense to achieve design consensus within budget. A/E is responsible for incorporating the project drawing information in the VA Master Drawing Files. A/E will make site visits as necessary to survey existing conditions. Make site visits as required to determine existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. Note: Information including drawings and other documentation provided to the A/E will be used as reference only. A/E shall field verify every aspect that relates to the project. Coordinate visits with the Project COTR. A/E's performing work in confined spaces are responsible for compliance with all applicable standards and regulations. Contractors performing work on this facility will follow all requirements outlined in OSHA Standards, 29 CFR 1910.146 for working in confined spaces. A/E's shall have their own confined space entry program, training certificates, safety and retrieval gear and air monitoring equipment. 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 09/17/2010 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/VA24410RP0349/listing.html)
 
Place of Performance
Address: 325 New Castle Road;Butler, PA
Zip Code: 16001-2480
 
Record
SN02250179-W 20100823/100821233341-65ee79d5f6176cac907d040673d0c239 (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.