Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2015 FBO #5112
DOCUMENT

C -- 578-15-007, Legionella Suppression Design - Attachment

Notice Date
11/20/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;GLAC-Southern Tier Construction Team;3001 Green Bay Road;Building 1 Room 329;North Chicago, IL 60064
 
ZIP Code
60064
 
Solicitation Number
VA69D16N0191
 
Response Due
12/7/2015
 
Archive Date
1/6/2016
 
Point of Contact
Carmella L. Speer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This is NOT a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center is planning to solicit for an Engineering Firm to Design a Legionella Suppression System at the Edward J. Hines Jr. VA Hospital located in Hines IL. The Great Lakes Acquisition Center is conducting a market survey to determine the existence of potential Service Disabled Veteran Owned Small Business concerns with the capability to fulfill this acquisition. Contractor must have Legionella Design experience and be able to meet all requirements of the Statement of Work. Interested parties shall provide a brief overview of their firm's capabilities and past experience with projects similar in scope to this project. Capability statements shall include: Examples of previous Legionella Suppression Design Services. All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments. Each submittal shall also include the following business information: a.DUNS number b.Organization Name c.Organization Address d.Point of Contact (including name, title, addresses, telephone number, fax number and Email address) e.Business size f.Socio-economic status ( IF SDVOSB or VOSB - provide SDVOSB or VOSB CVE verification) g.Proof of CVE registration Firms shall identify whether or not they are a s Service Disabled Veteran Owned Small Business in accordance with the size standard for NAICS code 541330. If another NAICS code may be applicable, please identify the NAICS in your capability statement. All information must be received no later than: 07 December 2015, 12:00 PM, EST. Email information to: Carmella L. Speer, Contract Specialist, Carmella.Speer@va.gov. Telephone inquiries will not be accepted or returned. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation MAY be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. ? SCOPE OF WORK The awarded A/E will adhere to: a.All requirements described in the Veterans Health Administration (VHA) Directive 1061. b.All codes, standards, guidelines and design requirements found in the VA's Technical Information Library (TIL), including but not limited to the following: 1.Master Construction Specifications (PG-18-1). 2.Design and Construction Procedures (PG-18-3). a.Topic 1 - Codes, Standards, and Executive Orders. b.Topic 2 - Drawings. c.Topic 16 - Sustainable Buildings Policy for New and VA Renovation Construction d.Topic 17 - Physical Security Strategies for New and Renovation VA Construction. 3.Standard Details (PG-18-4). 4.Equipment Guide List (PG-18-5). 5.Space Planning Criteria for VA Facilities (PG-18-9) 6.Design Manuals (PG-18-10). 7.Design Guides (PG-18-12) 8.Barrier Free Design Guide (PG-18-13) 9.Minimum Requirements for A/E Submissions (PG-18-15). 10.Environmental Planning Guidance (PG-18-17). 11.International Building Code (IBC) 12.National Electrical Code (NEC) 13.National Standard Plumbing Code (NSPC) 14.National Fire Protection Association (NFPA) Codes 15.ASME Code for Pressure Piping 16.The Provisions for Construction and Safety Signs stated in the General Requirements Section 01010 of the VA Master Construction Specs. 17.Americans with Disabilities Act (ADA) 18.Greening the Government through Efficient Energy Management - Executive Order 13123 19.Greening the Government through Leadership in Environmental Management - Executive Order 13148 20.Ventilation for Acceptable Indoor Air Quality - ASHRAE Standard 62.1-2004 21.Safety Standard for Refrigeration Systems - ASHRAE Standard 15-2004 Also, Conflicts between nationally recognized standards and VA Requirements: Should a conflict exist between VA Requirements and VA adopted nationally recognized codes and standards, the conflict shall be brought to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure a consistency system wide. Scope: a.This contracted work includes: 1.Preparation of construction plans (drawings), cost estimates and specifications for the installation of water systems monitors for temperature, PH and Oxidant levels in the hot and cold potable water distribution systems. Continuous monitoring of incoming water quality entering building(s). 2.The evaluation and construction plans and specifications for two (2) options for water treatment modalities : oOPTION A: Copper Silver Ionization oOPTION B: Chlorine Dioxide Injection b.Drawings, specifications and cost estimates shall include all facets of work and trades necessary to facilitate award of a construction contract c.Construction period services, to include site visits during construction, are part of the scope. The above A/E scope constitutes a basic outline of work and in no way outlines all of the details for the design of this project. It is recommended that a detailed inspection of the premises be initiated to determine the needs and conditions for the design and plans for this project. Copies of the most recent as-built drawings will be available for A/E use. However, A/E shall verify their validity before start the design. Utilities within the area and identified on existing drawings are not to be interpreted as the exact location, or as the only existing site conditions. The A/E shall collaborate with the VA's designated Utilities Commission Authority in the Design Phase and through the Construction Phase. The A/E shall be solely responsible for the management and professional design, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the contract to deliver the following: a.A/E shall identify deficiencies in the current system and analyze the existing water system to design an improved system. b.Final plans shall include profiles, plan views, water main elevations a maximum of 50 ft. intervals, valve locations, tapping details and any other details deemed necessary for the project success. c.A schedule to completion and status updates shall be provided throughout the project. d.An updated, detailed Construction Cost Estimate shall be provided for each option. e.Project must include deductive bid alternates equal to approximately 20% of the total project cost. f.Contractor shall complete the design package to include plans, mechanical, views, details, sections, elevations, shop drawings, working drawings, edited specifications, site visits, construction estimate and all related information as required by the contract. g.Construction Supervision will be conducted by VA Engineering Service at Edward Hines, Jr VA Medical Center. h.A/E shall provide Construction Administration Services for the preparation and review of submittals, RFIs, to attend meetings, final acceptance project inspection and preparation of punch list and verification of punch list items corrections. Tasks and Responsibilities: a.The Contractor will coordinate a Kick-Off meeting with EHVAH key team members through the Contracting Officer to review project objectives, validate scope, deliverables, communication, plan, site access, schedule, and responsibilities. b.After the Kick-Off meeting, the Contracting Officer (CO) shall issue a Notice to Proceed (NTP) authorizing the Contractor to commence work. c.The Contractor shall visit all locations listed above to survey and measure existing facilities. This information shall form the basis of the primary deliverables. d.The first phase will begin with a Notice to Proceed (NTP) from the Contracting Officer (CO) or Contracting Specialist (CS). Each phase will be concluded with deliverables rendered and may include a meeting with key personnel from both the A/E team, the CO/CS, the COR, and the EHVAH. Deliverables: The first phase will begin with a Notice to Proceed from the Contracting Officer (CO) or Contracting Specialist (CS). Each phase will be concluded with deliverables rendered and may include a meeting with key personnel from both the A/E team, the CO/CS, the COR, and the EHVAH. 1)30% Design. A/E shall perform a Risk Assessment to identify the risks (Potential failures of standards and risks to human health and safety) and take action to control those risks through a multiple barrier approach. The A/E firm shall meet with key EHVAH personnel to determine a program for design. Based upon these meeting and the scope of work, the A/E firm shall develop three (2) preliminary designs options (OPTION A and OPTION B) with each option addressing the needs of the scope of work. Each option shall include a narrative of their suggested design alternative, drawings, the estimated cost of construction, expected construction duration, and construction phasing if necessary. The EHVAH will review the documents provided and select one of these options to pursue in the next phase. Comments will be collected by the COR and formally sent to the CO/CS. It is possible the selected option to move forward contains elements from all three preliminary options resulting in one, hybrid option. 2)60% Design. The A/E firm shall develop the selected design option by expanding upon the drawings, details, and specifications of the work to be performed. The selected option shall include revisions to the A/E firm's suggested design alternative, design narrative, drawings, specifications, the estimated cost of construction, expected construction duration, and construction phasing if necessary. The A/E firm shall also provide two (2) photo realistic renderings with perspectives to be determined by the project team. 3)90% and 100% Design. The A/E firm shall develop a full set of construction drawings and specifications. These construction drawings and specifications will be used for bidding by a qualified contractor. Review sets will be provided to the CO/CS and the COR at the 90% and 100% completion intervals prior to the final bid issuance. The A/E firm shall address any questions, clarifications, and/or Requests for Information (RFI's) that arise during the bidding phase. Upon completion of the bidding process the A/E firm shall issue a final set of drawings and specifications to be referred to as contract documents. Alternate designs options and/or cost savings measures agreed to by the contractor shall be incorporated into the contract documents. 4)Construction Administration. The A/E firm shall provide services during the construction phase of the project including but not limited to: a)Attend bi-weekly construction meetings. b)Issue construction clarification drawings when requested by the CO, the CS, and/or the COR. c)Provide submittal reviews for conformance with the contract documents. a.The A/E shall respond with notice of conformance/non-conformance within 10 calendar days of a review request by the COR. d)Material sample reviews for conformance with the contract documents. a.The A/E shall respond with notice of conformance/non-conformance within 7 calendar days of a review request by the COR. e)Assist the government with responses to RFI's from the contractor submitted during construction. a.The A/E shall provide their response including any construction clarification drawings within 5 calendar days of an assistance request by the COR. f)Assist in the development of Request for Modification's on behalf of the government. g)Issue bi-weekly field reports of construction progress. h)Attend field inspections and punch list inspections as requested by the CO, the CS, and/or the COR. i)Provide testing submission reviews requested by the CO, the CS, and/or the COR 5)Construction Close-out Documents. The A/E firm shall review the contractor close-out submissions for thoroughness and conformance with the contract document requirements. The A/E firm shall also review field-marked as-built drawings for conformance with final installations. The A/E firm shall utilize these as-built drawings and specifications from the contractor and generate as recorded drawings and specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16N0191/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-16-N-0191 VA69D-16-N-0191.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428864&FileName=VA69D-16-N-0191-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428864&FileName=VA69D-16-N-0191-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affaicr;Edward J. Hines Jr. Veterans Affairs Hospital;5000 South 5th Street;Hines, IL
Zip Code: 60141
 
Record
SN03951360-W 20151122/151120234200-1c628b38e8f2715151ee94763a2697a1 (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.