Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2016 FBO #5371
DOCUMENT

C -- AE Services to Construct Admin Building 580-CSI-110 - Attachment

Notice Date
8/5/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;NCO 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25616R1183
 
Response Due
8/30/2016
 
Archive Date
9/29/2016
 
Point of Contact
Tabitha K Contreras
 
E-Mail Address
4-7513<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1.CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implement in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The three firms deemed most highly rated after initial source selection will be chosen for interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310, Architectural Services, and the applicable Small Business Size Standard is $7.5 million. a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-100 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. b.SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c.Nature of Work: Provide Architectural/Engineering (A/E) services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. d.Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $2 million and $5 million. 2.SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. (1)Professional qualifications necessary for satisfactory performance of required services to include reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. a.Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Architect, Civil, Structural Engineers, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Mechanical, Electrical, and Cost Estimator and team members who will perform technical tasks under this contract including their record of working together. b.The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of five (5) and a maximum of seven (7) specific completed projects in the past five (5) years that best illustrate the individual team members experience relevant to this contract scope. (2)Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials and their record of working together as a team. a.Provide a detailed narrative of a minimum of five (5) up to seven (7) maximum relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Specific design areas to be evaluated within this factor are: 1.Medical Administration Building Experience 2.Familiarity with and experience incorporating the requirements of the current VA building design standards 3.Verification of Exceptional Customer Service; including customer service awards received 4.Building Energy Modeling per ASHRAE 90.1-2010 or 2013 5.Designs that comply with ASHRAE 90.1-2010 or 2013 6.Familiarity with and experience incorporating the requirements of current or recent VA guidance documents related to Sustainable Buildings (3)Capacity to accomplish the work in the required time. a.This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. 1.List current projects with a design fee of greater than $100,000 being designed in the firm's office in the past five (5) years; 2.Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; 3.Describe experience in successfully delivering projects per performance schedule, providing timely construction support and successfully completing multiple projects with similar delivery dates. (4)Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5)Location in the general geographical area of the project and knowledge of the locality of the project. Provide the address and distance of your office to MEDVAMC. The distance shall be determined using http://maps.google.com (6)Ability to comply with FAR clause 52.219-14. Firms must demonstrate how they will comply with the requirement to meet FAR Clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 3.SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: Michael E. DeBakey Veterans Affairs Medical Center (90C) Network Contracting Office (NCO 16) Attn: Tabitha Contreras, Room 4B-313 2002 Holcombe Boulevard Houston, TX 77030 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA256-16-R-1183. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. There is no page limit, required margin size, etc. for the submission; it is expected for interested firms to be concise and clear. Questions for this announcement are due by 4PM Central on August 16, 2016. (b) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 11:00 A.M. Central on August 30, 2016. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the six (6) Selection Criteria in their SF 330's and additional documents/submittals. 4.THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 5.PROJECT INFORMATION: ? ARCHITECT / ENGINEER SCOPE OF WORK 1.0SCOPE 1.1The Architect/Engineer shall furnish all professional and technical expertise to develop Schematics, pre-design preliminaries, design drawings, specifications, cost estimates and construction contract bid documents to construct a New Administration Building approximately 18,000 GSF. The building will be located on the North West side of the campus behind building 122. Design of the exterior must be similar in finishes to the main hospital building 100 and blend with the other existing structures on VA campus. Interior designs will require development of space program for administration spaces with open floor plans, minimal offices, conference rooms and work stations. The A/E must be familiar with the latest VA design criteria for Administration. The preliminary designs must include 3 conceptual plans with different space configurations including cost estimates for each option. The options shall include building expansion, one for horizontal and one for vertical (2nd floor). The A/E will prepare equipment layouts for new and existing equipment and work stations as required by the equipment manufacturers' specifications and drawings. 1.2The A/E shall provide construction period services including "as built", responses to RFI's, and site visits. 1.3The A/E is responsible for geotechnical engineering services and borings and civil site survey for the area of the new building. 1.4The final design shall be completed within 180 calendar days from contract award. 2.0PROJECT OVERVIEW 2.1The A/E scope must include a pre-design phase to provide three (3) optional plans with different layouts that meet project intent and budget. All plans will be presented using power point to the MEDVAMC leadership for comparison and recommendations for the Medical Center selection and approval. The space planning must address improvement of work flow based on sequence of operations. All designs must adhere to the latest edition for JCAHO, NFPA, ICC and life safety latest requirements. 2.2The Architect/Engineer shall survey the area and verify existing conditions and all related systems, study adequacy of square footage for each function, analyze utility systems and structural integrity, also verify as facility built drawings. Existing drawings may not be complete or fully accurate. 2.3The A/E Contractor shall make sufficient site investigations to evaluate all existing conditions. The A/E Contractor shall obtain additional pertinent information, as needed, from the COR, to ensure the completion of an efficient, comprehensive design. 2.4The completed preliminary plans shall include a detailed construction, equipment, and project cost estimates. The A/E is responsible to design the project within available budget and provide recommendations of deduct items as alternatives. 2.5The A/E shall thoroughly study existing facility drawings and VA building design criteria for exact implementation and coordination of all systems and components. 3.0DESIGN SUBMITTALS 3.1The following contractual periods of performance shall begin from the award date of the contract. The A/E shall submit 35%, 75%, 95%, and final design packages for review and approval. The VA will respond with comments within 15 calendar days after receipt of each submittal. 3.2Each submission shall include three (3) copies for review. 3.3Final submittals shall include five (5) original hard copies and CD-ROM disc for drawings using REVIT 2012 and AutoCAD version 2013 and specifications on Microsoft Word latest version. All electronic submittals must adhere to VA requirements. 3.4Room's square footage and dimensions shall be indicated on the floor plan. 4.0SAFETY 4.1The A/E is responsible to retain services of a licensed fire protection professional engineer (FPE). The FPE must be directly involved in the design of fire protection systems and life safety requirements, as addressed in the VA Fire Protection Design Manuals. 4.2Review and seal As-Built drawings prepared by the contractor and certify compliance statement on each FP and life safety drawings as required by VA directives and policies. 5.0SUSTAINABLEDESIGN STANDARDS 5.1The A/E shall be responsible for designing to achieve sustainable design equivalencies and for implementing within the design the following Guiding Principles found in the Federal Leadership on High Performance and Sustainable Buildings Memorandum of Understanding and the VA Sustainable Design and Energy Reduction Manual: "Employ Integrated Design Principles (Integrated Design, Commissioning) "Optimize Energy Performance (Energy Efficiency, Measurement and Verification) "Protect and Conserve Water (Indoor Water, Outdoor Water) "Enhance Indoor Environmental Quality (Ventilation, Thermal Comfort, Moisture Control, Day lighting, Low-Emitting Materials, and Protect IAQ during Construction) "Reduce Environmental Impact of Materials (Recycled Content, Bio-based Content, Construction Waste, Ozone Depleting Compounds) 5.2Sustainable design features, activities and equivalencies are part of overall Federal policy to limit environmental impact and ensure the environmental compatibility of Federal facilities. It is the intent of the VA to make every reasonable and rational effort to meet these requirements. In the event the A/E concludes that implementation of specific sustainability requirements is not feasible (in that doing so creates major negative impacts on the project, including major overall cost increases, major operational feasibility issues, major technology application issues, etc.), a detailed rationale for limiting the use of the specific sustainability feature in question shall be submitted in writing to the Project Engineer for consideration. Such rationale shall include discussion of the significant negative impacts to the project. Cost comparisons and evaluations used in supporting the non-inclusion of required sustainability features must show an overwhelming life cycle rationale. Such exclusions shall not be implemented unless specifically approved by the Project Engineer. 6.0ARCHITECTURAL 6.1One-eight (1/8) inch scale floor plans shall be submitted with the following neatly displayed: "Room names, numbers, square footage, functions, and appropriate activity codes. "Reflected ceiling plans. "Net square foot program area of each room with the corresponding designed net square foot area. (Program vs. Actual). "All corridors, electrical closets, telephone closets, equipment rooms, mechanical shafts and spaces vertical circulation spaces (stairs, dumbwaiters, etc.) and automatic conveyances. "All plumbing fixtures, doors and swings. "Doors and Finish schedules "Locations of all smoke and fire partitions. 6.2One-eighth inch scale floor plans showing and identifying equipment utilities requirements for each room shall be submitted. Equipment floor plans are required for all medical equipment, offices, consultation rooms, classrooms, conference rooms, and waiting rooms. 6.3A written narrative describing the interior design scheme of how areas will integrate functionally and aesthetically. All variations from criteria shall be explained. 7.0STRUCTURAL 7.1The building structural system (including slabs, girders, beams, and columns) shall be reinforced as necessary to accommodate future expansion. Structural design shall comply with all applicable codes. 7.2Construction drawings shall include at least one plan view showing all structural columns, beams and typical floor plan features. The structural members shall be properly dimensioned, including depth and width of beams. Sufficient elevation views shall also be included on the drawing to show minimum heights from floor to lower surface of beams and/or interstitial purlins and deck. 8.0HEATING, VENTILATING AND CONDITIONING 8.1Provide preliminary load and sizing calculations for all HVAC systems. 8.2Provide a written description/narrative of the HVAC requirements and how these requirements will be satisfied. Include a description of all new systems (including controls) and how they will interface with existing facility systems. Investigate design alternatives and justify the selected system(s), highlighting economics, energy conservation, and other pertinent considerations; provide reference sources for all data included. Assure that all systems, at minimum, meet VA standards for type of area served. 8.3Submit duct and piping layouts for the area. 8.4Provide one-eighth inch scale floor plans showing the HVAC and distribution equipment. Coordinate the design with other disciplines. 8.5Provide flow and control diagrams for complete syste. Provide sequence of operations and controls for all HVAC systems and equipment. 8.6Provide preliminary design for fire and safety systems that are associated with the HVAC systems. Show the fire and safety design on the HVAC plans and control diagrams. Show smoke and fire partitions and related dampers, coordinate penetrations with VA to maintain the custom fire rating system. 9.0PLUMBING 9.1One-eighth inch scale plumbing floor plans shall be submitted. Plumbing fixtures shall be identified; plumbing lines shall be sized. 9.2Floor plans, elevations, and sections shall be developed showing all required equipment. 9.3All calculations supporting the design shall be submitted. 10.0SPRINKLER 10.1One-eighth inch scale sprinkler floor plans shall be submitted. The locations of all risers, sprinkler heads, and valves shall be shown. The locations of smoke and fire partitions and boundaries of smoke, fire, and sprinkler zones shall be displayed. The system shall be properly interfaced with the existing facility sprinkler system. 10.2Preliminary design assumptions and calculations shall be submitted. Use of quick response sprinkler heads is mandatory. 11.0ELECTRICAL 11.1One-eighth inch scale floor plans shall be submitted. The plans shall indicate room (or area) numbers, titles, and functions. The locations of all lighting fixtures, outlets for power, communication/signal outlets and devices, fire alarm devices, and equipment shall be displayed. The electrical floor plans shall show smoke and fire partitions and zones. 11.2One-quarter inch scale elevations shall be provided to display design details. 11.3Reflected ceiling plans shall show lighting layout, registers, chases, smoke detectors, page speakers, and other overhead equipment. 11.4One-line diagrams of the normal and emergency electrical power distribution system shall be submitted. Include low voltage main and secondary power distribution panels. Verify that existing feeders to be used are adequately sized for the proposed project. Preliminary design data, assumptions, and calculations shall be submitted. 12.0CONSTRUCTON COST ESTIMATE 12.1The preliminary cost estimates shall reflect the expected construction cost for all work identified and detailed. "Magnitude" and "square foot" estimates will not be accepted. 12.2The A/E shall develop a detailed preliminary construction cost estimate. The cost estimate shall present labor, material, and equipment costs for work required by the major disciplines, i.e., Architectural, Structural, Mechanical, Plumbing, Sprinkler, Electrical, and Industrial Hygiene. The work grouped under each major discipline shall be placed into the appropriate VA master Construction Specification Division (CSI format). 12.3The detailed construction cost estimate shall consider contingencies at 7.5%, overhead at 10%, profit at 10%, and escalation attributable to inflation, and any other regional industry costs. The contingency amount is established for change orders or other additional work occurring during construction. 12.4The estimate must have sufficient detail and accuracy to reflect the anticipated bid cost upon completion of the contract working drawings and specifications. Cost estimate must include bid deduct(s) that total 20% of the construction estimate. 13.0MEETINGS 13.1Post-award Meeting - A post award meeting will be held within ten (10) calendar days after award of contract. 13.2Design Review Meetings - A design review meeting will be held after each design submittal. 13.3Meeting Minutes - The A/E Contractor shall take minutes of all meetings held relative to this contract with exception to the construction phase. The format must be acceptable to the Contracting Officer (CO). Minutes must include the meeting date and time; agenda; meeting location; list of participants with their affiliations and telephone numbers; be fully descriptive of issues, problems and decisions made; and action items with names of responsible parties and deadlines. In addition, the minutes must include, as a separate attachment, all exhibits and references distributed as handout material, unless the material is part of a formal submittal. The A/E Contractor shall provide, via email transmission, complete copies of all minutes to CO and all attendees within 48 hours of the next meeting. All challenges to the minutes will be reflected in a revised version prepared by the A/E Contractor. Copies of updated minutes shall be distributed to the CO and attendees within 24 hours after the change notice. 14.0QUALITY CONTROL 14.1The contractor shall develop a quality plan. This plan shall be submitted within 10 calendar days after contract award. The plan should outline the following: "The management and organization of this project. "Intended key technical personnel, such as subcontractors, discipline managers, project managers, etc. "Narrative describing product quality control. 14.2After the award of the contract, the A/E Contractor shall follow a minimum standards of quality as follows: "There shall be a consistency of key level personnel throughout the project. "All deliverables shall be routed through, reviewed and approved by the A/E Contractor project manager. "All mistakes, omissions or errors discovered during the construction process shall be rectified by the A/E Contractor. The A/E Contractor shall provide the government with additional design drawings, cost estimates and statements of work to make the field design corrections, should they become necessary. ? 15.0GENERAL INFORMATION 15.1The A/E Contractor shall submit all request for information in writing to the COR and allow at least three (3) calendar days for the COR to respond. 15.2The Contracting Officer must approve all work that is beyond the scope of this statement of work. END OF STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616R1183/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-R-1183 VA256-16-R-1183.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2925868&FileName=VA256-16-R-1183-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2925868&FileName=VA256-16-R-1183-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04211427-W 20160807/160805234530-10104883947e1894854001ad354c9a38 (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.