SOLICITATION NOTICE
C -- RECOVERY C--629-13-1-6807-0001 Construct Restroom on 1G Lobby
- Notice Date
- 12/17/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
- ZIP Code
- 70114
- Solicitation Number
- VA25613R0208
- Response Due
- 1/7/2013
- Archive Date
- 2/6/2013
- Point of Contact
- Krystal Glasper
- E-Mail Address
-
ast
- Small Business Set-Aside
- N/A
- Description
- ***** PRE-SOLICITATION VA256-13-R-0208 ***** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ****** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** The Department of Veterans Affairs, Network Contracting Activity 16, Southeast Louisiana Veteran's Healthcare System (SLVHCS) intends to solicit and negotiate a Design- Build, firm-fixed-price contract to provide all necessary design and build service to include investigation, verification of as-built conditions, construction documents to construct a wheelchair accessible restroom on the 1G Lobby located in the G Quadrant Building located at 1601 Perdido Street, New Orleans, LA including renovation of an existing closet into a new office space. A Request for Proposals (RFP) for this project is estimated to be released on or about December 21, 2012. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. Project: 629-13-102 NRM Project Construct Restroom in 1G Lobby Design/ Build SCOPE OF WORK BACKGROUND: The Southeast Louisiana Veterans Health Care System (SLVHCS) plans to construct a wheelchair accessible unisex restroom in existing space on the first floor of the G Quadrant located at 1601 Perdido Street, New Orleans, Louisiana. This project shall construct a fully operational restroom on the first floor of the G Quadrant Elevator Lobby by renovating an existing office by upgrading existing wall, floor, and ceiling finishes, plumbing systems, heating, ventilation and air conditioning system, mechanical systems for water and sewer, electrical, and other utility work necessary to meet VA specifications for a restroom facility. The project will also include renovating an existing storage room and converting it to office space. GENERAL: 1.The design-build (DB) contractor (referred to as contractor) for this project shall provide all necessary investigation, design surveys, verification of as-built conditions, construction drawings, specifications, cost estimates, as required for a fully developed set of construction documents to renovate the first floor of G Quadrant for the restroom and office needed. Upon VA approval of the design, the contractor shall execute the construction phase of the project, and provide all labor, material, equipment, warranties, and supervision to complete the project in accordance with the approved plans, specifications and phasing schedule. 2.The objective of this project is to accomplish building renovations for an architectural and utility upgrade of an existing 250 square feet of space on the first floor. Work includes, but is not limited to: general refurbishment of interior space and finishes, extension and/or relocation of all utilities with appropriate interconnections, HVAC, Plumbing (including domestic water and sewer), Mechanical, Electrical, Fire Protection Systems, and Uniform Federal Accessibility (UFS) requirements. Work is detailed in Attachment A of this scope. 3. Contractor shall be responsible for all necessary inspections, re-inspections, certifications, and functional tests for a fully operational building than meets all local building codes, National Fire Protection Association (NFPA), The Joint Commission (TJC), and VA requirements. 4.The Contractor shall comply with NFPA, National Electric Code (NEC), American Society of Heating Refrigeration and Air Conditioning Engineers (ASHRAE), TJC, VA design guidelines (including VA handbook 0730), VA Design Alerts, VA Master Specifications, and etc. VA related information is available on the Internet at following URL: http://www.va.gov/facmgt/standard/index.asp. These documents are comprehensive and may require considerable contractor time to review and edit as appropriate, and as specifically relevant to the project. The contractor shall ensure that all designs are in compliance with these guidelines. Where deviation from guidelines is required, the deviation shall be discussed, resolved and approved by the VA Contracting Officer before design decisions are finalized. 5.The Contractor shall coordinate all designs with the Contracting Officer Representative (COR). The COR shall coordinate meetings with other SLVHCS personnel, and shall accompany the contractor to such meetings. Work shall include verification of existing conditions, generation of construction documents including design of protective barriers, infection control, and interim life safety measures as required by TJC to maintain the current level of life safety, and contractor construction period services. Construction documents shall be structured to phase the work as required to minimize impact to the existing activities in the facility. 6.The Contractor team shall include the services of licensed architects, mechanical, electrical, civil, structural, fire safety, and other engineers as appropriate for the project. Final construction contract documents shall bear the stamp and seal of the responsible design/engineering professional. 7.All designs shall meet applicable national codes and VA design criteria. Drawings shall be 1/8" = 1'-0" scale except for detail drawings which shall be not less than 1/4" = 1'-0". VA standard drawing format (VAF 08-6231) shall be used for all drawings. Contractor may select to use AutoCAD version of this form, which is available on request. Drawings shall be provided in AutoCAD 2010. Design specifications shall be provided Microsoft Word version 6.0 or higher. The contractor shall provide five (5) sets of completed bound hard-copy blue line drawings and bound specifications (including VA provided General Conditions) for bidding purposes. Provide two (2) "read only" FINAL, construction document Compact Discs. VA guide specifications are available from the Internet from the VA Office of Facilities, Technical Information Library at URL: http://www.va.gov/facmgt/standard/index.asp. VA furnished guidelines (available from the internet) are listed in supplement "B" to SF 252. 8.Definitions: A.Design-Build (DB) as defined by the Department of Veterans Affairs (VA) is the procurement by the Government, under one contract, with one firm or joint venture (JV) for both design and construction services for a specific project. B.Contracting Officer: The services to be performed under this contract are subject to the general supervision, direction, control and approval of the Contracting Officer. C.VA Project Engineer/Contracting Officer's Representative (COR): The Contracting Officer's authorized representative at the construction site. The COR is responsible for protecting the Government's interest in the execution of the construction contract work. His duties include surveillance of all construction work to assure compliance with the contract documents, interpretation of the contract documents, approval of changed work, approval of all submittals, samples, shop drawings, etc. D.Design Build Contract: This term, as used herein, refers to the Contract(s) to perform the design and construction of the project. E.Contractor: This term, as used herein, refers to the contractor under this contract or the DB team. F.AE: This term, as used herein, refers to the Architect / Engineer firm(s) that are a part of the DB team, also referred to as DB/AE. G.Tentative Schedule: - The anticipated completion of this project is 150 calendar days after "Notice to Proceed" (NTP) which includes the design phase. H.Cost Range - The anticipated cost range for this project is between $25,000 and $100,000. 10.Design-Build Team: A.The DB team includes all joint venture partners, consultants and sub contractors to the one firm. The DB team shall provide Architectural and Engineering disciplines for the preparation of construction documents, and construction contractor capabilities for construction of the project. B.If the DB Team A/E and contractor are a Joint Venture (not one and the same firm) engineering and other technical consultants shall be subcontractors of the J/V Architect - not the Design-Build construction contractor or sub contractors. If the DB Team A/E and contractor are one and the same firm (not a J/V) those consultants shall be subcontractors of DB firm not the construction subcontractors. C.The Statement of Work (SOW) documents are intended to define existing conditions, certain required items, and design parameters to be included in the project. It is the DB Team's responsibility to complete the documents and construction in a manner consistent with the intent of the SOW documents within the required time period (contract length). 9.The construction phase of the project shall be executed in accordance with the final VA approved design package. REVIEWS: 1.There shall be three (3) formal reviews: DESIGN DEVELOPMENT (DD) 25%, CONSTRUCTION DOCUMENT (CD) phase (65% and 100%), and/or at other appropriate review points as the project progresses. 2. The 25% DD review documents shall be submitted thirty (30) calendar days after VA issues notice to proceed. 3.The 65% CD review documents shall be submitted thirty (30) calendar days after VA acceptance of the 25% documents and shall incorporate any notes or changes made by the VA to previous submission. 4.The 100% CD review documents shall be submitted thirty (30) calendar days after VA acceptance of the 65% documents and shall incorporate any notes or changes made by the VA to previous submissions. 5.For the 25% review, the contractor shall supply four (4) full size copies of drawings, one (1) copy of marked up/edited specifications and two (2) copies of detailed cost estimates. Review meetings with the SLVHCS staff shall be scheduled within one week after delivery of review documents to VA. Contractor shall provide color renderings of the proposed project work - revised as per VA comments - at each CD submission. The Contractor shall incorporate any comments, notes or changes provided at the review meeting into the next review package. Within five working days after formal VA review meetings, the VA shall return "marked-up" plans and specifications to the Contractor, along with the comments corrections, and recommendations made during the formal review meetings. 6.Specifications for the 65% and 100% review: Furnish two (2) copies, typed and bound in final format, to include the contract special provisions. Provide index pages as required. 7.Drawings for the 65% and 100% review: Furnish four (4) complete sets of drawings, including all necessary details and schedules. The single-line layouts shall have been transformed to full scale, double-line drawings. Single line drawings of any system shall NOT be acceptable for the 60% review documents with the exception of the electrical wiring drawings. 8.Estimates for the 65% and 100% review: Furnish two (2) copies of the complete and detailed construction estimate. Follow general guidelines indicated below in the "ESTIMATE" portion of the work statement. ESTIMATES: The Contractor shall make use of the construction budget to derive the 25%, 65% and 100% construction cost estimates. All estimates shall be current as of the date of submission escalated to the date of award. Show unit quantity, unit measure, unit cost, and total cost of labor and materials for each subheading. Electronic spreadsheet format is suggested. All costs shall include insurance, taxes and applicable subcontractor's markup. Use wage rates that reflect current local Davis Bacon wages. Price materials and equipment at the contractor's purchasing level. Sales tax, when applicable, shall be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit. CONSTRUCTION PERIOD SERVICES: 1.Construction period services include review of submittals, site visits at critical phases of construction completion, and final inspection of completed systems and overall project. Review and comment on submittals, shop drawings, etc., with recommendations for approval/rejection to VA. NOTE: VA is approving authority, Contractor recommends subsequent VA actions. 2.Site visits, five (5) required, when requested by VA, in accordance with the contract, each to be followed with a written field report including; the reason for the site visit, problem analysis, recommendations, sketches and cost estimate as appropriate or deemed necessary by VA. Payment for such visits shall not be made without proper field reports. AS BUILT DRAWINGS: 1.After completion of the project construction, contractor shall revise the entire set of reproducible drawings and the AutoCAD CD disks showing any changes from original design. A note for the requirement of accurate As-Built drawings is to be clearly shown on each sheet of the construction drawings. The complete set of "as-built" reproducible (Mylar) drawings and writeable AutoCAD CD disks shall be delivered to the Chief, Facilities Management Service. The reproducible as-built drawings shall be delivered in good condition, inside of a protective drawings mailing tube, and with an appropriate cover letter. SUPPLEMENT B TO SF 252 Prior to beginning design, the Contractor shall review each reference listed below. The Contractor and the assigned government Contracting Officer's Representative (COR) shall determine which references are applicable to this design. Existing VA record drawings may not indicate actual existing conditions and should be considered a guide only. At A/E's request, VA shall provide appropriate record drawings. VA Master Construction Specifications (Planning Guide-08-1): Table of contents. All specifications available in Microsoft Word format via Internet. (http://www.va.gov/facmgt/standard/index.asp). VA Construction Standards VA Standard Details VA Equipment Guide List VA List of Equipment Symbols VA Planning Criteria For VA Facilities VA Barrier Free Design Handbook VA Room Finishes and Door Schedule VA Energy Conservation Manual VA Design Manuals Drawing and Specification Format: Intent: The Southeast Louisiana Veterans Health Care System shall be making all contract documents available to bidders on the web site. By doing so it is anticipated that a wider exposure to potential project work shall result in savings for the government, and increase the efficiency of project delivery. Requirements: All contract drawings shall be provided to the Southeast Louisiana Veterans Health Care System in both AutoCAD (.dwg) format (release 2004 or higher) and CALS (.cal) format for all design submissions and for final construction documents. The CALS driver is an AutoDesk raster printer driver and is a built-in feature of AutoCAD 2004. This CALS driver is used by AutoCAD to convert all vector drawings into raster images (black & white) to be used for possible electronic bidding by the Southeast Louisiana Veterans Health Care System. This raster format can then be viewed and printed by ANY potential bidder by first downloading the free FastBid Index client viewer at www.fastbid.goe.to. The Contractor must ensure that ALL drawing information is clearly defined in the CALS format, since solid fills with lines in the middle and layers with different percent masking are NOT printed in color and certain features are lost when printing in raster format. It is the responsibility of the Contractor to require ALL of their consultants to follow these guidelines, to ensure ALL contract drawings are clearly legible in this new electronic bidding climate. Attachment A The Work: The Work shall include, but shall not be limited to the following: 1. Demolition: See Proposed Floor Plan to note necessary demolition. 2. Interior Plan: See Proposed Floor Plan 3. New Construction A.Interior Walls - 1.All new interior wall construction is to be steel stud framing. All sheet rock is to be fire rated type X 5/8 and wall finish to receive paint finish. 2.Existing walls are to be prepped and receive paint finish except for restroom where ceramic tile to be installed. 3.In restroom install ceramic tile full height of the wall to ceiling; for pricing purposes quote American Olean Bright and Matte Group 1, use 6"x8" size and American Olean Legacy Glass Mosaic Blends for an accent band around the perimeter. B.Interior Doors/Frames-- all existing interior door to be reused are to be sanded and refinished. Any new doors shall match existing. Door frames are to be sanded and repainted. C.Locksets--Best Mortised locksets are to be supplied where they are currently missing, and these locksets are to accept BEST 7-pin cores. VA will supply and install all cores at completion of project. Contractor shall provide construction cores (CO) for use during construction keyed to VA construction core. D.Ceiling-- the new ceilings are to be a suspended grid 2'X 2'ceiling. The ceiling tiles are to be fiberglass insulated (3") ceiling tiles. All ceilings to be 2'x2' rabetted-edge (for recessed grid) acoustical lay-in suspended. E.Flooring-- Floor in the office space is to be prepared and leveled to receive 18" x 36" vinyl plank flooring. Rubber cove base shall be 6" high. Flooring in bathroom is to be Crossville tile from the Palais collection. The size will be 6" x 12". F.Lighting -Lay-in fluorescent ceiling grid lighting using T8 ballasts, 2'x2' lay-in style troffers. G.Heating Ventilation & Air Conditioning (HVAC): Meet VA requirements for conditioning of space and exhaust. H.Plumbing - The VA recommends the installation of SANIFLOW SANICUBIC 2 maccerating commode unit or equal, installing pump unit on outside wall of new restroom. Set one ADA wall hung lavatory with ADA faucet and drain. Set urinal with exposed p-trap and flushometer. Install piping to discharge waste from above ground pump into main sewer with check valve at pump. Run a separate vent piping system. Install new ¾" copper hot and cold main water from water heater in adjacent equipment room to the 3 fixtures. New bathroom partitions are to be stainless steel fixtures. 4. Site Cleanup--Haul away & dump debris and waste to an approved disposal site. Thoroughly clean up the work area at the end of each day's work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor's personnel. This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The applicable North American Industry Classification (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction. The Small Business size standard is $33.5 Million. See http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/size-standards NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the System for Award Management (SAM) at http://www.sam.gov/ and registered and viewable as a SDVOSB firm at the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov/general_user/default.asp Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/ POC for this project is: Krystal S. Glasper, Contract Specialist. Telephone requests for information or questions will NOT be accepted. Please email questions to Krystal.Glasper@VA.Gov and ensure that the subject line includes Pre-Solicitation VA256-13-R-0208 Construct Restroom on 1G Lobby
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25613R0208/listing.html)
- Record
- SN02950052-W 20121219/121217234111-94ea59643d05b9360b869635e812a307 (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 |