DOCUMENT
C -- Project#603-12-802 (SCIP) AE Design Inspect & Correct Fire Stopping Deficiencies - Attachment
- Notice Date
- 5/15/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;(NCO 9) (90C);800 Zorn Ave;Louisville KY 40206
- ZIP Code
- 40206
- Solicitation Number
- VA24912R0052
- Response Due
- 6/12/2012
- Archive Date
- 8/11/2012
- Point of Contact
- Roxie Ann Keese
- E-Mail Address
-
7-6108<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Robley Rex VA Medical Center in Louisville, Kentucky has a requirement for an Architectural/Engineering firm to provide design services for Project#603-12-802, Inspect & Correct Fire Stopping Deficiencies. Work shall include, but is not limited to providing a complete 100 percent fire-stop survey (covering approximately 459,500 total square foot including approximately 117, 500 square foot of corridor space) of the Robley Rex VA Medical Center in accordance with current codes and regulations and produce construction documents including specifications and drawings necessary to complete installation and documentation of Underwriters Laboratory (UL) approved fire-stopping methods at all deficient locations identified during the survey. The survey shall be performed under the supervision of a Fire Protection Engineer using VA supplied drawings which specify the location of fire and smoke compartment walls. The A/E team must include a certified industrial hygienist for the design and planning of asbestos abatement and support planning and design of infection control measures. The A/E shall perform construction services during corrective action laid out in the construction documents. A.AE Bid proposals shall include: 1.Cost Break-out by design phase and construction phase. 2.Performance timeline including phasing through critical areas. The performance period is 90 days from notice to proceed. B.Performance, Design Phase 1.Staff Briefings shall be required prior to starting at a specific location. Weekly progress meetings are required during the inspection. The AE shall maintain minutes from the meetings and submit them to the COR in PDF format. 2.Normal Working Hours are considered 0800 - 1630 Monday through Friday. Specific areas will require after hours or weekends to perform the inspection, i.e. Operating Rooms, and must be coordinated with the using service. 3.If greater than four, 2x2 ceiling tiles, are necessary to be removed, the COTR must be contacted for approval. Normally only one tile at a time is removed. Obstructions above the drop ceiling will make tile removal difficult in some locations. 4.Hard Ceiling access panels shall be removed and the interstitial space inspected for compliance. 5.During inspection, maintain a set of working drawings to be reviewed at the weekly progress meeting. 6.During inspection, the AE shall maintain a daily log to be submitted to the COR on a weekly basis in PDF format. C.Preconstruction Deliverables shall include: 1.ACAD 2009 and duplicate PDF Drawings recorded on CD or DVD (three copies) to be used by the winning Installation Construction Company which clearly identify the locations of: a.All non-conforming penetrations or systems through fire-resistance-rated floor and roof assemblies requiring protected openings including both empty and openings that contain a penetration such as wiring, pipe, or conduit. Non-conforming penetrations will include improperly installed fire-stop or inappropriate material in addition to voids. b.All non-conforming penetrations or systems through fire-resistance-rated wall assemblies including both empty and openings that contain a penetration such as wiring, pipe, or conduit. Non-conforming penetrations will include improperly installed fire-stop or inappropriate material in addition to voids. c.Membrane penetrations in fire-resistance-rated assemblies where items penetrate one side of the barrier. d.Joints in fire-resistance-rated assemblies which allow independent movement. e.Perimeter fire barrier system between a fire-rated floor or roof and an exterior wall assembly. f.Joints, through penetrations and membrane penetrations in Smoke Barriers and Smoke Partitions. g.Properly installed, but unlabeled penetrations. h.All required and installed fire dampers and any locations which require fire dampers which are not present. i.Reference http://www.cfm.va.gov/til/projReq.asp for VA standards. Plot Style Table and Line-type definition file for VA shall be used. 2.A detailed Barrier Report to be used by the winning Installation Construction Company shall be made in excel format and recorded on CD or DVD (three copies) which: a. Identifies each non-conforming and conforming but unlabeled penetration shown on the survey drawings by location and a unique serial number to be used as a reference during correction. b.Identifies the fire-resistance-rating required and code for the non-conforming or conforming but unlabeled penetration. c.Provides a digital photograph, jpeg format, of each non-conforming and conforming but unlabeled penetration tagged by the unique serial number and linked by a hyperlink to the respective line in the excel document. d.Provides a recommended UL approved fire-stopping method for correcting the non-conforming penetration. e.Identifies penetrations which would be considered "high-traffic" penetrations for special fire-stopping such as 3M Fire Barrier Quick Pass Device. f.Identifies each installed fire damper by equipment entity (EE) number either marked on the damper or obtained from VA Engineering Maintenance. 3.Construction Specifications in Microsoft Word format in accordance with current codes and regulations formatted per VA Master Construction Specification PG-18-1, 2004 format to be used for bidding and construction by the winning Installation Construction Company as required to complete installation of fire-stopping. These shall be provided on CD or DVD (three copies). 4.Provide an independent installation cost estimate in excel format on CD or DVD (three copies) per Veterans Affairs guidelines and projected timeline for corrective measures to be completed by a successful installation bidder. The cost estimate shall be broken down by fire-rating and by floor or wall penetration; it shall include the linear feet of rated walls and square footage of floors to be impacted by remediation work. Cost estimate and timeline shall include measures for phasing through patient and medical procedural spaces such as Operating Rooms. 5.Warranty: The surveyor shall warrant for a period of two years that any penetration not identified on the survey in excess of two years of age, but should have been discovered during the survey, will be corrected at the expense of the surveyor. The warranty shall be an independent signed document with a copy recorded on CD or DVD in PDF format. D.Performance, Construction Phase 1.Establish a tracking system for the manufacturer's lot numbers of products used on the job or in fire-rated systems. 2.Provide construction services during remediation by the installation/ construction contractor to include: a.Ensuring each corrected deficiency is labeled with the unique serial number, the UL approved system used, materials used, the name of the installer, and date of installation. b.Ensuring the installation/construction contractor labels Fire and Smoke Walls are appropriate to identify the rating, i.e. 2 hour, if not already done. c.Independent review of material and methods submittals to verify materials comply with federal, state, and local regulations and are non-toxic to building occupants. d.Oversee replacement of all fusible links on existing fire dampers. e.A documented physical inspection of 10% of the on-going installation. NOTE: if the installation and the inspection contractor are one and the same, an independent inspector is required to perform 2% destructive testing and issue a separate certificate based on ASTM E2174 and ASTM E2393 as applicable. E.Post-construction Deliverables shall include: 1.ACAD 2009 and duplicate PDF Drawings recorded on CD or DVD (two copies) which clearly identifies the locations of: a.All penetrations or systems through fire-resistance-rated floor and roof assemblies requiring protected openings. b.All penetrations or systems through fire-resistance-rated wall assemblies. c.Membrane penetrations. d.Joints in fire-resistance-rated assemblies which allow independent movement. e.Perimeter fire barrier system between a fire-rated floor or roof and an exterior wall assembly. f.Joints, through penetrations and membrane penetrations in Smoke Barriers and Smoke Partitions. g.All fire dampers. h.Reference http://www.cfm.va.gov/til/projReq.asp for VA standards. Plot Style Table and Line-type definition file for VA shall be used. 2.A detailed Barrier Report in excel format and recorded on CD or DVD (two copies) which: a. Identifies each penetration shown on the survey drawings by location and a unique serial number used as a reference during correction. b.Identifies the fire-resistance-rating required and code reference for the penetration. c.Provides a digital photograph, jpeg format, of each penetration with label tagged by the unique serial number and linked by a hyperlink to the respective line in the excel document. d.Identifies all fire dampers shown on the survey drawings by location, manufacturer, model and serial number if identifiable, and equipment entity number which is obtained either from markings on the damper or assigned VA Engineering Maintenance. Selection criteria will be based on Professional qualifications, specialized experienced and technical competence, capacity to accomplish the work in the required time, past performance on contracts with other government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; location and knowledge of the general geographical area and locality of the project; acceptability under other appropriate evaluation criteria. This requirement is being set-aside for Service Disabled Small Veteran Owned Business concerns in accordance with 38 U.S.C. 8127 (d). NAICS code 541330 is applicable to this requirement. The small business size standard is $14M. Only verified Service Disabled Veteran Owned Small Business firms are eligible to respond and receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VA Acquisition Regulation (VAAR) 819. To be eligible, at the time of submission of SF 330à ‚¬ s as well as prior to award, the offeror must be listed and viewable in the Vendor Information Pages on VETBIZ www.vip.vetbiz.gov). The VIP will be checked both upon receipt of SF330à ‚¬ s and prior to award. Offerors are further advised that registration in Central Contractor Registration (CCR) and Online Certification and Representations (ORCA)must list the applicable NAICS code of 541330. Offerors must also be registered with VETS100. ? In addition, offers are further advised that a minimum of 51% of all labor required to be performed under the resulting contract action must be from the SDVOSB contractor or a combination of the prime SDVOSB and their SDVOSB subcontractor. In addition, prior to award the successful offeror must be able to provide to the Contracting Officer evidence of how their firm intends to satisfy the self-performance requirement. Should the successful offeror be unable to provide this information the Contracting Officer will deem such offeror non-responsible and an award will be made to the next highly qualified AE firm. Interested AE firms shall respond to this notice by 2:00pm Eastern Standard Time on June 12,2012. Firms shall submit three (3)copies of their SF 330, indicating their capability to perform the work under this requirement. No faxed or emailed SF 330s will be accepted. If you have questions, please contact Ms. Roxie Ann Keese at Roxie.Keese@va.gov. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA24912R0052/listing.html)
- Document(s)
- Attachment
- File Name: VA249-12-R-0052 VA249-12-R-0052.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=340805&FileName=VA249-12-R-0052-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=340805&FileName=VA249-12-R-0052-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-12-R-0052 VA249-12-R-0052.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=340805&FileName=VA249-12-R-0052-000.docx)
- Place of Performance
- Address: Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, Kentucky
- Zip Code: 40206-1433
- Zip Code: 40206-1433
- Record
- SN02748858-W 20120517/120516000443-94cf7fece62068bdc09801facd9565aa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |