Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2010 FBO #3248
SOLICITATION NOTICE

C -- White River Junction VA Regional Office

Notice Date
10/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Atlanta VA Regional Office;1700 Clairmont Road;Decatur GA 30033
 
ZIP Code
30033
 
Solicitation Number
VA31611RP0001
 
Response Due
10/22/2010
 
Archive Date
10/22/2010
 
Point of Contact
Elaine Porter
 
E-Mail Address
r
 
Small Business Set-Aside
Total Small Business
 
Description
The Government has a requirement to acquire Architecture and Engineering (A/E) services to investigate the causes(s) and provide recommendations to resolve/remediate water intrusion on the perimeter wall and other environmental issues in White River Junction VA Regional Office (VARO) offices as detailed in following Statement of Work: A.Purpose The purpose of this contract is to utilize the services of an Architectural and Engineering (A/E/) firm, to investigate the cause(s) and provide recommendations to resolve/remediate water intrusion on the perimeter wall and other environmental issues in White River Junction VARO offices (Rooms G1-G4, G7-G12, G18, G22-G25,G-27 and G28), Veterans Service Organization offices (Rooms G5,G6 and G6A) located on the ground floor, and the Vocational Rehabilitation offices (Rooms 207 and 208) on the second Floor, all of which are located in Building 28 on the White River Junction Veterans Administration Medical Campus (WRJ VAMC). The A/E shall provide the following: 1.A/E shall make all site visits necessary to gather data and information for the project. The A/E will conduct interviews with key VA personnel as necessary to obtain additional information. 2.Provide professional services for the following disciplines: Structural Engineer, Mechanical Engineer and Plumbing Engineer to identify the source of the moisture. A/E should also employ the services of the following specialty experts as required: Moisture/Waterproofing Consultant, Roofing Consultant and Construction Cost Estimator. 3.A/E shall perform all other work necessary to provide a complete and finished report. B. Scope of Work This project will provide the following required architectural and engineering services: 1.A/E shall make all site visits necessary to gather data and information for the project. The A/E will conduct interviews with key VA personnel as necessary to obtain additional information. The A/E will contact and schedule meetings with VA personnel (as identified by VBA Office of Facilities Project Manager, once award has been issued) on the WRJ VAMC to gather information regarding the outstanding moisture issues in the office space. The A/E will receive a copy of the indoor air quality report that was conducted on August 9, 2010 by the Institute For Environmental Assessment, Inc., to provide assistance when interviewing VA personnel. The A/E shall conduct these interviews in order to provide a summary of the project issues to all disciplines. The A/E shall ensure that all disciplines are able to consult on and evaluate the current conditions as required. 2.Provide professional services for the following disciplines as necessary: Structural Engineer, Mechanical Engineer and Plumbing Engineer to identify the cause and source of the moisture. A/E shall also employ the services of the following specialty experts as required: Moisture/Waterproofing Consultant, Roofing Consultant, Environmental Professional, and Construction Cost Estimator. The A/E will arrange for the Engineers and Specialty Experts to view the interior and exterior of Building 28 to thoroughly assess, investigate and provide consultation on the condition of the building foundation, roof, ceiling, HVAC system and interior of the walls/office space, to assist with documenting the source of the moisture in the rooms. This report and the proposed solutions will be part of the final documentation used to facilitate planning for the intended repair/renovation project to be completed by a general contractor. The required environmental professional services are to include visual inspections and physical testing of the wall construction immediately beneath the existing stone veneer, around the rear drainage, and around the existing window sills to determine the appropriate recommendation for VBA. 3.A/E shall perform all other work necessary to provide a complete and finished report. The A/E shall provide any images, shop drawings or other documentation (as required) with the technical analysis that supports the findings, recommendations and all associated repair cost estimates. The following deliverables are a minimum requirement for development of the technical analysis documentation and cost estimates for the three tasks of this Purchase Order: Meet with Regional Office staff in White River Junction, VT to conduct interviews and view the office space within 5 calendar days from issuance of notice to proceed (NTP). Document findings. Schedule site visits with all disciplines within 5 calendar days from the issuance of notice to proceed (NTP). Document dates of site visits. Complete all site visits and work associated with the investigation within 15 days from issuance of notice to proceed (NTP). A/E should receive technical analysis from all required disciplines within 5 calendar days after all work from site visits has been concluded. Deliver first technical analysis submission and cost estimate (75%) within 30 calendar days from the issuance of NTP. Deliver second technical analysis submission (100% Final) and cost estimate within 10 calendar days of A/E's receipt of VBA's comments on the 75% submission but not more than 45 calendar days after the issuance of NTP. After the first submission (75%) VBA will have 5 calendar days to review and provide comments back to the A/E. Develop phasing and implementation plan(s) for the submissions. A/E will consult with the local Operations/Facilities Manager to determine the appropriate phasing plan. The construction shall minimize interference with the daily operations of the Regional Office. The building shall remain open for operations during the duration of the project and the work will be performed in such a way as to minimize impact on the on-going operations and avoid jeopardizing the safety and security of visitors and staff. Travel to the site for all investigations and meetings and to assist in the final inspection of the project. If any excavation is required, the grounds shall be returned to the original state in which they were found. C. General Requirements 1.All site visits to the WRJ RO VAMC and work associated with the investigation need to be coordinated with the VAMC Chief of Facilities Management, Matthew Mulcahy (802) 295-9363 x5988. 2.Drawings shall be delivered in AutoCAD 2004 or later and in printed copy. Narratives shall be in Microsoft Word format. Plans shall be drawn using standard professional drafting skills, scales, and standards. 3.Throughout project development, the A/E shall coordinate with the Director of the WRJ VA Regional Office, or other designated local VBA point of contact, and with the Office of Facilities, Access & Administration Project Manager. The A/E shall submit a total of one (1) printed copy and two (2) electronic copies of the final documents to the key personnel listed below. 4.Labor rates shall be as stipulated in accordance with the Department of Labor wage determination or Union requirements. 5.A/E shall serve as Project Manager and as the primary Point of Contact for this Purchase Order and shall remain involved in the investigative and remediation efforts until completion. A/E will perform the appropriate level of quality control on all deliverables. 6.The Project Manager, Office of Facilities, Access and Administration shall provide the submission of comments regarding the first submission (75%) to the A/E. 7.The final deliverable including review periods will be due within Forty Five (45) calendar days of Purchase Order issuance including stipulated review periods. D.Key Personnel Eastern Area Director, Ann Arbor, MI Office (one electronic copy) Project Manager, VBA Office of Facilities, Access, and Administration (one printed copy and one electronic copy) The Government intends to award a contract to one (1) small business A/E firm in accordance with the Brooks Architect-Engineer Act (Public Law 92-582), FAR SubPart 36.602 (Selection of Firms for Architect-Engineer Act Contracts) and VAAR SubPart 836.602 (Selection of firms for architect-engineer contracts). Offeror will be selected for a contract based upon the following criteria: 1) Professional Architecture and Engineering qualifications, 2) Licensed professional Architecture and Engineer Firm licensed in the state of Vermont, 3) Capacity to accomplish the work in the required time, 4) Firm must possess bona fide office space in the White River Junction VA Regional Office commuting area. The contract value is estimated to not exceed $100,000. The government will evaluate each contractor's price offer and will select a contractor based upon the best value to the Government, price and other factors considered. This acquisition is for a small business licensed professional Architectural and Engineering firm located in the White River Junction VA Regional Office commuting area. The NAICS code is 541310 (Architectural Services). Small business size standard is $4,5000,000. Offerors must submit a completed SF 330 (Architect-Engineer Qualifications) by email to Elaine Porter, Contract Specialist at elaine.porter@va.gov not later than 12:00 noon (eastern time) on October 22, 2010 in order to be considered for a contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVARO/Atl316VARO/VA31611RP0001/listing.html)
 
Place of Performance
Address: 215 North Main Street;White River Junction, VT
Zip Code: 05009
 
Record
SN02311505-W 20101016/101014234356-181ff8eeb3728dd483d76075e9590cd2 (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.