DOCUMENT
C -- CONDENSATE LOSS AT RICWELL - INVESTIGATION CANANDAIGUA VAMC, CANANDAIGUA, NY 14424 - Attachment
- Notice Date
- 2/20/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 103, BLDG 3, 222 RICHMOND AVENUE;BATAVIA, NY 14020
- ZIP Code
- 14020
- Solicitation Number
- VA52814R0127
- Response Due
- 4/14/2014
- Archive Date
- 7/13/2014
- Point of Contact
- SABRINA BRINKMAN, CONTRACTINTG OFFICER
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The A/E firm shall provide architectural and engineering design period services to include Schematic Design (SD) Development, Design Development (DD), Construction Documents (CD), and Bid Documents (BD). Services include preparing complete contract drawings, specifications, technical reports, and cost estimates including services throughout the construction of the Condensate Loss at Ric-Wel at the Canandaigua VAMC. The Consultant shall develop, by consultation and discussion with VA staff, the design and construction documents for the renovation work to include the modification of architectural, interiors, mechanical, plumbing, fire protection, electrical, telecommunications, and other systems and features necessary for the design Facility Steam and Condensate of the Condensate Loss at Ric-Wel at the Canandaigua VAMC. ENGINEERING DESIGN SCOPE OF SERVICES. EXISTING CONDITIONS In 1999 the north section of the buried steam supply to the campus service loop was replaced. The design included removal and replacement of approximately 1000' of concrete vault encased steam supply and condensate return pipe and ACM insulation. While the record design called for replacement of the precast concrete vault, an alternate design using a RicWel encasement was installed. In addition in the area north of B16, two differing expansion loop design configurations exist without As-built drawings confirmation. Thermo graphic photography has been recorded for a section of the RicWel line in the area north of Building 16. Areas of higher temperature in this location may indicate areas of pooled condensate within the RicWel pipe enclosure. The thermography photos cover approximately 200 lineal feet (L.F.) which slopes down in an easterly direction from a precast concrete pit toward the east end of Building 16. No expansion loop profile is present in the heat signature. Condensate losses may occur in other campus locations. Chiefly identified is the entire steam service condensate load from Building 1, which is directed to sewer due to conditions of an old and unserviceable vacuum return system. The estimate is that 25,000 gallons per month for Boiler Plant (Building 12) makeup water is due to overall condensate losses. Quantified condensate losses in the RicWel system at the Building 16 location are not known. PROJECT SCOPE Investigate the integrity of the RicWel enclosed steam supply and condensate return at the Building 16 location and provide contract documents for repair or replacement of failed or deficient components of the underground steam and condensate return assemblies. The location to be included is approximately 500 L.F. of the RicWel system north of Building 16 which lies between the concrete access pit north of Building 10 and the Boiler Plant Building 12. The deliverable will be an analysis of the specified section of steam utility including the source of the leak, condition of the RicWel assembly materials, remaining useful life and a construction execution package for its repair or replacement. Investigation and analysis will include sufficient means to determine scope of the repair or replacement work and execution package including and not limited to the following. -Additional underground thermotherapy -Underground radar survey -Video recording of piping interior, including provisions for construction of video access ports. Access ports as required for survey will include all measures of preparation, repair and returning to permanent service for the specific pipe or utility component. Coordinate dates of utility outages with VA Facilities. Outages to not exceed a 10 calendar day period. -Excavation, backfill and restoration as required. The A/E shall provide complete investigation, written analysis, recommendations and construction execution contract documents including complete plans and VA Technical Investigation Library (TIL) based specifications for condensate loss correction and / or repair of underground steam and condensate utilities in the area north of Building 16. Included but not limited to (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services and construction period services) Project 528A5-14-554. SCOPE OF SERVICES A. A/E Design Submittals: The submittals below are required: Design Development (35%) a.Initial site visit to become familiar with VA Facilities personnel, the site and site conditions. b.Meetings as required. c.Initial concept design and recommendations defining the design approach. d.Site investigation and surveys. e.Analysis of subject utility services. Mid-Design (60%) a.Advanced design and architectural/engineering planning. b.Outline specifications. c.60% Drawings of existing subject utilities. d.Repair and Replacement draft drawings. e.Draft specifications. f.Preliminary cost estimate, schedule of submittals. g.Site survey reports and analysis. h.Response to previous submittal review comments. Un-Reviewed Final Design a.Complete submittal of design drawings, specification and cost estimate for final review. b.Prior to the submission of the un-reviewed final drawings and specifications, the Architect-Engineer shall conduct a narrative walk-thru with the COR for each of the trades included in the project to demonstrate that the work shown on the drawings can be physically constructed as depicted. The trades shall include, but not limited to, Civil, Architectural, Structural and Mechanical. The designer for each trade shall be present at the walk-thru which will encompass all the physical areas affected by the project. Upon completion of the walk-thru, the VA will give direction to the Architect-Engineer whether the design may proceed to completion as shown or whether some re-design is necessary. The walk-thru shall be scheduled by the Architect-Engineer in a manner that will allow corrections before the un-reviewed final submission due date. Required corrections will not excuse the Architect-Engineer from submitting the un-reviewed final drawings and specifications on time. c.Response to previous submittal review comments. Final Design (100%) a.Submittal of final design drawings, specifications, including material submittal listing, finish schedule and cost estimate. b.Final design drawings shall be prepared in both pdf and CAD format. Final specifications shall be prepared in both pdf and Word format. c.Response to previous submittal review comments. B. Provide expeditious engineering responses to all design/conflict questions encountered during the construction term. C.Construction Period Services: Solicitation Phase: 1)Provide bidding assistance and evaluation. 2)Attend Pre-Bid or Pre-Proposal Conference. 3)Provide written clarifications to questions (RFI) about the specifications and drawings that are submitted by prospective bidders and/or offerors prior to submission of offers. Written responses shall be prepared and forwarded to the VA Contracting Officer and COR and not to the bidder/offeror. Construction Phase 4)Attendance at the Pre-Construction Conference (PCC). 5)Provide 3 on-site inspections. The Architect-Engineer is expected to be available within 48 hours after the VA requests a site visit. Submit cost per additional on-site inspection. 6)Provide contractor shop drawing and material submittal review, recommendation and approval evaluation for the Contracting Officer's Technical Representative. 7)Provide written clarifications to questions (RFI) about the specifications, drawings and site conditions. 8)Provide review and evaluation of contractor's fee proposals and contract changes to the Contracting Officer and the Contracting Officer's Technical Representative as required. 9)Final inspection and final Punch List. D.Design Review And Completion Schedule: Deliver each identified submittal to the COR on or before the date specified below: Design Development35% Submittal 35 days after contract award Mid-Design60% Submittal 65 days after contract award (Includes 10 days for VA review of the 35% review) Un-Reviewed Final Design 100% Submittal 90 days after contract award (Includes 10 days for VA review of the 60% submittal) Final Design Final Submittal120 days after contract award. (Includes 5 days for VA review of the Un-Reviewed submittal E.Submittals: The A/E will provide two (2) full size drawing copies, an electronic and bound paper copy of all documents at each review stage. The A/E shall test for the presence of asbestos containing materials, document results, and prepare an asbestos abatement plan if required. NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact. Short-List Criteria to select the firms for interview will be based on the H09 Hospital and Medical Facilities for specialized experience, technical competence, specific experience, and qualifications of proposed personnel and consultants along with working together as a team, past performance for VA work, geographic location of the firm, success in prescribing the use of recovered materials, waste reduction, energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Businesses and Veteran Owned Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, previous VA experience of the team, and. The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330: 1. Team proposed for this project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). 2. Proposed management plan (design phase, construction phase) 3. Previous experience of the team proposed for this project (with VA, on scope-related projects) 4. Location and facilities of working offices (knowledge of the locality of the project) 5. Proposed design approach for this project (design philosophy) 6. Project control (techniques planned to control the schedule and costs, personnel responsible for schedule and cost control) 7. Estimating effectiveness (on ten most recently completed projects) 8. Sustainable design (team design philosophy and method of implementing) 9. Miscellaneous experience and capabilities (interior design, CADD & other computer applications, value engineering & life cycle cost analyses) 10. Awards and Recommendations (awards received for design excellence) 11. Insurance & litigations (type and amount of liability insurance carried, litigation involvement over the last 5 years & its outcome) The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located with a 300 mile radius of the Canandaigua VAMC. Appropriate data for this project must be submitted to Sabrina Brinkman, Contracting Officer on Standard Form 330 OM on Tuesday, April 29, 2014 at 11am. The A/E ranked most highly qualified will be required to submit a cost proposal within 10 days after notification. THIS IS NOT A REQUEST FOR PROPOSALS! NAICS 541310 applies. Size standard is $7.0 million. Construction cost is between $500,000 and $1,00,000. Interested firms shall be located within a 300 mile radius of the Canandaigua VAMC. This solicitation is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB). SDVOSB must be certified in Vetbiz as a SDVOSB in order to be awarded the solicitation. One original and three (3) hard copies of the SF 330 are required. In addition, the A/E shall provide a CD that has a copy of their SF 330 package on it. 330s may be submitted to Sabrina Brinkman, Contracting Officer, Rm 103, Bldg 3, 222 Richmond Avenue, Batavia, NY 14020. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer, Sabrina Brinkman via email at Sabrina.Brinkman@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation. NO PHONE CALLS WILL BE ACCEPTED. This notice also serves as the Sources Sought Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52814R0127/listing.html)
- Document(s)
- Attachment
- File Name: VA528-14-R-0127 VA528-14-R-0127.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1216300&FileName=VA528-14-R-0127-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1216300&FileName=VA528-14-R-0127-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-14-R-0127 VA528-14-R-0127.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1216300&FileName=VA528-14-R-0127-000.docx)
- Place of Performance
- Address: CANANDAIGUA VAMC;400 FORT HILL ROAD;CANANDAIGUA
- Zip Code: 14424
- Zip Code: 14424
- Record
- SN03292491-W 20140222/140220234723-14e19770d71ffbc500ef2e159898f41b (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 |