DOCUMENT
C -- 578-15-006, Facility As-Builts for 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;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D16N0207
- Response Due
- 12/7/2015
- Archive Date
- 1/6/2016
- Point of Contact
- Carmella L. Speer
- Small Business Set-Aside
- HUBZone
- 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 prepare Facility As-Builts for 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 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 Engineering Firm will adhere to all codes, standards, guidelines and design requirements found in the VA's Technical Information Library (TIL), including but not limited to the Design and Construction Procedures (PG-18-3), Standard Details & CAD Standards (PG-18-4), Design Manuals (PG-18-10), Design Guides (PG-18-12) and Minimum Requirements for AE Submissions (PG-18-15). a.The Contractor shall conduct all required site investigations and provide all materials, tools, equipment, labor and supervision necessary to develop complete as-built drawings for the facilities, and surrounding site and utilities of: "Bldg. # 5 (Only Plumbing As-Built drawings are required for this building) "Bldg. # 100 "Bldg. # 217 "Bldg. # 221 b.Edward Hines Jr. VA Hospital (EHVAH) will provide the Contractor with available drawings. c.The development of the required As-Built drawings will include: "Plumbing/Sanitary As-Built drawings; including, but not limited to: "Electrical As-Built drawings "HVAC systems As-Built drawings "Architectural As-Built drawings "Site/Utilities As-Built drawings "Fire Protection As-Built drawings Also, Conflicts between nationally recognized standards and Veterans Affairs (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: 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. 6. Deliverables: a.Design Schedule identifying dates for the completion of work for each one of the deliverables, taking into consideration that the Plumbing/Sanitary submissions are in the Critical Path of the design project. b.Schedule of Costs will be presented as a detailed Breakdown for Payment, including design stages, work performed and work invoiced per Progress Payment submission. c.Deliverables must be phased so that the Plumbing/Sanitary As-Built submissions are delivered within a 120 days period after the Notice of Award. d.Contractor shall provide as-built drawings for the required buildings in the latest version of AutoCAD (2015). e.Contractor shall provide hard copies of the As-Built Drawings as follows: one (1) in full-size plot, and four (4) half-size each. f.Contractor shall provide four (4) CD's containing the As-Built Drawings in both DWG and PDF file formats. g.The awarded A/E firm shall have their services delivered according to the following: 1.)30% Design: For each option and phase, a report delivered in hardcopy (binder) and electronic (PDF) copy, Four (2) sets of each. Two (2) CD's including drawings in latest AutoCAD version (AutoCAD 2015) and PDF version. Preliminary As-Built drawings from the A/E shall include at a minimum: a)Architectural b)Fire Protection c) Plumbing d)HVAC e)Electrical f)Site/Utilities 2.)60% Design: A narrative report shall be issued in hardcopy (binder) and electronic (PDF) copy. 60% review sets shall be issued in hardcopy (half-size drawings and bound specifications) and electronic (PDF) copy. Four (4) binders, one (1) set of full-size drawings, four (4) sets of half-size drawings and four (4) compact disks containing the electronic copies shall be delivered to the COR per the schedule indicated in Section L. Report drawings and specifications from the A/E shall be consistent the Program Guide, PG-18-15, Volume C, Design Development checklist with the following disciplines: a)Architectural b)Fire Protection c) Plumbing d)HVAC e)Electrical f)Site/Utilities 3.)90% and 100% Design and Close-Out documents: Hardcopy (binder) and electronic (PDF) copy for each option and phase. a)AutoCAD files shall be delivered on a four (4) compact disks with PDF and DWG files saved. AutoCAD reference files shall be removed and the drawing flattened. Four (4) of each. b)Report drawings and specifications from the A/E shall be consistent the Program Guide, PG-18-15, Volume C, Design Development checklist with the following disciplines: a)Architectural b)Fire Protection c) Plumbing d)HVAC e) Electrical f) Site/Utilities 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16N0207/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-16-N-0207 VA69D-16-N-0207.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428823&FileName=VA69D-16-N-0207-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428823&FileName=VA69D-16-N-0207-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-16-N-0207 VA69D-16-N-0207.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2428823&FileName=VA69D-16-N-0207-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Edward J. Hines Jr. Veterans Affairs Hospital;5000 South 5th Street;Hines, IL
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN03951377-W 20151122/151120234207-4d1fde7e35d47c3cc7da0e73a25bfc25 (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 |