SOLICITATION NOTICE
Z -- Correct Water Intrusion, Building 8 610-22-214
- Notice Date
- 6/2/2022 12:38:18 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022R0114
- Response Due
- 6/15/2022 7:00:00 AM
- Archive Date
- 06/25/2022
- Point of Contact
- Eric Sweatt, Contract Specialist, Phone: 317-988-1511
- E-Mail Address
-
eric.sweatt@va.gov
(eric.sweatt@va.gov)
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 8 0001 610-22-2-6901-0060 610-22-214 36C250 Department of Veterans Affairs Network Contracting Office 10 8888 Keystone Crossing Suite 1100 Indianapolis IN 46240 36C250 Department of Veterans Affairs Network Contracting Office 10 8888 Keystone Crossing Suite 1100 Indianapolis IN 46240 To all Offerors/Bidders 36C25022R0114 X X X 11:00 AM, 6/17/2022 610-3620162-6901-854200-3220-23NRNR001 X 1 The purpose of this amendment is to: (1) change the NAICS Code 541330 - Engineering Services (2) extend the bid time frame to Friday, June 17, 2022 at 11:00 AM EDT More information can be found on the continuation page of the amendment. Luke Turner Contracting Officer CONTINUATION PAGE Project: 610-22-214 Correct Water Intrusion, Building 8 Scope of Work A. The Architect/Engineer (A/E) firm shall furnish professional services for 100% design to Correct Water Intrusion, Building 8. VA Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953. The design will include Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Documents, Construction Administration Services, Technical Specifications, and Cost Estimates. Building 8 water intrusion correction shall be designed to accommodate the following functions based on the guides, manuals, and planning criteria. 1. Waterproofing the existing Building 8 foundation 2. Installation of drain tile around the perimeter of Building 8. 3. Install the storm sewer catch basin and tie into the existing storm sewer system 4. Repave parking lot 5. Provide dehumidification controls B. Special items to consider for this project: 1. Field research of conditions of utility systems located under the area of road work. C. A/E shall provide a preliminary construction duration time for planning purposes. This information shall be communicated to all bidders for their review and inclusion within their bids. It shall be communicated within the bid documents that the contractor will be required to review and provide any concerns regarding the projected construction duration. D. A/E will be responsible for complete functional design and provide biddable documents meeting all the requirements. The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management. It is the master repository for all VA Numbered Standards for Construction to include design and construction specifications, procedures, standard details, BIM/CAD standards, equipment guides, space planning and design guides. The documents of the TIL shall be the minimum design criteria for all VA projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. VA additionally through the documents on the TIL has adopted the latest edition of the following codes and standards (but not limited to): 1. Occupational, Safety and Health Administration (OSHA) Standards 2. International Building Code (IBC) 3. National Electrical Code (NEC) 4. NFPA 101 Life Safety Code 5. National Fire Protection Association (NFPA) Codes, except for NFPA 5000 and NFPA 900 6. National Standard Plumbing Code (NSPC) 7. Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1 8. ASME Boiler and Pressure Vessel Code 9. ASME Code for Pressure Piping 10. International Plumbing Code (IPC) 11. Architectural Barriers Act Accessibility Standard (ABAAS) for Federal Facilities 12. Building Code Requirements for Reinforced Concrete, American Concrete Institute (ACI 318 2) and Commentary (ACI 318 R2) 13. Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC) 14. Energy policy Act of 2005 (EPAct)Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 15. DOE Interim Final Rule: Energy Conservation Standards for New Federal, Commercial and Multi-Family High-Rise Residential Buildings and New Low-Rise Residential Buildings, 10 CFR Parts 433, 434 and 435 16. Federal Leadership in High Performance and Sustainable Buildings: Memorandum of Understanding (MOU) 17. Executive Order 13423: Strengthening Federal Environmental, Energy, and Transportation Management 18. The Provisions for Construction and Safety Signs. Stated in the General Requirements Section 01010 of the VA Master Construction Specification 19. Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 20. Safety Standard for Refrigeration Systems ASHRAE Standard 15 21. U.S. National CAD Standard Where conflicts exist between VA adopted codes and standards and the documents on the TIL, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction over VA to ensure consistency department-wide. E. Designs for construction must produce a complete and usable facility or improvement when constructed. VA policy (VHA Office of Capital Assets Management, Engineering and Support memo Updated Construction Guidance and Expectations dated Sep 12, 2016) requires the A/E to certify that their design (including all bid alternates/bid deducts) is independent of any future construction project. In addition, the A/E must certify that it has produced a design that does not include furniture and equipment that will be procured separately unless directed otherwise by the VA. Equipment that can be part of the design includes those items to meet code requirements for building occupancy, items covered in the VA s Master Construction Specifications (PG-18-1) Divisions 1 through 10, 13 through 26 or 28 through 48, non-IT equipment items covered by Division 27 and items covered by Division Numbers 12 31 00, 12 32 00, 12 34 00 and 12 36 00. The A/E shall submit as part of the Final Bid Documents submittal a signed letter on company letterhead stating the design s independence. F. All drawings shall adhere to VA project software requirements for Building Information Modeling (BIM) and Computer Aided Design (CAD) available at http://www.cfm.va.gov/til/projReq.asp. BIM software shall be Revit 2020 or the latest version available to VA NIHCS, Marion Campus. The project BIM model minimum requirements shall be developed to include the systems described below as they would be built, the processes of installing them and to reflect record drawing conditions (possibly incorporating into the Marion VAMC Master Record Drawing pending facility expertise). The deliverable model at the SD and CD design phases shall be developed to include as many of the systems described below (but not limited to) as are necessary and appropriate at that design phase. Architectural/Interior Design Square Footage/Volume including Room Names and Numbers Departmental Ownership (By Common Name, Capital Asset Inventory Department Definition and Strategic Capital Investment Program Department Definition) Architectural Schedules Walls and Curtain Wall Sizes, Shapes, and Material Data Doors Windows Louvers Roof Floors Ceilings Vertical Circulation Architectural Specialties and Woodwork Life Safety Information (Fire Extinguishers, Wall Ratings, Door Ratings, Fire Protection/Alarms) General Signage Schedules Furniture Equipment Structural Foundations Shafts and Pits Mechanical HVAC Plumbing Electrical/Telecommunications Power and Lighting Steam Distribution Nurse Call System Asbestos/ Hazard Material Info Security System Information (Access Controls, Security Cameras, Panic Alarms, Overhead Paging) Exterior Building Information Other Engineering Data as Required G. A/E shall be responsible to review existing conditions to locations planned for development. Existing drawings of Building 8 are on file at the VA NIHCS for review by the A/E. Access to files shall be coordinated with the COR. General A. The A/E will be given the appropriate orientation by the VA NIHCS offices of Engineering Service and VISN Contracting. The A/E shall prepare all necessary drawings. The degree of completion and the stages of submission shall be as hereinafter specified. The VA NIHCS will provide all standard details, master specifications, design criteria, etc. B. A/E discussion with the VA NIHCS personnel concerning requirements will be arranged by and participated in by appropriate Engineering Service personnel. The A/E shall participate with the Project Engineering and other Services in review of project scope, design review comments, etc. C. There will be (1) submissions for schematic design drawings, and one (1) submission for design development drawings, (3) three submissions for construction documents (95% and 100% complete) plus a final submission which constitutes a complete bid package consisting of drawings, specifications, detailed final cost estimates, phasing and sequence drawings within each phase, and project bid alternates. D. Drawings showing architectural and other features of the affected building are available in files of the Engineering Service, VA NIHCS. The drawings are not to be expected to be accurate in all respects, and the Architect-Engineer is to verify all features affecting the project by field investigation. E. The A/E shall develop the project utilizing Revit 2020 and Building Information Modeling BIM to develop architectural design drawings, renderings, construction documents, and record drawings at completion of construction as per the VA BIM guide located on the VA Technical Information Library (TIL). At each scheduled submittal date the A/E shall submit to the VA a list of the submitted files that shall include; 3D Views, Facility Data, and Revit Data Files. Submittal drawings shall be full size plots suitable for half size reproduction. F. The VA has ownership of the rights at the date of Closeout Submittal to all CAD files, Revit 2020 BIM Model and Facility Data developed for the Project. The VA may make use of this data following any deliverables. G. For preparation of construction specifications, the A/E will provide specifications in ""Word"" format and pdf format. The A/E shall supply copies of the specification files, combined into single document, to be electronically transported to the CO for incorporation into the VA specification booklet. 3. Schedule & Submission Requirements Times listed herein are approximate and subject to negotiation. Each milestone in the timeline is subject to completion of the predecessor task and project requirements external to AE scope; as such, calendar days for task completion shall be negotiated instead of actual dates. The following is an estimated milestone schedule in terms of business days. Federal holidays do not count as business days. Activity Level of Completion Calendar Days Schematic Submission (SC) 35% 30 After Notice to Proceed VA Review of 35% (SC) 14 After Receipt of 35% Submission Design Development Submission (DD) 65% 30 After VA Approval of 35% SC Submission VA Review of 65% (DD) 14 After Receipt of 65% Submission Construction Document Submission (CD) 95% 21 After VA Approval of 65% DD Submission VA Review of 95% (CD) 14 After Receipt of 95% Submission Construction Document Bid Set Submission (CDBS) 100% 14 After VA Approval of 95% CD Submission VA Review of 100% CDBS 14 After Receipt of 100% CDBS Submission Deliver Final Construction Document Bid Set 7 After VA Approval of 100% CDBS Submission 102 A/E Design 56 VA Review 158 Total Design Timeframe Design Schedule is 158 calendar days to complete Schematic Design, Design Development, Construction Documents, Technical Specifications, and Cost Estimates of Construction. Completion of Construction Administration Services will not be dependent upon award of Construction Contract. 4. Construction Period Services A. Contract Procurement a. Attend contractor s Pre-Bid site visit and respond with recommendations to any questionable items. If necessary, develop amendments or assist with project procurement. A written response is required. B. Submittal Review a. The A/E firm shall review all construction materials, equipment, and change orders proposed by the contractor for use in construction of this project. All submittals and change order proposals will be reviewed for compliance with the specifications and reasonable costs and returned to Engineering Service within five (5) calendar days after receipt. C. Site Visits a. The A/E shall provide site visits as requested by the COR as noted below: i. One (1) visit for the pre-bid conference. ii. Eight (8) visits for general construction inspection/progress. iii. One (1) visits for final inspections. b. A/E to provide other construction phase services as defined in signed contract. D. Misc. a. The A/E shall review and answer all RFI s submitted by the contractor. b. A/E to participate in weekly telephonic project meetings with the VA and contractor. E. As-Built Drawings a. The A/E shall modify design drawings and models based on marked drawings supplied by the contractor and are to be verified by the A/E in the field. As-Builts are to include all addendums and bulletins issued by the VA/AE during construction. These changes shall be bubbled and dated. An electronic Revit BIM 2020 and AutoCAD 2020 model of the As-Builts is to be submitted to the COR on CD-ROM. Any approved shop drawings with major differences from contract drawings, supplemental agreements processed change orders, etc., shall be incorporated. The A/E shall deliver updated record drawings (4 sets); (2) ½ size sets, and (2) Full-size sets. - - - END OF SCOPE - - - SUBMITTALS INSTRUCTIONS: All interested and capable vendors are to submit a hard copy SF330 package for review. The SF330s can be delivered to the address below: ATTN: Eric Sweatt Network Contracting Office (NCO) 10 8888 Keystone Crossing Suite 1100 Indianapolis, IN 46228 The package must be received in government control NLT 06/17/2022 at 11:00 A.M. EDT. EVALUATION CRITERIA: The government will evaluate each potential contractor under the terms of its: (1) Professional qualifications necessary for satisfactory performance of required services. (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. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract change to include drafting statements of work cost estimates. A selection board has been appointed to complete the functions required by FAR 36.602-3, under the short selection process outlined in FAR 36.602-5(a). END OF ANNOUNCEMENT
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e5578febdd641ffa5fbce1ddbf9a4fc/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Northern Indiana Health Care System, Marion Building 8 1700 East 38th Street, Marion, IN 46953, USA
- Zip Code: 46953
- Country: USA
- Zip Code: 46953
- Record
- SN06345604-F 20220604/220602230110 (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 |