Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
DOCUMENT

C -- AE services for design of Fort harrison VAMC windows replacement at Building 141. Request for submission of SF-330s. - Attachment

Notice Date
4/12/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25912R0259
 
Archive Date
6/11/2012
 
Point of Contact
Contracting Specialist
 
E-Mail Address
y.nyberg@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
VA Montana Healthcare System 3687 Veterans Drive, P.O. Box 1500 Ft. Harrison, MT 59636-1500 October 24th, 2011 In Reply Refer To: 436/139 Project: 436-13-102, Replace Windows Building 141 Scope of Work The VA Montana Healthcare System requires the services of a qualified Architect / Engineer (A/E) firm to supply a design facilitating the replacement of all windows in Building 141 at the Fort Harrison campus. The design intent of the project is to replace or remove these windows to correct a building condition deficiency and increase occupant comfort by maximizing daylight harvesting while minimizing solar heat gain and required maintenance. Replacement windows are to be double hung style that are lockable with interior blinds. The replacement windows shall utilize aesthetic styling appropriate to the period of the building. A/E Requirements The anticipated construction cost associated with this design is expected to range between $800,000 and $1,000,000. The VA expectation is that the A/E will provide sufficient design services to utilize this entire construction budget. The A/E must conduct adequate site investigation, provide all necessary deliverables, site visits, construction document reproduction, and construction period services as described below within the constraints of the schedule provided during design. Site Investigation The A/E is responsible to conduct appropriate site investigation to obtain all information necessary to complete design activities. The VA will provide reference documents to the extent possible but does not guarantee the accuracy of such documents. Responsibility to verify all necessary information to complete design services belongs to the A/E. Deliverables The A/E will provide itemized construction cost estimates beginning with the 30% submission and continuing through the construction documents from which the VA may choose to modify scope to reflect the anticipated construction budget, limiting design activities only to those items that can be provided within the cost limitations. This cost estimate shall be carried forward and modified to reflect changes on each subsequent submission. Design of the previously described systems must meet all applicable codes, regulations, and standards. This includes but is not limited to NFPA Codes, NEC, EPA, DEQ Regulations, OSHA 1926, and TJC Standards. Additionally, the A/E is required to meet all applicable laws and regulation not explicitly stated in this document. Design efforts and products shall be conducted and produced in compliance with VA Publications including Master Construction Specifications, Design Guides, and CAD Standards (http://www.cfm.va.gov/TIL). Compliance with public law regarding energy utilization is required, therefore selected products must be modeled and have properties that meet or exceed the performance standard specified in ASHRAE 90.1-2004 by 30% as required by EISA 2007. A/E submissions are to comply with the requirements stated in PG-18-15 Volume C. The design submissions shall consist of progressively more complete documents consisting of the following: Schematic Design (30%) This submission shall include a minimum of two alternates of window planning which designate which windows would be retained and which would be eliminated, both alternatives indicating the total fenestration area. Additionally a minimum of three window product selections shall be provided, all meeting the minimum functional, aesthetic, and energy intents as previously identified. Each option should have a corresponding cost estimate. Submitted drawings are to provide floor plan and elevation views. Specifications are not required with this submittal. The VA will request modifications as appropriate and select a single window plan and no more than two window products on which the A/E will complete energy modeling as part of the 50% submittal. The submittal shall be provided as three full format hard copies and are to be mailed. Additional documents such as construction cost estimates and window specifications are to be provided electronically. Schematic Design (50%) This submission shall include complete energy modeling of the VA selected alternates as well as corresponding cost estimates. 30% drawing are to be expanded to provide general window details for each configuration of opening. Initial specifications derived from the VA master specification are to be provided with this submittal. The specification will include a table of contents, a drawings index, and a full submittal log in addition to the applicable specification sections. The VA will select a singular option to advance to Design Development at this point. The submittal shall be provided as three full format hard copy drawings and one bound specification as well as an electronic word document. Three full format hard copies are to be mailed. All documents are to be provided electronically at this point and can be emailed directly to the VA COTR or hosted on an independent site to be accessed by the VA COTR. Design Development (90%) In addition to advancement to the 50% drawings and specifications, this deliverable shall contain an initial phasing plan. Project phasing will require design efforts to create a temporary relocation space to accommodate construction. All necessary details and specification sections are to be incorporated into this submittal. The submittal shall be provided as three full format hard copy drawings and one bound specification as well as an electronic word document. Hard copies are to be mailed and electronic submittals are to be emails or hosted on an independent site to be accessed by the VA. Supporting documentation is to be supplied electronically. Construction Documents (100%) This set should incorporate all VA revisions comments previously submitted. It should also provide a coversheet with signature blocks for the appropriate approvals. The submittal shall be provided electronically in PDF format in addition to three full format hard copies. If further revisions are required, these corrections can be made and submitted via PDF as individual sheets prior to final approval. After approval signatures are obtained, the VA will electronically return the signed coversheet for production. Final Construction Documents - Production The signed coversheet and completed drawings and specifications are to be provided electronically as both read/write (.dwg or.doc) and read-only as.pdf file types. Submissions are to utilize the most recent version of AutoCAD. Production is to consist of four full-sized drawing sets, four half-sized drawing sets, and four bound specifications. Supporting documentation is to be supplied electronically. All submittals shall be marked as "Construction Documents". Site Visits Through the duration of design, the VA will require two site visits. These site visits will be made at the request of the VA and will serve as an opportunity for the A/E to directly communicate with and receive input from VA end users. Such visits are intended to be design review meetings. Any site visits not directly requested by the VA does not constitute a required site visit. During Construction Period Services, the A/E will be required to attend an initial construction coordination meeting, a phase 1 inspection, and a final inspection, providing for a total of three VA required construction period site visits. Meetings to review submissions may be conducted via teleconference, but will not require a site visit. Construction Period Services In addition to the previously addressed site visits during construction period services, the A/E shall act in an advisory and consultant role. All contractor submittals and shop drawings are to be routed through the A/E for approval prior to delivery to the VA Contracting Officers Technical Representative (COTR). Requests for Information and Modifications requests may be forwarded to the A/E for technical review at the discretion of the VA COTR or the VA Contracting Officer. Any necessary redesign efforts that are required as a result of unforeseen site conditions will be provided by the A/E at no additional cost to the VA. Requested redesign efforts that constitute a change in project scope warrant additional fees and must be approved by the VA Contracting Officer prior to work being completed. The A/E shall receive red-line drawings from the contractor after the final inspection from which to create a finished set of As-Built Drawings to provide to the VA in the most recent version of AutoCAD. Schedule The anticipated Design Schedule is as follows: Required Action Time from Award A/E to Complete Site Investigation VA to Receive 30% Documents VA 30% Comments Back to A/E VA to Receive 50% Documents VA 50% Comments Back to A/E VA to Receive 90% Documents VA 90% Comments Back to A/E VA to Receive 100% Documents VA 100% Comments Back to A/E VA to Receive Final Construction Documents - ProductionEnd of Week 4 End of Week 8 End of Week 10 End of Week 14 End of Week 16 End of Week 20 End of Week 22 End of Week 26 End of Week 28 End of Week 30 Bid Schedule For each item described below, the A/E shall provide an expected design service cost and a corresponding rough construction cost estimate as part of the proposal. Base Bid The A/E is to provide design and construction period services to complete all work as stated in this scope of work. Deductive Alternate 001 The A/E is to remove replacement of all non-standard shaped (arched) windows from the scope of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0259/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-12-R-0259 VA259-12-R-0259.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321999&FileName=VA259-12-R-0259-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321999&FileName=VA259-12-R-0259-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02720148-W 20120414/120412234647-7b2056204596ff7346731fc56bcb0e42 (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.