Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
DOCUMENT

C -- 586-18-2-1519-0002, Indefinitely Delivery Indefinite Quantity for A/E Services (VA-18-938010) PROJECT 586-18-101 - Attachment

Notice Date
2/13/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;715 S. Pear Orchard Road;Plaza 1 Suite 404;Ridgeland, MS 39157
 
ZIP Code
39157
 
Solicitation Number
36C25618R0271
 
Response Due
3/12/2018
 
Archive Date
5/11/2018
 
Point of Contact
Ashlei N Donerson
 
E-Mail Address
6-6953<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CONTRACT INFORMATION: The G.V. (Sonny) Montgomery VA Medical Center has a requirement for Architect/Engineer firms to furnish all professional and technical expertise to perform work that may include but is not limited to: project analysis and investigative reports; conceptual designs; contract documents (complete or abbreviated plans on specifications); energy audits; asbestos abatement; lead removal; mold remediation; site visits; exterior and interior layouts and designs; interior furnishings; and finish schedules; Life Safety (Statement of Conditions) Studies, project cost estimating (cost estimating in MEANS will be required for all projects) and scheduling on an as-needed basis under firm fixed priced delivery orders. A&E and Engineering shall be able to provide Construction Period Services (CPS) that may include but is not limited to the review of equipment samples, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports. A&E and Engineering firms shall also possess a thorough working knowledge of construction, Life Safety, NFPA and ADA codes, requirements and standards as they pertain to hospitals. Architect/Engineer firms shall include multidisciplinary design teams capable of providing a variety of professional services. Design services may require Architectural, Interior Design, Structural, HVAC, Plumbing, Civil, Electrical, Energy Conservation, Certified Industrial Hygienist, Registered Fire Protection Engineer, AEE-Accredited Building Commissioning Professional, Landscape Architect, Estimator, Lean Consultants, Green/LEED requirements; and AutoCAD drawings and/or REVIT (Building Information Modeling (BIM). 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 implement in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation criteria. The three firms deemed most highly rated after initial source selection will be chosen for interviews. 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. The NAICS Code for this acquisition is 541310, Architectural Services, and the applicable Small Business Size Standard is $7.5 million. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-100 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. Nature of Work: Provide Architectural/Engineering (A/E) services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of projects will be provided with each task order. SELECTION CRITERIA: The selection criteria to be used will be in accordance with FAR 36.602-1 and VAAR 836.602-1. A technical evaluation board will be established to evaluate the qualifications of each firm. The following evaluation criteria, and their respective evaluation weights, will be used to evaluate the qualifications of the firms: Past Performance - total weight = 50 points Overall Government and Private Industry - Provide general past project history. Provide references. Indicate proposal team members who were involved on these projects. Assignable point weight (20) Department of Veterans Affairs -Knowledge of V.A. design standards, technical manuals and specifications. Provide past projects completed with the VA. Provide references. Indicate proposal team members who were involved on these projects. Assignable point weight (15) Healthcare Related- Specialized experience with healthcare related designs in a hospital setting. Provide past projects completed in healthcare settings. Provide references. Indicate proposal team members who were involved on these projects. Assignable point weight (15) Contractor Performance Assessment Reporting System reports will be pulled for consideration in past performance evaluation. Professional Qualifications, experience, and technical competence of the firm (including a joint venture or association). Provide resumes of key team members. Assignable point weight (10) points) Professional capacity of the firm to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. Assignable point (10) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (10) Points Estimating Effectiveness. A good comparison of estimate to final bid on at least 10 recent projects. Provide resumes and past performance information for key estimating team members. Assignable point weight (10) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Assignable point weight (10) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Assignable point weight (5) Each firm will be scored against each evaluation criterion. Each firm will be given a raw score, based on each evaluator's determination on the response, substance and relevancy of how each firm addresses each evaluation criterion. The raw scores to be applied are as follows: 0.0 to 0.1: Poor 0.2 to 0.3: Marginal 0.4 to 0.6: Acceptable 0.7 to 0.8: Very Good 0.9 to1.0: Excellent As selection of A/E firms is based on the qualifications of the firm, Price will not be a part of the evaluation process. SUBMITTAL REQUIREMENT: This project is a 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 (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted electronically to Ashlei.donerson@va.gov by 1pm CST, March 5, 2018. (a) All SF 330 submissions shall be clearly labeled with the subject line displaying the Solicitation Number 3625618R0271. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. There is no page limit, required margin size, etc. for the submission; it is expected for interested firms to be concise and clear. Questions for this announcement are due by 4PM Central on February 14, 2018. (b) Firms that meet the requirements listed in this announcement are invited to submit 1 copies of the completed SF 330 including Parts I and II as described herein as a single pdf file, to the above email address no later than 1:00 P.M. Central on March 12, 2018. FAX SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the six (6) Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE AT THIS TIME. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to the Availability of Funds. SCOPE: The G.V. (Sonny) Montgomery VA Medical Center has a requirement for Architect/Engineer firms to furnish all professional and technical expertise to perform work that may include but is not limited to: project analysis and investigative reports; conceptual designs; contract documents (complete or abbreviated plans on specifications); energy audits; asbestos abatement; lead removal; mold remediation; site visits; exterior and interior layouts and designs; interior furnishings; and finish schedules; Life Safety (Statement of Conditions) Studies, project cost estimating (cost estimating in MEANS will be required for all projects) and scheduling on an as-needed basis under firm fixed priced delivery orders. A&E and Engineering shall be able to provide Construction Period Services (CPS) that may include but is not limited to the review of equipment samples, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports. A&E and Engineering firms shall also possess a thorough working knowledge of construction, Life Safety, NFPA and ADA codes, requirements and standards as they pertain to hospitals. Architect/Engineer firms shall include multidisciplinary design teams capable of providing a variety of professional services. Design services may require Architectural, Interior Design, Structural, HVAC, Plumbing, Civil, Electrical, Energy Conservation, Certified Industrial Hygienist, Registered Fire Protection Engineer, AEE-Accredited Building Commissioning Professional, Landscape Architect, Estimator, Lean Consultants, Green/LEED requirements; and AutoCAD drawings and/or REVIT (Building Information Modeling (BIM). This is a firm-fixed price indefinite Delivery/Indefinite Quantity contract. As such, the Contractor is informed that the fixed hourly rates shall include wages, overhead and profit. The actual amount of work to be performed, the time of such performance, the deliverables, and the location of the work will be determined by the Contracting Officers who will issue formally executed task orders to the Contractor. The only work authorized under this contract is that which is performed after receipt of such task orders. The Contractor shall, upon receipt of duly executed orders, perform all services as required in this contract and such further requirements as may be contained in orders for projects described herein. The Contractor shall complete all work and services under this contract within the period of time specified in task orders to be issued, except that no task order shall be issued hereunder after the expiration of this contract. The Government makes no guarantee as to the number of orders or actual amount of services which will be requested. Task orders issued during the effective period of this contract shall be completed by the Contractor within the time specified in the order. The rights and obligations of the Contractor and the Government respecting those orders shall be governed by the terms and conditions of the basic contract to the same extent as if completed during the effective period of the contract, provided that the Contractor shall not be required to perform any work under the contract after the time specified in the last order. The minimum value of this contract shall be $2,000. When a task order exceeding this value is awarded, the minimum amount will be full filled for the life of the contract. The total contract amount for the ordering period shall not exceed $4,500,000. The Contractor shall provide professional services on a fixed-price task order basis. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other costs elements as described on VA Form 10-6298 Architect-Engineering Fee proposal. The negotiated fees will be constant for the entirety of the contract (no adjustment in fees will be allowed during the life of this contract). For each project, the VA will issue a request for fee proposal that includes; Scope of Work. Special Provisions (SP s), Contract Procedures (CP s), and other requirements as needed. The fee proposal shall be based on pre-negotiated unit prices. Additional hourly rates for disciplines required, but not foreseen in the original negotiation, shall be negotiated as needed for each separate task order. Each specific task order shall be negotiated based on the A/E effort involved. The Contractor s work shall be in response to Government issued Task Orders (TO) and Change Orders (CO). The price for each individual task order shall be fixed in advance of performance of the work. The Contractor shall perform no additional work for which it will charge a fee in excess of the fixed-price of each task order without the advance written authorization of the Contracting Officer. COST OF MATERIALS/EQUIPMENT: The cost of any materials or equipment required to be furnished in conjunction with the services rendered herein shall be included in the firm-fixed price unless otherwise noted in the task order. TRAVEL: In determining the cost of travel, the terms and conditions of the Federal Travel Regulations shall apply to all travel and travel-related matters authorized under the contract; travel and travel-related expenses shall not exceed the maximum allowable under the Federal Travel Regulations. In connection with authorized travel, the following items may be included in the firm-fixed price of the task order: 1) the cost of domestic economy-class coach air fare; 2) the cost of hotel or housing accommodations meals, and other incidentals when travel is undertaken; and 3) miscellaneous expenses incurred in connection with the travel. PROJECT OVERVIEW After task order is issued, the A/E shall develop three (3) conceptual plans for VA selection. The selected plan will be developed further to include space programs and related details. The space planning must address improvement of work flow based on sequence of operations. All designs must adhere to VA, JCAHO, NFPA, and life safety latest requirements. The A-E shall prepare all design documents in conformance with, but not limited to, the applicable portions of the following: VA Master Construction Specifications. http://www.cfm.va.gov/til/spec.asp VA Design Guides. http://www.cfm.va.gov/til/spec.asp International Building Code (IBC). National Fire Codes published by the National Fire Protection Association (NFPA). Americans with Disabilities Act Accessibility Guidelines (ADAAG) and Uniform Federal Accessibility Standards (UFAS). LEED Certification. Facility Master Plans. Facility Master Plans are available for reference at the VAMC Engineering Office. VA Design Guides and Master Construction Specifications can be viewed on-line at www.cfm.va.gov/TIL/. VA Master Construction Specifications shall be used as the basis for the production of specifications to suit the separate work requirements of the individual items contained in the project. Extraneous material that does not apply to the project must be deleted. While relevant items should be covered in full scope to assure compliance by the contractor and quality construction, the use of notes and/or pictures on the drawings both to accentuate important items in the specifications, and/or to take the place of lengthy written specifications for routine or simple items is encouraged. Entire specifications for simple projects of low monetary value may be by notes on the drawings. Projects should be designed with LEED certification in mind. Certification may or may not be pursued. The A-E will also provide a date of publication for all industry, association and Government standards referenced in the specifications. The date used will be the current publication date of the standard at the time of design. It is not acceptable to state use the latest or current issue. All new renovation will be matched with the hospital standards. The interiors design will require development of space program to meet the VA standard and users requirements. The A/E is required to meet with the users to develop three (3) conceptual design plans with different space configuration including cost estimates for VA approval and selection. The A/E will prepare equipment layouts for new equipment as required by the equipment s manufacturer specifications and drawings. The Architect/Engineer shall survey the area and verify existing space, study adequacy of square footage for each function, analyze utility systems and verify as built drawings. Existing drawings may not be complete, and the Government neither warrants nor guarantees the accuracy of these documents. The A-E is to conduct its own independent and complete investigation of the currently existing conditions without reliance on any Government-Furnished or provided plans/drawings and specifications. The completed preliminary plans shall include a detailed construction, equipment, and project cost estimates. The A/E is responsible to design the project within available budget and provide recommendations of deduct items as alternatives. The A/E shall thoroughly study existing drawings and building design criteria for exact implementation and coordination of all systems and components of the new renovations, and avoidance of construction conflicts. All features and systems shall conform to the existing building design criteria which mandates runs of all utility systems such as electrical and mechanical systems, air ducts, piping, conduits, etc.. in the interstitial space only. Installations of equipment in the interstitial space are prohibited. DESIGN SUBMITTALS The following contractual periods of performance shall begin from the award task order date. The A/E shall submit 25%, 50%, 75%, 100%, and final design bid packages per VA s Program Guide, PG 18-15, Volume C, A/E Submission Instruction for review and approval. The VA will respond with comments within 15 calendar days after the receipt of each submittal. Each submission must include 2 (two) copies for review. One of the copies shall be 1/2 size drawings. Final submittals shall include two (2) original hard copies and CD-ROM disc for drawings using AutoCAD version 2013 and Specifications using Microsoft Word 2010. All electronic submittals must adhere to VA requirements. Room s square footage and dimensions must be indicated on the floor plan. SAFETY The A/E is responsible to retain services of a licensed Fire Protection Professional Engineer (FPE). The FPE must be directly involved in the design of fire protection systems and life safety requirements, as addressed in the VA Fire Protection Design Manual http://www.cfm.va.gov/til/dManual/dmfpfire.pdf and VHA Directive 2005-007 Fire Code Review of Delegated Construction Projects http://vaww1.va.gov/vhapublications/ViewPublication.asp?pub_ID=1228. The FPE qualifications and scope of services can be found at http://www.cfm.va.gov/til/etc/fp_engr.doc. SUSTAINABLE DESIGN STANDARDS The A/E shall be responsible for designing to achieve sustainable design equivalencies and for implementing within the design the following Guiding Principles found in the Federal Leadership on High Performance and Sustainable Buildings Memorandum of Understanding and the VA Sustainable Design and Energy Reduction Manual: · Employ Integrated Design Principles (Integrated Design, Commissioning) · Optimize Energy Performance (Energy Efficiency, Measurement and Verification) · Protect and Conserve Water (Indoor Water, Outdoor Water) · Enhance Indoor Environmental Quality (Ventilation, Thermal Comfort, Moisture Control, Day lighting, Low-Emitting Materials, and Protect IAQ during Construction) · Reduce Environmental Impact of Materials (Recycled Content, Bio-based Content, Construction Waste, Ozone Depleting Compounds) Sustainable design features, activities and equivalencies are part of overall Federal policy to limit environmental impact and ensure the environmental compatibility of Federal facilities. It is the intent of the VA to make every reasonable and rational effort to meet these requirements. In the event the A/E concludes that implementation of specific sustainability requirements is not feasible (in that doing so creates major negative impacts on the project, including major overall cost increases, major operational feasibility issues, major technology application issues, etc.), a detailed rationale for limiting the use of the specific sustainability feature in question shall be submitted in writing to the Project Engineer for consideration. Such rationale shall include discussion of the significant negative impacts to the project. Cost comparisons and evaluations used in supporting the non-inclusion of required sustainability features must show an overwhelming life cycle rationale. Such exclusions shall not be implemented unless specifically approved by the Project Engineer. ARCHITECTURAL One-eight (1/8) inch scale floor plans shall be submitted with the following neatly displayed: · Room names, numbers, square footage, functions, and appropriate activity codes. · Reflected ceiling plans · Net square foot program area of each room with the corresponding designed net square foot area. (Program vs. Actual). · All corridors, electrical closets, telephone closets, equipment rooms, mechanical shafts and spaces vertical circulation spaces (stairs, dumbwaiters, etc.) and automatic conveyances. · All plumbing fixtures, doors and swings · Doors and Finish schedules · Locations of all smoke and fire partitions. One-eighth inch scale floor plans showing and identifying equipment utilities requirements for each room shall be submitted. Equipment floor plans are required for all medical equipment, offices, consultation rooms, classrooms, conference rooms, and waiting rooms. A written narrative describing the interior design scheme of existing spaces and how reworked areas will integrate functionally and aesthetically with the remainder of the hospital building shall be submitted. All variations from criteria shall be explained. STRUCTURAL The structural integrity of the existing building shall be considered in the renovation and placement of all new equipment. The building structural system (including slabs, girders, beams, caissons and columns) shall be reinforced as necessary to accommodate all new loads. Structural design shall comply with all applicable codes. The A/E shall be responsible for the performance and any costs associated with topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he/she determines are required for the proper design of the project. Construction drawings shall include at least one plan view showing all structural columns, beams and typical floor plan features. The structural members shall be properly dimensioned, including depth and width of beams. Sufficient elevation views shall also be included on the drawing to show minimum heights from floor to lower surface of beams and/or interstitial purlins and deck. HEATING, VENTILATING AND CONDITIONING Provide preliminary load and sizing calculations for all HVAC systems. Provide a written description/narrative of the HVAC requirements and how these requirements will be satisfied. Include a description of all new systems (including controls) and how they will interface with existing systems. Investigate design alternatives and justify the selected system(s), highlighting economics, energy conservation, and other pertinent considerations; provide reference sources for all data included. Assure that all systems, at minimum, meet VA standards for type of area served. Submit duct and piping layouts for the area. Provide one-eighth inch scale floor plans showing the HVAC and steam distribution equipment. Coordinate the design with other disciplines. Provide flow and control diagrams for steam, condensate, hot water, chilled water, and condenser water. Provide sequence of operations and controls for all HVAC systems and equipment. Provide preliminary design for fire and safety systems that are associated with the HVAC systems. Show the fire and safety design on the HVAC dampers, coordinate penetrations of interstitial deck with VA to maintain the custom fire rating of the deck system. Where existing central refrigeration of HVAC systems are retained and modified to serve new or existing areas, show what steps must be taken for proper functioning of the integrated systems. For all existing buildings were modifications of existing air, water (hot and chilled), or steam is required, show riser diagrams with points of interface of existing and new work. Provide demolition drawings showing the extent of removal for exiting systems and equipment. PLUMBING The project will replace existing plumbing systems and medical gases systems in the interstitial space and floor layout. One-eighth inch scale plumbing floor plans shall be submitted. Plumbing fixtures shall be identified; plumbing lines shall be sized. Floor plans, elevations, and sections shall be developed showing all required equipment. All calculations supporting the design shall be submitted. SPRINKLER The project will modify the sprinkler system in the area as needed to maintain National Fire Protection Association s National Fire Codes (NFC) One-eighth inch scale sprinkler floor plans shall be submitted. The locations of all sprinkler heads, and valves shall be shown. The locations of new smoke and fire partitions and boundaries of smoke, fire, and sprinkler zones shall be displayed. The system shall be properly interfaced with the existing sprinkler system. Preliminary design assumptions and calculations shall be submitted. Use of quick response sprinkler heads is mandatory. ELECTRICAL AND LOW VOLTAGE SYSTEMS The project will replace the entire electrical distribution, including raceways, circuitry, panels, wiring devices, lighting fixtures, equipment, etc. The data and telephone systems will be modified to accommodate the new areas. New electrical feeders shall be provided as required by the new calculated electrical loads. One-eighth inch scale floor plans shall be submitted. The plans shall indicate room (or area) numbers, titles, and functions. The locations of all lighting fixtures, outlets for power, communication/signal outlets and devices, fire alarm devices, and equipment shall be displayed. The electrical floor plans shall show smoke and fire partitions and zones. One-quarter inch scale elevations shall be provided to display design details. Reflected ceiling plans shall show lighting layout, registers, chases, smoke detectors, page speakers, and other overhead equipment. One-line diagrams of the normal and emergency electrical power distribution system shall be submitted. Include low voltage main and secondary power distribution panels. Verify that existing feeders to be reused are adequately sized for the proposed project. Preliminary design data, assumptions, and calculations shall be submitted. BUILDING COMMISSIONING The A/E shall provide complete, 3rd party, (Association of Energy Engineers) AEE-accredited Certified Building Commissioning Professional (CBCP) mechanical system design and construction energy commissioning (Cx) services. The CBCP shall prepare a Cx plan in close collaboration with design efforts that coordinates all Cx and TAB activities. Deliverables include: 1) an issues log detailing all deficiencies discovered during the entire Cx process, 2) intermediate and final Cx reports describing all operational sequences. Cx agent must have proven track record and provide history of quantified energy improvements savings through new and existing health care facility Cx efforts. Prior (VAMC) healthcare facility experience is preferred. CONSTRUCTON COST ESTIMATE The preliminary cost estimates shall reflect the expected construction cost for all work identified and detailed. "Magnitude" and "square foot" estimates will not be accepted. The A/E shall develop a detailed preliminary construction cost estimate. The cost estimate shall present labor, material, and equipment costs for work required by the major disciplines, i.e., Architectural, Structural, Mechanical, Plumbing, Sprinkler, Electrical, and Industrial Hygiene. The work grouped under each major discipline shall be placed into the appropriate VA Master Construction Specification Division (CSI format). The detailed construction cost estimate shall consider contingencies at 7.5%, overhead at 10%, profit at 10%, and escalation attributable to inflation, and any other regional industry costs. The contingency amount is established for change orders or other additional work occurring during construction. The estimate must have sufficient detail and accuracy to reflect the anticipated bid cost upon completion of the contract working drawings and specifications. Cost estimate must include bid deduct(s) that total at least 20% of the construction estimate. MEETINGS Post-award Meeting A post award meeting will be held within ten (10) calendar days after contract award. Design Review Meetings A design review meeting will be held after each design submittal. Meeting Minutes The A/E Contractor shall take minutes of all meetings held relative to this contract with exception to the construction phase. The format must be acceptable to the Contracting Officer (CO). Minutes must include the meeting date and time; agenda; meeting location; list of participants with their affiliations, and telephone numbers; be fully descriptive of issues, problems and decisions made; and action items with names of responsible parties and deadlines. In addition, the minutes must include, as attachments, all exhibits and references distributed as handout materials, unless the materials are part of a formal submission. The A/E Contractor shall provide, via email transmission, complete copies of all minutes to CO and all attendees within 48 hours of the next meeting. All challenges to the minutes will be reflected in a revised version prepared by the A/E Contractor. Copies of updated minutes shall be distributed to the CO and all attendees within 24 hours after change notice. CONSTRUCTION PERIOD SERVICES The A/E shall provide construction period services including as built, responses to RFI s, and site visits. 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. Attend two (2) pre-construction meetings: (1) after award of construction contract, and (1) prior to start of each phase. The A/E firm shall review all construction materials and 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. The A/E shall visit the site at the request of the Contracting Officer to answer technical questions and/or provide clarification to documents due to errors or omissions at no additional cost to the government. These meetings will not count against required meetings set forth below. Attend and assist with site inspections at the 25%, 50%, 65%, 85%, and final inspection of percent complete for all project phases. Spot checking of contractor s progress based on (8) four-hour site visits when requested by the VAMC contracting officer. These meetings may also be used to answer technical questions and/or develop minor changes due to site conditions, etc. The A/E shall modify design drawings based on marked drawings supplied by the contractor and are to be verified by the A/E in field. As-Built Drawings are to include all addendums and bulletins issued by the VA and the A/E during construction. The changes shall be incorporated into the final BIM Model with the revision documented on the title block as appropriate. These changes shall be bubbled and dated. The A/E is to reformat the drawings based on the VA layering system before final submission. The A/E will receive these required layer standards under a separate cover. A reproducible hardcopy and the electronic model of the As-Built Drawings are to be submitted to the COTR 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 maintain a complete copy of all project files, correspondence, submittals, RFIs, Change Orders / Modifications, etc. and shall turn over to VA at completion of project. QUALITY CONTROL The contractor shall develop a quality plan. This plan shall be submitted as part of the contractor s cost proposal. The plan should outline the following: The management and organization of this project. Intended key technical personnel, such as subcontractors, discipline managers, project manager, etc. Narrative describing product quality control. After award of the contract, the A/E Contractor shall follow minimum standards of quality as follows: There shall be a consistency of key personnel throughout each task order. All deliverables shall be routed through, reviewed and approved by the A/E contractor project manager. All mistakes, omissions or errors discovered during the construction process shall be rectified by the A/E contractor. The A/E contractor shall provide the government with additional design drawings, cost estimates and statement of work to make field design corrections, should they become necessary, at no additional cost to the government. GENERAL INFORMATION The A/E contractor shall submit all request for information in writing to the COR and allow at least three working days for the COR to respond. The Contracting Officer must approve all work that is beyond the scope of this statement of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25618R0271/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618R0271 36C25618R0271_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4082901&FileName=36C25618R0271-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4082901&FileName=36C25618R0271-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: G.V. (Sonny) Montgomery VAMC;1500 Woodrow Wilson Ave;Jackson, MS
Zip Code: 39012
 
Record
SN04821664-W 20180215/180213231648-858d06c9c0ea9910e98035d1f4b3c484 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.