SOLICITATION NOTICE
C -- 589-705 Construct Combined Nutrition and Canteen Services
- Notice Date
- 3/18/2020 10:40:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520R0026
- Response Due
- 4/17/2020 12:00:00 AM
- Archive Date
- 07/16/2020
- Point of Contact
- Sean P Jackson Contract Specialist 913-946-1126
- E-Mail Address
-
sean.jackson@va.gov
(sean.jackson@va.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Awardee
- null
- Description
- Page 23 of 23 Synopsis: CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified architects who meet the professional requirements listed herein. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Wichita VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to Sean.Jackson@va.gov and Jennifer.Sotomayor@va.gov. Personal visits to discuss this announcement shall not be allowed. There will be no site visit by any architectural or consulting firm allowed. The NAICS Codes for this procurement is 541310 - Architectural Services and the small business size standard of $8.0 M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 365 calendar days including time for VA reviews. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF THE OFFEROR SHALL BE ACCOMPLISHED BEFORE REVIEW OF SF 330. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. FIRMS NOT VERIFIED AT THE TIME OF RECEIPT OF THE SF 330 IN VETBIZ.GOV SHALL BE CONSIDERED NON-RESPONSIVE AND SHALL BE EXCLUDED FROM FURTHER CONSIDERATION. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors shall be actively registered in SAM prior to submitting their qualifications package. Any firm not actively registered in SAM by the date of receipt of the SF 330 shall be considered non-responsive and shall be excluded from further consideration. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants), information pertaining to kitchen consultant(s), and a design quality management plan. Submission information incorporated by reference shall not be considered. All submissions shall be made electronically. Packages which are hand delivered or delivered via surface mail or any other method other than electronically shall not be reviewed. Completed package shall be delivered electronically on or before 04/17/2020 at 2:00PM Central Time to the NCO 15 Contracting Office, Attn: Sean Jackson or Jennifer Sotomayor, Contracting Officers Contracting Office Address: 3450 S. 4th Street Trafficway, Leavenworth, Kansas 66048. Sean.Jackson@va.gov or Jennifer.Sotomayor@va.gov EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF 330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages exclusive of table of contents, title page, and divider pages. Each side of a piece of paper is considered to be one page (i.e. Two pages to a single sheet of paper). Blank pages are not included in the count. Packages exceeding 50 pages shall be determined to be non-responsive and shall be excluded from consideration. Prospective firms are required to address all selection criteria within submitted SF 330 packages. Qualifications (SF330) submitted by each firm for Project # 589-705, Construct Combined Nutrition and Canteen Services will be reviewed and evaluated based on the following evaluation criteria listed below: 1. Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. AE firms shall have professional architects, engineers, and consultants who are licensed in the United States of America and be able to produce the license when requested. The specific disciplines which will be evaluated are: Architects, Kitchen (Food Service) Consultant/Designer, Healthcare planner, Engineers (to include Civil, Electrical, Geo-Technical, Mechanical, Fire Protection, and Structural), LEED Consultants, Estimators, and Project Managers. 2. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities, new construction, commercial kitchen construction, and renovations to existing medical facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 3. Capacity to Accomplish the Work: The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. 4. Past performance: the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Point of Contact information must be provided so past performance can be verified. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. 5. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. 6. Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. A/E SUPPLEMENT B TO SPECIAL PROVISIONS OF PROJECT 589-705 PROJECT NUMBER: 589-705 PROJECT TITLE: Construct Combined Nutrition and Canteen Services Project DESIGN TIMEFRAME: A/E shall deliver final construction documents NLT 365 days after the Notice to Proceed Letter. SUPPLEMENT B CONSTRUCTION BUDGET/DESIGN LIMITATION: $4,017,000 CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project): Design Manual Reference PG-18-10 Design and Construction Procedures, PG-18-3 A/E Submission Instructions, PG-18-15, Minor and NRM Projects, Vol C Standard Details. Program Guide, PG-18-4 Equipment Guide List PG-18-5 Equipment Guide List Index Space Planning Criteria, PG-18-9 VA-Space and Equipment Planning System (VA-SEPS) Architectural Accessibility and VA Barrier Free Design Standards PG-18-13 Asbestos Abatement Design Manual VA Signage Design Guide Master Construction Specifications, Program Guide-18-1 VA Design Alerts VHA Fire Protection Design Manual VHA National BIM/CAD Standards Physical Security Design Manual Whole Building Commissioning Process Manual VA Sustainable Design Manual National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, Department of Veterans Affairs, etc.) Note: Above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF DESIGN/CONSTRUCTION PROJECT: A/E shall be required to provide all technical and engineering disciplines as needed to meet project requirements as outlined. It will consist of, but is not limited to, architectural engineering, civil engineering, mechanical engineering, structural engineering, electrical engineering, and fire protection engineering. The A/E shall specifically include a fire protection and safety review, a kitchen equipment specialist, kitchen design engineer, and/or kitchen planner for this project. A/E shall design a renovation of existing space for Building 2 which will support the functions of the Canteen, Nutrition Food Service and Retail Store. The project will renovate a total of seven thousand two hundred square feet (7200 SF) of existing space. In addition to the renovated space the A/E shall design a five thousand square foot (5000 SF) new addition which will also support the functions of the Canteen, Food Service and Retail Store. A/E will review VA furnished asbestos survey to identify known areas of remediation. The AE shall conduct a study to supplement VA furnished survey to identify additional possible asbestos contamination. The AE will be responsible for all specifications and cost estimations associated with remediation required as part of the design period of services. The A/E shall provide 3rd party air monitoring when asbestos abatement is being performed during the construction project. As part of initial design development, A/E shall review proposed site and evaluate feasibly and constructability as well as suggest potential alternatives. Construction will consist of, but is not limited to, the following: replacement or relocation of MEP equipment ( i.e. generator, chillers, and air handler units) necessary demolition and removal to prepare space for construction; new and reconfigured partitions; mechanical, plumbing, lighting, fire protection, and electrical systems upgrades (as necessary); new interior finishes to ceiling, walls, and flooring; new casework; site preparation for new kitchen equipment; removal, storage, and re-installation of existing kitchen equipment, and installation of government furnished equipment (food service equipment and Veteran Canteen Service (VCS) dining area furnishings, new windows for the ground level, and first floor areas, and any other window that maybe effected by construction activities, as well as new windows for the new construction, new signage and wayfinding, repair of existing concrete structural members as required, repair of existing concrete slabs in kitchen area as required. Construction shall include the abatement of any asbestos as identified on the provided drawings. The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C, all VA supplemental physical security directives, and provide commissioning in accordance with VA whole building commissioning manual requirements. A/E shall work in collaboration with VHA staff and State Historic Preservation Organization, SHPO, to mitigate and come to agreeable terms for historic buildings on the campus for any construction that may disrupt or change the appearance of historic buildings in the historic registry. The A/E shall apply for SHPO approval at their web site, https://www.kshs.org/shpo, then provide the Government documentation of application and SHPO approval letter prior to changes to buildings, building material or landscapes. A/E shall design to Guiding Principles Compliance and Validation requirements within VA Sustainable Design Manual. Project shall follow Internal Certification for Minor projects AE to complete checklist and supporting documents and provide a copy to COR as well as email final check list to VA s Green Management Program (GMP) at Energy@va.gov . In accordance with 52.236-22, Design Within Funding Limitation, the estimated construction contract price for this project is $4,017,000 not including any contingency. If the project cannot be designed within funding limits specified, the A/E shall notify the Contracting Officer immediately in writing and shall not proceed further without direction from the Contracting Officer. Design multiple deductive bid alternates into the construction documents equal to at least 20% of the total construction cost (Design Limitation) not including contingency. The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct alternate. Bid deduct alternates will reflect the appropriate reduction in project completion time (days). Each subsequent design submission shall incorporate all required changes/corrections from the previous set. AE shall furnish summary of changes with comments on concurrence or reason change was not incorporated (i.e. code or VA requirements). SCOPE OF WORK FOR A/E: Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted by this project. All design submissions shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. Construction Document: After the VAMC approves the A/E's design development for construction, the A/E shall prepare construction documents necessary to accomplish the approved design development including identified bid deduct elements. Construction Period Service: The A/E shall perform construction period services as detailed within this document. The A/E shall provide 3rd party commissioning agent. The A/E shall provide 3rd party air monitoring services during asbestos abatement. Functional Product: The A/E shall perform design development, detailed design work, prepare detailed construction documents, keeping in mind the result shall be a completely functional fully operational product encompassing all unique processes of the facility to include but not limited to patient care, employees, visitors, equipment and security. (2) The final design documents will be subject to review and signature approval of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. (3) The AE shall utilize the VA existing Revit model. The AE shall complete design in Revit in accordance with VHA BIM and CAD standards. The AE shall produce 2D CAD drawings from the model. A virtual 3D walk through presentation of the project shall be done at both the 60 & 95 percent design review meetings. AE shall provide the COR a copy of the entire presentation on CD/DVD. The Virtual Walk through presentation shall encompass all layouts and finishes. The A/E will provide and maintain a secure FTP site that will be accessible to the VA staff assigned to the project. The site will be secure and only accessible with a username and password, to be provided by the A/E. This site shall be used throughout the duration of the project design and construction. AE to provide web data services to VA specification for final construction and bidding documentation. Web service will have the ability to process, record, manage and exchange submittals from all parties involved in the submittal processes. Data exchange web site will provide services comparable to those provided by submittalexchange.com. Web service shall be accessible by VA computer systems and considered a secure site by the VA. AE shall provide access to assigned staff, Contracting Officer, and contractors. Contractors shall have read and submission access only. The submittal data exchange system shall remain active through entire construction period. Once construction period is complete AE shall provide one (1) CD copy of all submittal files. A/E FEE DETERMINATION: When the Contracting Officer submits a solicitation to the Prime Architect Firm (after interviews have been completed), the A/E is to present their fee proposal for evaluation and negotiation in the following format: Submit completed Price Proposal on NCO 15 Form 10-6298. The spreadsheet is to have the work broken out in hours by position, by discipline and by design phase. Include a list of the number of drawings required for each design phase broken out by drawing type per discipline. Include a summary of the foregoing with the number of hours required for each drawing type and each major task. The spreadsheet will be used to facilitate review and comprehension of work effort and document fee. Include Part IV in cover letter and Part V (signed) as a separate attachment. Submit the electronic file of the spreadsheet upon request. Include a letter of understanding with the price proposal that presents a detailed understanding of the Supplement B. The letter of understanding shall include an analysis of the fee included and excluded from 6% fee limitation as compared to the estimated Construction Budget. Reproduction and delivery costs of Design Review Material and other direct costs, such as travel costs, are included in the costs for each design phase and are not reimbursable. The costs of Bidding reproduction, delivery and other direct costs in accordance with the Milestone Submittal Requirements are included in the CD Phase. Unused site visits will be deducted at the end of the contract. Provide an outline of the Quality Assurance/Quality Control actions that your firm will take during the design process and construction period. Monthly QA/QC reports are required, including actions taken to maintain project quality, schedule and budget, and will be submitted with project invoices using an approved invoice format. Correction of A/E s Errors and Omissions, including required site visits to ascertain remedial action, is included in scope of services at no additional cost to the VA. DESIGN DEVELOPMENT: The A/E shall make investigations necessary to thoroughly evaluate the conditions of the existing space and utilities. Feasibility and constructability of the proposed site as well as alternative shall be included in initial design development. The design shall include any energy efficiency improvements available for the application. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, PG-18-15 Volume C. A/E shall plan for the following design and design review meetings as part of the Scope of Work: A/E shall complete an initial SEPS run to determine appropriate square footage and workflow requirements. AE is required to interview Facilities Management and end user staff to gather workload data as appropriate for SEPS run. The A/E is required to collaborate with VA space planner, COR, IT, and other VA department end users to and to use the initial SEPS run to develop the initial needed equipment list for a fully functional design that will need to be purchased during the construction phase. This is required at the 30% design mark, and will be amended as required throughout the design phase A/E shall provide at least three schematic layout options for review by the VA. Reviews of space layouts with Facility Planner and Project Staff (End users, COR, Safety, Infection Control, etc). A/E shall provide a review of the schematic layout that will be provided by the government and incorporate any changes. A selection of the preferred design option will be chosen in this session. Space layout shall meet current VA Space Planning Criteria (7610 building design guide) and be in compliance with the Uniform Federal Accessibility Standards (UFAS) and VA Barrier Free Design Guide (PG-18-13). Architectural, Mechanical, plumbing, electrical, fire and life safety systems must meet current codes and standards as required by VHA. All new space and utilities will be designed to meet the Interagency Security Committee s and other relevant physical security guidelines. The completed project shall be capable of achieving LEEDS certification. Construction phasing required to maintain operational facility shall be reviewed during design and included in construction documents as needed. A/E shall use a new SEPS runs completed before the acceptance of the 100% BID Set construction documents to determine final required equipment list for a functional design. The A/E is required to collaborate with VA space planner, COR, IT, and other VA department end users to finalize the required equipment list. CONSTRUCTION DOCUMENTS: A/E firm shall complete further investigations to develop the accepted design documents into working drawings and specifications. A/E firm shall provide a complete construction plan detailing all phases and sequencing of construction to minimize the impact on the facility. In most instances, copies of the VA Master Construction Specifications will be available off the Internet, which will be edited and incorporated in the project specifications. In those instances where copies of the VA Master Construction Specifications are not available, the A/E shall develop the specification for incorporation into the project specifications. Copies of design guides, space criteria, room finishes, and other VA guidelines are also available off the Internet. It is required that the A/E design in accordance to VA guidelines as these guidelines supersede any other industry guidelines. It is important to note that all specification sections be thoroughly edited to maintain uniformity of formatting and structure. (https://www.cfm.va.gov/TIL/) Refer to attached Contracting Officer Review Comments prior to submission of 100% specifications and drawings. Working drawings and specifications shall meet most current National Fire Protection Association Code, VA Standards, and other applicable national codes. DESIGN DELIVERABLES: DISTRIBUTION OF A/E MATERIAL TO THE VAMC *Design Documents Submission: Schematics Layout Construction Cost Estimates, Narratives, Analyses, SEPS, Feasibility/Constructability Options, Studies, Calculations and Data Drawings N/A (2) Set Each (3) Set Each N/A *Design Documents 30% Submission: Construction Cost Estimate, Calculations and Data, Equipment list, any Schematic information corrected through review. Drawings Table of Contents List of VA Master and A/E produced Specifications (2) complete sets (3) complete sets (2) complete sets *Design Documents 60% Submission: Construction Cost Estimate, Calculations and Data, Equipment list Drawings & FTP transmission drawings and 3D walk-through. Edited VA Master and A/E produced Specifications (2) complete sets (3) complete sets (2) complete sets *Design Documents 95% Submission: Construction Cost Estimate, Narratives, Analyses, Studies, Calculations and Data, Equipment List Drawings & FTP transmission drawings and 3D walk-through. Edited VA Master and A/E produced Specifications (2) complete sets (3) complete sets (2) complete sets *Design Documents 100% Submission: Construction Cost Estimate, Narratives, Analyses, SEPS, Studies, Calculations and Data, Equipment List Drawings Set, drawings in CAD and PDF. Final edited VA Master and A/E produced Specifications hardcopy plus FTP transmission in word and pdf. (1) complete sets (2) complete sets (1) complete sets *Design Documents 100% BID Set Submission: Construction Cost Estimate, Narratives, Analyses, SEPS, Studies, Calculations and Data, Finalized Equipment List Drawings Set, FTP transmission of Revit model, drawings in CAD and PDF. Final edited VA Master and A/E produced Specifications hardcopy plus FTP transmission in word and pdf. (2) complete sets (2) complete sets (2) complete sets In addition to the sets of drawings and specs mentioned above, at the 95% and 100% review levels the A/E shall send one copy of the specifications in Word format to the Contracting Officer. Revisions to the 100% specifications shall be made by the A/E at the A/E s cost. Final construction cost estimate shall be stamped For Official Use Only and be signed by the architect. One copy of the Final Construction Cost Estimate shall be emailed directly to the Contracting Officer. A/E firm shall provide to the VA drawings and specifications as follows: Electronic copies of specifications must be submitted in word and pdf. Drawings must be submitted in pdf and AutoCAD/Revit. Specifications not exceed 20MB per file. Hard copy sets of the drawings shall be one-half sized prints (18 x24 ), and (36 x 48 ), sizes determined by COR. Hard copy of specification shall be comb bound. DESIGN REVIEW AND COMPLETION SCHEDULE: The A/E shall perform the work required by this contract within the limits of the following schedule. The A/E shall provide Professional Architects, Engineers, and other design professionals (as necessary) who are actively working on the design to attend the following VAMC Design Reviews: Schematic layouts/options due 40 calendar days after NTP. � Schematic layouts/options VAMC Design Review 18 calendar days after received. � 30% AE Design material due 78calendar days after initial NTP. � 30% VAMC Design Review 18 calendar days after received from AE. � 60% AE Design material due 72 calendar days after VAMC review completed. � 60% VAMC Design Review 18 calendar days after received from AE. � 95% AE Design material due 43 calendar days after VAMC review completed. � Deliver final, stamped construction bid set materials incorporating comments/changes if required from 100% VAMC review to Facilities Management 16 calendar days after review. � 100% AE Design material due 30 calendar days after VAMC review completed. � 95% VAMC Design Review 18 calendar days after received from AE. � 100% VAMC Design Review 14 calendar days after received from AE. Total Design 365 days AS-BUILT DRAWINGS: A/E firm shall provide a clause in the specifications indicating method by which a contractor will provide information to the firm to allow the firm to provide as-built drawings upon completion of construction. A/E firm shall update existing VA BIM model with final as-built drawings and return to VA. A/E firm shall provide to the VA one (1) complete set of permanent Mylar drawings. Pencil is not considered permanent. One (1) complete set of as-build drawings shall be provided on CD/DVD, and digitally transferred by the FTP site using AutoCAD 2019, Revit 2017, and PDF Release version 2011 or later. Layering shall be per VA BIM and CAD standards. DRAWINGS AND SPECIFICATIONS FOR CONTRACTING OFFICER REVIEW At the 95% and 100% review levels the A/E shall send one copy of the specifications in Word format to the contracting officer for review. PDF copies of final (signed and stamped) drawings and complete set of specifications and construction cost estimate (IGCE) will be sent directly to the Contracting Officer for bid documents by the A/E. Contract drawings and specifications and all related documents shall be completed, fully coordinated and ready for reproduction for bidding and construction purposes.A copy of the 95% specification showing changes that have been made will be submitted. The A/E shall deliver the 100% Final Drawing set directly to the Contracting Officer and COR. Drawings shall bear the seal of the Registered Architect, Professional Engineers and Certified Industrial Hygienist responsible for the design. Prior to reproduction for issue for construction bids, the A/E shall make any corrections to the working drawings, calculations, and specifications identified. A/E is to refer to attached Contracting Officer Review comments prior to submission of 100% specifications and drawings and make corrections as necessary. The final design documents will be subject to review and approval (by signature) of all members of an Integrated Project team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. Drawing cover sheet provided to the Contracting Officer with bid documents will have signature block complete with IPT signatures. A 1-2 page Statement of Work for the construction project will be provided in Microsoft Word to the Contracting Officer. Statement of work will reflect General Requirements and the number of calendar days for construction. The Base Bid and all Bid Deducts shall be listed. Base Bid and Bid Deducts will separately list the number of calendar days for construction. CONSTRUCTION PERIOD SERVICES A/E firm shall provide such construction period services to allow the VA to monitor the contract daily with adequate support from the A/E firm. The items of support shall include, but not be limited to: A/E replies to all reviews of technical submittals, shop drawings, request for information, RFI s, and other technical. To accomplish this the AE shall be required to review and reply with in the given amount of calendar days as outlined. All RFI s shall be reviewed with in three calendar days (3) of receipt All technical submittals, and shop drawings shall be reviewed with in ten cale...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/053268ea877f40bca11fd55a4433620b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05592845-F 20200320/200318230217 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |