SOLICITATION NOTICE
C -- Relocate Physical Medicine and Rehabilitation to the 4th Floor P/N: 589A4-22-100
- Notice Date
- 8/30/2021 2:55:13 PM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25521R0129
- Response Due
- 9/27/2021 12:00:00 PM
- Archive Date
- 12/26/2021
- Point of Contact
- Jeanette Mathena, Contracting Officer, Phone: 913-946-1129
- E-Mail Address
-
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Synopsis: Request for Architectural and Engineer 330 submission Solicitation: 36C25521R0129, Relocate Physical Medicine & Rehabilitation to 4th Floor Project No. 589A4-22-100 CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded no later than December 17, 2021. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to (jeanette.mathena@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310, Architectural Services and the small business size standard of $8.0 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 365 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASID FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (https://www.vip.vetbiz.va.gov/), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (BETA SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (BETA SAM) database at https://beta.sam.gov/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in BETA SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://beta.sam.gov/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed. Completed package shall be delivered on or before September 27, by 2:00PM CT to the following email address: Jeanette.mathena@va.gov. Email subject line shall clearly identify Solicitation number: 36C25521R0129 and project name Relocate Physical Medicine & Rehabilitation to 4th Floor Project No. 589A4-22-100 . The 330 submission must be a pdf document and must be below 20 MG. PROJECT INFORMATION This project will renovate the area previously occupied by inpatient medical ward on 4th floor (4 MED) (approx. 17,300 sq ft). The redesign shall create a cohesive and patient friendly treatment area for several services currently located on the 2nd floor (Occupational Therapy/Physical Therapy, Prosthetics). The design will reconfigure and expand the current check-in area/waiting room that will serve the entire floor and function as the focal point immediately after exiting the main elevators; provide public restrooms; a prosthetists lab; prosthetics store room; physical/occupational therapy gym and treatment rooms; a large common room; administrative offices; provider swamps. Renovation will include (but is not limited to) demolition, the construction of walls, upgrading finishes, replacing lighting with energy efficient LED lights, relocation of all necessary utilities including, but not limited to, phone and data installation and upgrading the mechanical and plumbing systems to make this an operational space. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project No. 589A4-22-100 Relocate Physical Medicine & Rehabilitation to 4th Floor will be reviewed and evaluated based on the following evaluation criteria listed below: Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects (ACHA American College of Healthcare Architects), Medical Planners; Structural, Mechanical, Plumbing, and Electrical Engineers; Fire Protection Engineer; Communication/Technology (voice & data); Interior Designers; and Cost Estimators with experience in the programming, planning and design of a Physical Medicine and Rehabilitation Clinic (PM&R) to include: prosthetics (to include lab); occupational therapy; and physical therapy. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities renovations to existing medical facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly state and demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. Past Performance: the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with FAR 36.602-1. This criterion will apply to the office from which the prime contractor s office is established. Firms within 450 miles of the medical center will receive a maximum score. Firms more distant than 450 miles will receive a zero score for this criterion. Firms may use Google Maps, MapQuest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established. Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Columbia, VA. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Harry S. Truman Veterans' Memorial Hospital (HSTVMH) Columbia, MO SCOPE OF WORK - A/E DESIGN SERVICES for Relocate Physical Medicine & Rehabilitation to 4th Floor Project No. 589A4-22-100 PROJECT NUMBER: 589A4-22-100 PROJECT TITLE: Relocate Physical Medicine & Rehabilitation to 4th Floor DESIGN TIMEFRAME: A/E shall deliver final construction documents NLT 365 days after the Award/Notice to Proceed Letter CONSTRUCTION BUDGET/DESIGN LIMITATION: $3,500,000.00. The A/E will be required to design within this budget. The A/E will also be required to incorporate bid items into the bid documents that will allow for a 20% budget reduction. In accordance with 52.236-22, Design Within Funding Limitation (APR 1984), the estimated construction contract price for this project is $3,500,000.00. If the project cannot be designed within funding limits specified, the A/E shall notify the Contracting Officer immediately, in writing, and shall not proceed further without direction from the Contracting Officer. Design multiple deductive bid items into the construction documents equal to at least 20% of the total construction cost (Design Limitation). The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct. In accordance with FAR 52.236-22, Design within Funding Limitation (APR 1984), the estimated Total Construction Contract Price for this project proceeding into construction documents is not to exceed the Construction budget listed above. The A/E is responsible for designing the project within the estimated total Construction Contract Price for the Design Development and Construction Document phases of this project. If, at any time, the A/E determines that the design s construction cost will exceed the Total Construction Contract Price (TCCP) the A/E shall immediately inform the Contracting Officer in writing. Such written notification shall include the reasons why the A/E believes the TCCP will probably be exceeded and shall offer proposed solutions to reduce the project cost to be within the TCCP. CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project): - Barrier Free Design Standard - Design and Construction Procedures, PG-18-3 - Design Manuals, PG-18-10 - Design Submission Instructions, Minor and NRM Projects, PG-18-15, Vol C - Standard Details. Program Guide, PG-18-4 - Equipment Reference Manual, PG-18-6 - Equipment Guide List, Program Guide PG-18-5 - Space Planning Criteria PG-18-9 - Uniform Federal Accessibility Standards - Signage Design Guide - Master Construction Specifications, Program Guide, PG-18-1 - VA Design Alerts - VHA National CAD Standards - National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) - Physical Security Design Manual for VA Facilities Note: The above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF CONSTRUCTION PROJECT: This project will renovate the area previously occupied by inpatient medical ward on 4th floor (4 MED) (approx. 17,300 sq ft). The redesign shall create a cohesive and patient friendly treatment area for several services currently located on the 2nd floor (Occupational Therapy/Physical Therapy, Prosthetics). The design will reconfigure and expand the current check-in area/waiting room that will serve the entire floor and function as the focal point immediately after exiting the main elevators; provide public restrooms; a prosthetists lab; prosthetics store room; physical/occupational therapy gym and treatment rooms; a large common room; administrative offices; provider swamps. Renovation will include (but is not limited to) demolition, the construction of walls, upgrading finishes, replacing lighting with energy efficient LED lights, relocation of all necessary utilities including, but not limited to, phone and data installation and upgrading the mechanical and plumbing systems to make this an operational space. SCOPE OF WORK FOR A/E: During both design and construction, the A/E shall provide to the VA (and eventual construction firm) access to a secure file sharing website (Submittal Exchange or equal) for the purpose of posting electronic correspondence too large for email traffic. This file sharing website should have multiple security levels that can be used during construction to manage the exchange of submittals and other construction documents. The A/E shall include both the design and construction cost for Submittal Exchange (or equal) as a separate line item. It is important to emphasize that the A/E shall perform schematic design, design development, detailed design work, prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational product. The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to, advance planning and design of the Relocation of Preventative Medicine and Rehabilitation and construction oversite (including final as-built drawings) at the Harry S. Truman Veterans' Memorial Hospital (HSTVMH) in Columbia, MO. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Medical Planners; Structural, Civil, Communication (voice & data), Mechanical, Plumbing, and Electrical Engineers; Fire Protection Engineer, Interior Designers; and Cost Estimators with experience in the programming, planning and design of an outpatient medical ward specializing in preventive medicine, rehabilitation and prosthetics. The A/E design firm shall furnish all necessary architectural and engineering resources to provide a complete construction design package and construction period services for Project 589A4-22-100 Relocate Physical Medicine & Rehabilitation to 4th Floor. Included in this are the following, along with all other design facets deemed necessary by the VA and Architect/Engineering firm for the completion of this project: a. Design shall meet all applicable/current codes for mechanical, plumbing, electrical, fire protection, and life safety, VA standards, VA Design Manuals, and VA Design Guide standards. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines. b. All lighting shall be LED and dimmable; c. Security, access control, and surveillance to be tied into the existing security system. d. HVAC Controls to be tied into the existing Building Management System; e. All plumbing shall comply with VHA Directive 1061. DELIVERABLES: Deliverables shall include (for ALL ELECRONIC SUBMISSIONS, FILES MUST BE LESS THAN 20mB is size) Schematic Submission (minimum of three layouts) (10%) Electronic PDF copy Design Development Submission (35%): 2 complete hardcopy sets - 1 full size, 1 half-size; 1 electronic PDF copy of drawings, specification outline and cost estimate Construction Documents Submission (60%) 2 complete hardcopy sets - 1 full size, 1 half-size; 1 copy of specs. 1 electronic PDF copy of drawings, specifications (in both a combined PDF form and word file) and cost estimate. Construction Documents Submission (90%) 3 hardcopy sets - 1 full size, 2 half-size, 2 hard copies of specs; 1 electronic PDF copy of drawings and specs (should be provided in both a combined PDF format and in Word), electronic copy of cost estimate. Of these, a hard copy half size drawing (1), set of clean specs (no track changes) and cost estimate are to be mailed to the Contracting Officer. A third-party fire protection review will be conducted on the 90% submittal, with comments provided to the AE. As part of this submission the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length. Construction Documents Submission (100%) 3 hardcopy sets - 1 full size, 2 half-size, 2 hard copies of specs; 2 copies of cost estimate; 1 electronic PDF copy of drawings and specs (should be provided in both a combined PDF format and in Word), electronic copy of cost estimate. Of these, one (1) hard copy half size drawing, one (1) set of clean specs and cost estimate are to be mailed to the Contracting Officer. All responses to issues/concerns from the third-party fire protection review shall also be provided with this submission. Bid Document Submission (Final): 1 complete hard copy sets- 1 full size, 1 half size. 1 sets of bound specifications. Cost estimate. Electronic copies of drawings and specification both PDF and Auto-CAD 2019, as well as Revit model(s). Conformed Drawings/Specifications: In the event bid alternatives are taken as a result of the bidding process, AE shall develop and provide 3 complete hard copy sets - 1 full size, 2 half size (1 half size mailed to the contracting officer) and 2 sets of conformed specifications (1 mailed to the contracting officer) as well as an electronic conformed set of drawings based on the bid item(s) taken. As-Built Drawings 1 complete hard copy half size set and Electronic copies both PDF and Auto-CAD with bound x-refs. REVIEW SCHEDULE: A/E shall plan for the following design and design review meetings as part of the Scope of Work (all other review meetings are to be conducted utilizing a web-based meeting program): NTP NTP + 0 Notice to proceed will be a teleconference between the Contracting Officer, COR and AE firm. This serves as the start of the project. Anticipate that this will occur on site (HSTVA) the same day as the kickoff and initial meetings. Kickoff / Initial Meeting(s) / Site Investigation NTP + 10 Kickoff meeting will be onsite with facility personnel. This will be a broad overview of the project, laying out perimeters and boundaries prior to meeting with the Integrated Project Team (IPT). Immediately following this kickoff meeting, will be a meeting with the IPT. This meeting is to gather the desires from the IPT as to what they would like to see in the design, flow concerns, etc. Site investigation shall occur during this time frame as well. Schematic Design (SD-10%) NTP + 123 SD1: AE shall provide three (3) distinct SDs for VA review based on meetings with the IPT. A brief written synopsis containing the pros and cons of each shall also be provided within 30 days of the initial meetings (NTP +40). The VA will conduct a review of the SDs with the IPT and provide the AE comments within ten (10) days of receiving SD1 (NTP + 50). An onsite meeting with the user group will occur (NTP+51) to discuss the submission of SD1, provide feedback and hear issues/concerns. SD2: The AE will review the VA comments and resubmit two (2) revised SDs to the VA within 30 days of the user meeting. It is possible, pending the VA comments, to only resubmit a single SD at this point (NTP + 81). The VA will review the new SDs for 10 days (NTP + 91) An onsite meeting with the user group will occur (NTP+92) to discuss the submission of SD2, provide feedback and hear issues/concerns. SD3: The AE will make a final SD submission for VA approval within 20 days of the user meeting (SD3 NTP + 112) The VA will review for 10 days (NTP+122) and a teleconference to discuss will be had (NTP+123). This teleconference shall, pending results of SD3, provide the final input and approval. The VA must provide SD approval prior to moving into any formal DD work. All submissions during this phase shall be digital (pdf, word, excel). Design Development (DD-35%) NTP + 183 AE shall provide to the VA 35% Design Development documents within 45 days of receiving schematic design approval (NTP + 168). AE firm shall provide two (2) copies of such drawings and a copy of construction cost estimates for a functional review by the VA. Drawings shall be one (1) full size (36 x48 ) copy and one (1) half size (18 x24 ) copy, as well as electronic version (pdf). The VA will review DD submission for 10 days (NTP + 182). A joint on-site review will be conducted between the AE and the VA (NTP +183). The VA must provide DD approval prior to moving into any formal CD work. Construction Documents (CD-60%) NTP + 243 AE shall provide the VA with 60% construction documents within 45 days of approved DD documents. Drawings shall depict all as a minimum: all walls, wall type, life safety, MEP, and phasing (NTP + 228). AE shall provide two (2) copies of such drawings and a copy of construction cost estimates for a functional review by the VA. Drawings shall be one (1) full size (36 x48 ) copy and one (1) half size (18 x24 ) copy. A copy of the specifications shall also be submitted for review. All documents shall also be submitted in electronic format. The VA will review the CD-60% submission for 14 days (NTP + 242). A joint onsite review will be conducted between the AE and the VA (NTP + 243). The VA must provide CD-60% approval prior to moving into any formal CD-90% work. Construction Documents (CD-90%) NTP + 303 AE shall provide the VA with 90% construction documents within 45 days of approved CD-60% documents. This submission should allow construction contractors to bid from (NTP + 288). AE shall provide four (3) copies of such drawings, two (2) sets of specifications and two (2) copies of construction cost estimates for a functional review by the VA. Drawings shall be one (1) full size (36 x48 ) copy and two (2) half size (18 x24 ) copy. All documents shall also be submitted in electronic format. From these documents, one (1) half size set of drawings, one (1) set of specifications and a copy of the cost estimate shall be mailed to the Contracting Officer. The VA will review the CD-90% submission for 14 days (NTP + 302). A joint onsite review will be conducted between the AE and the VA (NTP + 303). The VA must provide CD-90% approval prior to moving into any formal CD-100% work. Construction Documents (CD-100%) NTP + 348 AE shall provide the VA with 100% construction documents within 30 days of approved CD-90% documents (NTP + 333). AE shall provide three (3) copies of such drawings, two (2) sets of specifications and two (2) copies of construction cost estimates for a functional review by the VA. Drawings shall be one (1) full size (36 x48 ) copy and two (2) half size (18 x24 ) copy. All documents shall also be submitted in electronic format. From these documents, one (1) half size set of drawings, one (1) set of specifications and a copy of the cost estimate shall be mailed to the Contracting Officer. The VA will review the CD-100% submission for 14 days (NTP + 347). A teleconference will be conducted between the VA and the AE (NPT+348) to discuss any issues with the 100% submission or specifications. This submission serves as a check set allowing the VA to ensure that all comments and issues have been captured and accounted for. Of particular interest is ensuring that the third-party Fire Review comments have been addressed. Bid Documents NTP + 362 If there are still items of concern with the CD-100% submission, the AE shall address/correct and resubmit Bid Documents within 14 days (NTP+362). AE shall provide all bid documents in electronic format. All files shall be broken into individual files no larger than 20MbB each. If there are no issues with the CD-100% submission, then the AE shall simply change the version/title to Bid Documents and submit electronically only. Conformed/Final Construction Drawings/Specifications within 14 days after construction bid acceptance, AE shall provide three (3) copies of such drawings, two (2) sets of specifications and two (2) copies of construction cost estimates. Drawings shall be one (1) full size (36 x48 ) copy and two (2) half size (18 x24 ) copy. All documents shall also be submitted in electronic format. From these documents, one (1) half size set of drawings, one (1) set of specifications and a copy of the cost estimate shall be mailed to the Contracting Officer. The full-size drawings, set of specs and cost estimate shall be sent to the COR. CONSTRUCTION PERIOD OF SERVICES: The A/E must be able to respond to issues in a timely manner, to include being on-site within 24 hours. This is due to the need to keep this project progressing and on time, avoiding any delay claims. As construction is heavy in the area, contractors are on tight schedules to schedule trades and equipment. Having an A/E that can be onsite within 24 hours allows emerging issues to quickly and efficiently be solved. For the duration of the construction contract the A/E shall: Attend the pre-bid construction conference(s). The Construction Period will commence with the award of the Construction Contract(s) and will terminate with the acceptance of the facility by the VA. The A/E shall act in an advisory and consultant capacity to the Contracting Officer and Contracting Officer s Representative. They shall not be the representative of the Contracting Officer on the construction site and shall make no such representation to the Construction Contractor(s) without the specific written approval of the Contracting Officer. The A/E shall have no authority to approve any construction means or methods of work of the Construction Contractor. The A/E shall provide submittal review with final approval being required by the COR. The A/E shall provide prompt responses to all RFIs issued by the construction contractor within two (2) business days; Review and comment on all submittals within 14 calendar days. The A/E shall provide periodic site review. These reviews shall be documented, and all findings provided to the COR within 3 business days of the review. These reviews shall be scheduled and coordinated with the COR. The A/E shall identify when these visits should occur after approval of the construction schedule, and coincide with key milestones (after demo to verify MEP demo/new build plans; wall framing and HVAC/plumbing rough-ins are complete) and then a punch list check at the end of any phases and final construction. The A/E shall provide Submittal Exchange (to cover both design and construction), the means necessary to submit large electronic files to VA recipients. Files over 10 Mb may not be transmitted through the VA email system. File transfer protocol websites (FTP) are prohibited for use by VA employees. Service should be provided through construction period services and allow use by construction contractor. This shall be a separate line item in the bid/contract and shall include any extension costs that would occur if construction goes longer than planned. CONSTRUCTION DOCUMENTS INTERPRETATION The A/E, when requested, shall assist the contracting officer and the contracting officer s representative (COR) to interpret the construction documents and recommend any actions they deem suitable for the satisfactory prosecution of the construction work. The A/E shall prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents at no cost. The A/E shall assess the preparation of the construction contract modifications initiated by or through the VA to be executed in accordance with the construction documents. CONTRACTOR'S COST PROPOSALS The A/E shall review all Government initiated and or the construction contractors cost proposals for construction modifications when requested by the COR. The A/E s review of cost proposals shall include an independent breakdown of costs in detail with quantities and unit prices. This shall be true for both additions and deductions of labor, materials, and equipment. SHOP DRAWINGS AND SUBMITTALS The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, esting labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. They shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E will, through the COR, request the Contractor to submit related components of a system before acting on a single component. Should this procedure be inappropriate, the A/E shall review all prior submittals for related components of the system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that they have found in th...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/09eecd53460e41659384bc946c7d5997/view)
- Place of Performance
- Address: Harry S Truman VAMC 800 Hospital Drive, Columbia 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN06115660-F 20210901/210831201823 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |