Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2010 FBO #3280
SOLICITATION NOTICE

C -- AE Condensate Lines

Notice Date
11/15/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52811RP0018
 
Response Due
12/15/2010
 
Archive Date
2/13/2011
 
Point of Contact
Robert Lee
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for the following services related to VA Medical Center projects 528A5-11-501, 502 and 503; "AE Design Services." The VA Medical Center, Canandaigua, New York is seeking professional architect/engineering firms to provide construction documents, working drawings, specifications, cost estimates, and other related design services to include construction period services as required to design for the replacement of condensate lines in the corridor trenches of three buildings. The design will be completed in a manner such that the estimated construction cost is within the VA budget. EXISTING CONDITIONS The condensate lines in the trench from the south of building 4 through the corridors to the north of building 3 must be replaced. The lines leak condensate and are deteriorating the tunnel floor and building structures. The insulation on the lines is asbestos, fallen off of the pipes for the most part and must be abated. WORK ENVIRONMENT The work area is the corridors that run through and connect the basements of buildings 4, 2 & 3. This area is heavily traveled and there are numerous functions in the rooms off these corridors. All work must be carefully phased so as not to interfere with the patients, staff or the functions in these areas. PHASING A phasing plan must be developed to address the pedestrian access to the rooms and functions that are on the construction side of the corridors. It may be necessary to design an alternate traffic pattern to and from these corridors into some of the function rooms. These may include enclosed, outside walkways where necessary. PROJECT SCOPE This scope combines three (3) projects, refer to drawing # 2909 for the location of the work. The work scope is essentially the same for each project. The trench must be opened under containment, the asbestos abated, the condensate pipes replaced and all tie-ins re-connected. A.BUILDING 4 CONDENSATE TRENCH - PROJECT # 528A5-11-501 1.Temporary barrier must be constructed, with provision for pedestrians to continue using corridor adjacent to work area. a.This corridor is heavily traveled so a plan must be developed to execute the work while still providing for the safe travel of clients and staff from adjacent buildings to the services in B-4. b.Consideration must also be given to the Canteen Services function so that their work can continue with minimal interruption. The canteen operates 5 days a week, 7:00 am to 3:30 pm. c.The Canteen kitchen is on the opposite side of the hallway. Therefore provision must be made to accommodate the transfer of food across the hall during open hours. d.Some or all work may have to be planned for after business hours when there is less traffic through the corridor. B.BUILDING 2 CONDENSATE TRENCH - PROJECT # 528A5-11-502 1.Temporary barrier must be constructed, with provision for pedestrians to continue using corridor adjacent to work area. a.This corridor is heavily traveled so a plan must be developed to execute the work while still providing for the safe travel of clients and staff from adjacent buildings through this hallway. b.Consideration must also be given to the dietetic function so that their work can continue with minimal interruption. c.Some or all work may have to be planned for after business hours when there is less traffic through the corridor. C.BUILDING 3 CONDENSATE TRENCH - PROJECT # 528A5-11-503 1.Temporary barrier must be constructed, with provision for pedestrians to continue using corridor adjacent to work area. a.This corridor is heavily traveled so a plan must be developed to execute the work while still providing for the safe travel of clients and staff in this corridor. b.Consideration must be given to the staff and residents using the elevator from the 1st and 2nd floors. A plan must be developed to allow this elevator to remain in service during demolition and construction. c.Some or all work may have to be planned for after business hours when there is less traffic through the corridor. CONSTRUCTION 1.Saw cut and remove concrete above condensate trench. 2.Abate asbestos containing pipe insulation and any mastic on the cover. 3.Replace the condensate pipes with Type K Hard Drawn, Seamless Copper, Extra Heavy, the same size as existing pipe. 4.Re-insulate condensate pipe with cellular glass, closed cell foam, +900F 0 water vapor emission. 5.Provide positive drainage in the condensate trench in each building. Slope to a new sump pit at the south end of each corridor. 6.Install removable, 2' wd. X 8' lg. trench covers. The covers are to be ½" thick, aluminum covers to accept VCT flooring. The covers should be placed at tie-in points. Where no tie-ins exist for some distance, covers should be spaced 40' apart at the furthest. REFERENCE DRAWINGS 1.2909 - Layout of the work area 2.4-18 - Original 1932 dwg. of heating piping, B-4 3.2-24 - Original 1932 dwg. of heating piping, B-2 4.3-16 - Original 1932 dwg. of heating piping, B-3 A/E SCOPE OF SERVICES 1.Provide construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to replace the condensate lines in corridor trenches. Also, any necessary, related asbestos monitoring so as to construct a NFPA / Life Safety Code and all building code compliant project. This will include all Site/Civil Engineering and Mechanical engineering associated with this project. 2.Provide contract specifications utilizing the VA Master Specifications (supplied by VAMC Canandaigua on a CD rom or through e-mail in MS Word format) edited to remove all impertinent specs for this project. 3.Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. 4.Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, and NYS Historical Society comments into the final design package. 5.Provide one (1) set of "Architectural E1" (30"x42") size working drawings and specifications at the 30% design review stage. Provide one (1) set of "Architectural E1" (30"x42") size working drawings specifications and cost estimate at and the 100% design review stage. Provide copies of drawings, specifications, and cost estimates at final design submission in electronic form. The final drawings should be in AutoCAD files and a copy in Acrobat Reader (.pdf) file format. 6.Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 120 days from contract award. 7.Provide a detailed material/ labor cost estimate for construction of this project at the 100% design review stage. 8.Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. 9.Provide a technical review of all project submittals/shop drawings related to the Project and provide all engineering responses to any design/conflict questions encountered in these areas during construction in an expeditious manner. 10.Provide expeditious engineering responses to all design/conflict questions encountered during the construction term. The following evaluation criteria will be used during the A/E selection process: 1. Team proposed for this project 2. Proposed management plan 3. Previous experience of the team proposed for this project 4. Location and facilities of working offices 5. Proposed design approach for this project 6. Project control 7. Estimating effectiveness 8. Miscellaneous experience and capabilities 9. Awards and Recommendations 10. Insurance & litigations Firms desiring consideration must have a working office located within 100 miles of the Canandaigua, NY city limits. All interested A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications. For any consultants, please use SF 330 extra sections E and F. The Standard Form 330 can be obtained at the following web site: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. The estimated construction cost for this project is bbetween $100,000 and $250,000. The NAICS code for this procurement is 541310. Responses must be received by 11 AM, EST Wednesday, 15 December, 2010. Submit data to: R. E. Lee, Contracting Officer, VA Medical Center Canandaigua, Building 6, Room 144, 400 Fort Hill Avenue, Canandaigua, New York 14424. Electronic submissions are encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52811RP0018/listing.html)
 
Record
SN02327525-W 20101117/101115234135-57f5b2381c813537aebdb38f407dac3b (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.