Back to tenders & grants page
C1DZ--SF 330's request, Improve Pedestrian Walkway, 558-21-150 Business Services C1DZ--SF 330's request, Improve Pedestrian Walkway, 558-21-150
Receive Tenders like this by email

C1DZ--SF 330's request, Improve Pedestrian Walkway, 558-21-150

C1DZ--SF 330's request, Improve Pedestrian Walkway, 558-21-150 has been closed on 02 Dec 2021. It no longer accepts any bids. For further information, you can contact the VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.246-NETWORK CONTRACTING OFFICE 6 (36C246)

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.246-NETWORK CONTRACTING OFFICE 6 (36C246)

Industry:

Business Services

Status:

Closed

Timeline

Published:

14 Sep 2021

Deadline:

02 Dec 2021

Value:

Not available

Contacts

Name:

Kenneth Stephens

Phone:

919-922-8534

Description

https://sam.gov/opp/e21198feed9e4d19914b2d50fc9605bc/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1
This request for A-E firm qualifications packages is 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/ VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION). THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. 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 implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veterans Affairs, Durham VA Health Care System, is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 558-21-150, Improve Pedestrian Walkway located at 508 Futon St., Durham, NC 27705. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-10. NOTE - Offerors are referred to 852.219-10 (d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. The Durham VA Healthcare System is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Kenneth Stephens, Contracting Officer Email: [email protected] PROJECT INFORMATION: Project No. 558-21-150 Improve Pedestrian Walkway Durham VA Healthcare System 508 Fulton Street Durham, NC 27705 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $15 million annual revenue. The projected award date for the anticipated A/E contract is on or before January 31, 2022. The anticipated period of performance for completion of design is 90 calendar days after Notice to Proceed. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to [email protected] no later than 3:30 p.m. Eastern Standard Time on December 02, 2021. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24620R0116 Improve Pedestrian Walkway, Project #558-21-150- (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES no later than 3:30 p.m. Eastern Standard Time by December 02, 2021, 2020, SF 330, including Parts I and II, and attachments to: Durham VA Healthcare System 508 Fulton St ATTN: Kenneth Stephens Contracting Officer, Bldg. 6 Durham, NC 27705 All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 7) References noted in Selection Criteria 4 REQUESTS FOR INFORMATION: All RFIs shall be submitted to [email protected] no later than 5:00 p.m. Eastern Standard Time, November 22, 2021. The firm and or AE on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: Beta.SAM.gov for any revisions to this announcement prior to submission of SF330s. A/E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. 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 two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope and demonstrate each team member having more than 5 years of experience. (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; This factor evaluates the ability of the 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. I. List current projects with a design fee of greater than $20,000 being designed in the firms office. II. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; III. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates IV. Volume of VA contract awards in the last 12 months. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; NCO 6 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Submission Requirements: i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: a. Contractor Performance Assessment Report System (CPARS), or b. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Network Contracting Office 06 Attn: Kenneth Stephens, via email at [email protected], prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted CPARS and PPQ evaluations will not be counted as part of the 30-page limitation and shall be attached to the SF330, behind the SF330 Part II document NOTE: Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) 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 The A/E Firm proximity to the VA Medical Center, is an evaluation criterion This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. Knowledge of the Locality. This criterion will be evaluated on the firm s knowledge of the local conditions pertaining to topographic features, geological features, climate conditions, and other laws or regulations that are unusual or unique to the locale. The area of consideration for offers is a 500-mile driving radius between offeror principal business location and the Durham VA Healthcare System located at 508 Fulton St., Durham, NC 27705. Offers outside the 500-mile radius will not be considered. (Determination of mileage eligibility will be based on http://maps.google.com/). (6) Post-award construction services: 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 changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. (7) The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and "NM" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. Examples of specialized experience and technical competence in various disciplines required for specific project. Capacity to Accomplish the work in the required time Past experience and performance on government contracts. Proximity of firm or working office providing professional services to the facility. Post-award construction services The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. As prescribed in 819.7009, insert the following clause: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from eligible service-disabled Veteran-owned small business concerns. Only VIP-listed service-disabled Veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled Veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver is described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled Veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled Veteran-owned small business concerns and the VA Veterans First Contract Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. A/E STATEMENT OF WORK 558-21-150 IMPROVE PEDESTRIAN WALKWAY PART A SCOPE OF WORK Architect-Engineer Services shall include: Provide design report and working drawings, specifications and a cost estimate at 30%, 65%, 95% and 100% design stages. This project will consist of the renovation of the existing pedestrian bridge connecting Building 1 with Garage A. The project area encompasses an elevated, covered walkway approximately 150 meters in length. Connections are made between the first floor of Building 1 and the third level of Garage A at the Veterans Affairs Medical Center in Durham, NC. The desired end state is establishing a building envelope, conditioning the space, integrating controls into the BAS, and replacing the façade with a low maintenance material. Evaluation and mitigation of limited settling will also be conducted. The design project shall study and account for all HVAC, electrical, structural, telecom, life safety, and all other impacts to the medical center as a result of the renovation and shall include but not limited to the following: Comprehensive review of existing conditions in the project area and adjacent sections of the hospital that may impact construction. Coordination with VA stakeholders to determine optimum project phasing. Phased demolition and construction plan to reduce operational time lost to construction. Lead and Asbestos sampling and demolition plan in the project area. Drawings - Submit drawings in accordance with VA guidelines. Calculations Provide separate project costs for after-hours/weekends and normal business hours construction courses of action. Submit cost for construction cost calculations. Renderings Two views of 3D Colored Perspective Renderings of the design and adjacent areas will be made available at all design deliverable milestones. Provide construction period services which shall include submittal review and as-built preparation. Construction Amount: The project is to be designed within an estimated base construction cost of less than $1,500,000. If the base bid cost exceeds budget, the A/E shall redesign or take steps necessary to reduce cost so that budget limitations are not exceeded. Provide all necessary site visits for design and construction not listed under construction period services. All work to be performed for this project must meet all National Fire Protection (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); Federal, State, and Local regulations and codes; and JCAHO standards and guidelines. Design must adhere to the following energy requirements: All new construction shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2010, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2010 to document the energy savings. Design is to be accomplished using the latest AutoCAD or compatible format. Design and cost estimates to be in compliance with A/E requirements listed on the VA website. Deliverables: Part I: Design Report: Prior to the initiation of any detailed design, the A/E shall, in conjunction with representatives of the Engineering Department, review documentation, conduct department interviews and tour project areas. Next the A/E will develop various alternatives, which will be presented to the Engineering Department for selection. Design Scope: Once alternatives/options are selected, the A/E shall develop and provide a complete set of drawings and specifications for bidding and construction purposes which encompass the previously selected options. Additionally, the A/E shall provide a detailed cost estimate of the project construction costs, and a constructability analysis identifying the most efficient, cost effective ways to accomplish the construction while allowing for the least disruption of hospital operations. The following A/E design submissions shall be in accordance with the A/E requirements listed on the VA website. Part II: 30% Submission: The requirements are working drawings at the 30% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 4 half size set of drawings (22 x 34 ) on bond paper, 2 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings(.pdf and AutoCAD) and specifications (.docx and .pdf) on a CD-ROM. Part III: 65% Submission: The requirements are working drawings at the 60% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 1 full size set of drawings (30 x42 ) on bond paper, 4 half size set of drawings (22 x 34 ) on bond paper, 2 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part IV: 95% Submission: The requirements are working drawings at the 60% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 1 full size set of drawings (30 x42 ) on bond paper, 4 half size set of drawings (22 x 34 ) on bond paper, 2 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part V: 100% Submission: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, and finalized specifications. Submit 1 full size set of drawings (30 x42 ) on bond paper, 4 half size set of drawings (22 x 34 ) on bond paper, 2 copy of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings(.pdf and AutoCAD) and specifications on a CD-ROM. Part VI: Final Submission: Provide 1 set of drawings (30 x42 ) on bond paper, 4 sets of half size drawings on bond paper, 1 set of specifications, and an electronic copy of the drawings(.pdf and AutoCAD) and specifications on a CD-ROM. The design deliverables must adhere to the following requirements: Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include; Part 1-General, Part 2-Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 ½ x 11 bond paper using 12pt Times-New-Roman fonts. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions. Construction Cost Estimates: The A/E shall prepare Construction Cost Estimates in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, overhead, and profit. All cost data shall be taken from the most current version of a recognized industry standard, e.g. Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with 60%, and 100% design reviews and for the final submission. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder. Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification. This submittal register should be submitted to the COR for approval in Microsoft Excel using the CSI 34-division format. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. Narratives: Written narratives shall be used as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission. Reproduction: The A/E shall be responsible for all reproduction during design; however, only materials which are submitted to the VA for design reviews shall be reimbursable. All other reproduction for in-house reviews, consultants, etc. shall not be reimbursed. Note that all bid administration activities will be performed by the VA Contracting office. Submission Due Dates: Part I - Design Report Due: 20 Calendar Days from NTP Part II - 30% Submission Due: 60 Calendar Days from NTP Part III - 65% Submission Due: 90 Calendar Days from NTP Part IV - 95% Submission Due: 120 Calendar Days from NTP Part V - 100% Submission Due: 150 Calendar Days from NTP Part VI - Final Documents Due: 170 Calendar Days from NTP Note: The VA will have 14 calendar days to review each submission. Provide construction period services which shall include the following: Bidder Site Visit: Participate and facilitate this site visit in conjunction with the Contracting Officer and COR, contractors, and representatives of the Building Committee as needed. At this meeting, potential contractors will walk the site limits to discuss the scope of work. The AE shall also be required to evaluate RFI s resulting from the Bidder Site Visit, in order to clarify project requirements. Upon request, the AE shall provide updated Construction Documents capturing the RFIs. Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer and COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a construction schedule submitted within 14 calendar days from the Notice to Proceed. Submittal Review and Logs: Designer shall prepare and maintain a log of key submittals and also of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 5 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. Response to RFI s: The A/E shall be responsible for evaluating RFI s to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 48 hours, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFI s which result in a change to contract cost. Construction Change Orders: Designer shall prepare the Statement of Work and Cost estimates (returned within 10 calendar days) as needed. Monthly Site Inspections: Designer shall meet monthly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. Monthly Progress Meetings: In conjunction with the monthly site inspection, the designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Minutes of this meeting shall be issued within 3 working days of the meeting. Project Close Out: Designer shall receive notice of intent for final inspection from the COR, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 calendar days to complete the punch list, and notify the designer for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Record Drawing Submission: Provide 2 updated sets of drawings (30 x42 ) on bond marked as As-built Drawings that include the contractor s mark-ups and also an electronic copy of these updated drawings on CD in DWG and PDF formats. PART B - Supplement B 1. Government Supplied: The facility record drawings and AutoCAD files are available for the AE s use. NOTE: Not all record drawings are available on AutoCAD. Additionally, it is emphasized that the accuracy of facility record drawings must be field verified by the AE. Prints of any current as-built drawings shall be made available to the AE during any of his site visits if requested. The VA Engineering Department drawing files, large size copier and paper will be made available for use by the AE for this purpose. The project design shall be completed in accordance with this AE scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The AE shall retrieve all VA design information and standards from the VA Construction & Facilities Management Web Site (https://www.cfm.va.gov/til/index.asp). These documents and all national, state and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes: National CAD Standard, VHA Application Guide Design and Construction Procedures PG-18-3 Design Guides PG-18-12 VA Master Construction Specifications PG-18-1 Structural Design Manual National Electric Code Barrier Free Design Standard PG-18-13 Life Safety Codes Electrical Design Manual Government-furnished Record Drawings (AE to field verify conditions) AE Submission Instructions PG-18-15 PART C Required Training All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: 1. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix D relating to VA information and information systems. 2. Successfully complete the appropriate VA privacy training and annually complete required privacy training. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. END OF STATEMENT OF WORK

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more