Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2020 SAM #6931
SOLICITATION NOTICE

C -- A/E Construction to Replace Roof 2 Project 502-21-105

Notice Date
11/18/2020 11:50:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621R0031
 
Response Due
12/29/2020 8:00:00 AM
 
Archive Date
03/29/2021
 
Point of Contact
Gina L. Roach, Contracting Officer, Phone: 318-466-4484
 
E-Mail Address
gina.roach@va.gov
(gina.roach@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C25621R0031 CONTRACT INFORMATION: General. 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. All submissions will be evaluated in accordance with the evaluation criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is $7.5M. 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 and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award 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. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73 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 this project is between $2,000,000 and $5,000,000. SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAM M836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Alexandria Health Care System 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. Professional qualifications necessary for the satisfactory performance of required services; (FAR 36.602-1 (a)(1)) provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (FAR 36.602-1 (a)(2)) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates (VAAM M836.602-1 (6)(ii)) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects); Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (FAR 36.602-1 (a)(3)) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (FAR 36.602-1 (a)(5)) The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. (VAAM M836.602-1 (6)(i)(A)) 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 to: Alexandria VA Health Care System Network Contracting Office (NCO 16) ATTN: Gina Roach, CO 2495 Shreveport Highway, 71 Room 212A Pineville, LA 71360 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25621R0031. 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. (b) Firms that meet the requirements listed in this announcement are invited to submit four (4) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 10:00 A.M. (CST) on Tuesday, DECEMBER 29, 2020. FAX AND/OR E-MAIL 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 seven (7) Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. 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 Availability of Funds. PROJECT INFORMATION: A/E Design Scope of Work Replace Roof Building 2 Project #502-21-105 VA Health Care System Alexandria, LA 71360 Definition and Acronyms: Pre-Construction Risk Assessment (PCRA), Interim Life Safety Measures (ILSM), Request for Proposal (RFP), Certified Independent Third-Party Safety Professional (CITP) National Fire Protection Association (NFPA), The Joint Commission (TJC), Facilities Condition Assessment (FCA). Competent Person (CP), Contracting Officer s Representative (COR),Central Energy Plant (CEP) GENERAL REQUIREMENTS: The Architectural/Engineering Consultant (A/E) shall provide all architectural and engineering services necessary to prepare complete contract documents consisting of specifications, drawings, and any other documents for bidding purpose and A/E construction period services for preparation of construction documents, cost estimates and other items as indicated to accomplish the replacement of the roof and gutters for Building 2. AE must consider that the replacement of the roof and gutters may result in revisions to supporting structural components. Work shall include, but is not limited to, the above detailed requirements which are to be considered a basic part/minimum requirement of this project and shall be fully developed by the A/E, discussed and resolved with Alexandria VA Health Care System staff. The A/E shall schedule and conduct an initial pre-design meeting and field visit with the VA personnel consisting of: Engineering personnel, Safety Officer and other VA personnel as necessary. The purpose of this meeting/field visit is for all parties involved to fully define and understand the Scope of Work necessary for the A/E to design and prepare contract documents consisting of plans and VA specifications for the replacement of the building 2 roof and gutters. At least two additional site visits are necessary during the design phase. The existing roof will be removed in its entirety. The roof has 3 large sections: two flat roof sections and one clay tile section. Existing clay tile that is undamaged will be salvaged for reuse both from the roof and the sides of the dormers. The gutters will be replaced and downspouts added where necessary connecting to the existing rainwater collection system. New windows/louvers will be added to the dormers as needed. The corridors to building one (1) will be reroofed as part of this project The corridors to building three (3) will not be included in this project. The A/E shall perform any other necessary investigative work, i.e, meet with or communicate with VA staff regarding design layout. The design and resulting construction must, as a minimum, be in accordance with all applicable codes, (NFPA, JCAHO, NEC, UPC, UMC, ASME, ASHRAE, EPA), Controlled Environment Testing Association (CETA) and Department of Veterans Affairs (VA) publications, Master Construction Specifications, Construction Standards, Design Guides and Standards. All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, ASHRAE, OSHA, IBC 2009, IPC 2009, IMC 2009, NFPA, ABA, ABAAS, ADAAG and NEC building codes and standards. Building 2 is on the Historic Register. All considerations must be given to the impact design will have on the historic structure. All work must be done in accordance with the National Historic Preservation Act. The Louisiana State Historic Preservation Officer (LA SHPO) is to be consulted to ensure compliance with the Act. Survey report will be generated 2 weeks after NTP. INVESTIGATIVE WORK: The A/E, with the aid of VA staff is to perform all necessary testing and investigative work required to adequately design the project. Utilizing as-built drawings provided by the VA and design staff site visits, the A/E will investigate scope of required new construction. The A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. DESIGN CONSIDERATION: Design shall include, but is not limited to, the following: VA specification guidelines. Construction drawings Construction cost estimate ASHREA design considerations Other necessary design considerations. Historic preservation considerations. DESIGN Requirements: The Architectural/Engineering Consultant (A/E) shall provide all Architectural and Engineering Services necessary to prepare complete contract documents consisting of specifications, drawings, and any other documents for bidding purposes and A/E construction period services to include but not limited to the following: Replace the building 2 roof and gutters at VAMC, Alexandria, La. The project includes general re-design and removal of existing roof and gutters. Tiles will be salvaged and reused where possible on the clay tile roofing areas The roof has three main areas and a connector between buildings that will be re-roofed. These include the clay tile portion and two flat portions (one south and one north). Please see attached drawing. All drains inside from roof to floor. Reseal any penetrations or cracks Expansion joints, seals, leaks, abuttment joints, etc. Any points for water infiltration Gutters/flashing to be copper per SHPO guidelines Flashing replacement, decking, water and ice shields, etc. Survey report 2 weeks after NTP Flat roof areas will be replaced with TPO roofing All work must adhere to SHPO guidelines Bldg 2 was built in 1929, and has approximately 59,000 gross Sq. Ft. The design will include removal of the existing roof, replacement of roofing materials and of the roof shingles. Currently there are terracotta clay roofing tiles. Replacement with anything other than clay tiles will require the approval of SHPO. SHPO must be notified prior to any work. This is an occupied office and medical building; this project will require phasing the construction to minimize the disruptions to the VA Medical Center. The A/E will evaluate the entire project and make recommendations how to phase the roof replacement. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. A/E will identify the construction time periods for shutdowns and lengths on the phasing drawings. Also, identify construction that will be required to occur outside of normal operational hours (Monday -Friday, 8:00 a.m.-4:30 p.m.). Schedule and conduct an initial pre-design meeting and field visit with the VA personnel consisting of: Engineering personnel, Safety Officer, Maintenance and Operations, and other VA personnel as necessary. The purpose of this meeting/field visit is for all parties involved to fully define and understand the Scope of Work necessary for the A/E to design and prepare contract documents consisting of plans and VA specifications to replace the building 2 roof. Design for roof replacement shall include a structural analysis of the existing structural components that will support the new roof. PERIOD OF PERFORMANCE The delivery date for this contract shall be 240 days from Notice to Proceed. QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. DRAWINGS This project will utilize AutoCad, version 2019. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the e-transmit function. UTILITY SURVEY During the design phase, the A/E will coordinate with VA Staff to obtain utility information to facilitate the design. Otherwise, what is not obtained shall be surveyed to extent necessary by the A/E. A/E shall procure any services (to include, but not limited to any applicable utilities for Building 2 roof replace) required to adequately test and determine the capacity of the existing utility system. ASBESTOS The A/E shall investigate the construction site to verify any asbestos containing materials. If asbestos is encountered, it is the A/E and their subcontractor s responsibility to adhere to all VA, OSHA, Federal, and State regulations of ACM procedures. Submittal packages for the Asbestos & Indoor Air Quality (IAQ) qualifications shall be provided to the VA. The Industrial Hygienist (IH) shall perform duties as necessary by monitoring, inspecting and testing inside / outside the work area in accordance with OSHA requirements. Asbestos survey for this building is available upon request but may not be fully inclusive. Note: Some site investigation work may be in asbestos contaminated areas, and will require the A/E to have their personnel trained for Class 3 Asbestos Work (Maintenance & Operations within Asbestos Contaminated areas). SCHEMATIC DESIGN Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital. Dimensions, slopes, etc will need to be indicated on the drawings. AE shall work with the VA staff until an acceptable PROJECT SPECIFIC plan has been developed and approved in writing by the VA. ASBESTOS ABATEMENT SURVEY During the design phase, the A/E will coordinate with VA Staff to perform an asbestos abatement survey to facilitate the design.  The AE shall survey the areas of conflict in question to incorporate into the design documents accordingly. HAZARDOUS MATERIAL ABATEMENT SURVEY During the design phase, the A/E will coordinate with Alexandria VA Health Care System Staff to perform a hazardous material abatement survey to facilitate the design. The A/E shall survey the areas of conflict in question to incorporate into the design documents accordingly. The A&E shall be responsible for surveying the areas of work for hazardous material and include the abatement of the hazardous material in the design documents. There may be other non-related local utilities that need to be relocated or modified to facilitate renovation. The A&E shall design plans that will expedite the construction process. Proper construction phasing of work with time limitations shall be included. Also, the replacements shall be done without interrupting hospital operations throughout the entire replacement process. A report of the hazardous material finding will be submitted with the 50% design submission. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 65% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the latest edition of the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities as applicable. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. COMMISSIONING The construction and intended use does require commissioning. The A/E shall incorporate the VA s commissioning specification into the design and complete set of construction documents as applicable. The Construction contractor shall procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-10 Design Manuals (by discipline) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE: Utilize the latest version of guidance at time of design award. SUBMISSION OF DOCUMENTS: The VA staff shall have a minimum number of calendar days to review and coordinate each A/E design submissions broken down as follows: 35% - fifteen days (15), 65% - thirty days (30), 95% - twenty days (20), 100% - twenty days (20). If the VA workload does not allow for a thorough review within this timeframe, the A/E shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond what is specified above. The following specifies the documents, etc., required to be submitted by the consultant to the Contracting Officer for distribution for each scheduled review and the due dates for each submission. Dates indicated must be strictly adhered to. Working Drawings: General The Architect/Engineer shall design and estimate so that all applicable codes are met. The A/E and their design teams will be required to attend a 0% pre-design meeting with the Alexandria VA Health Care System personnel to outline the scope of the design project. The A/E should be prepared to walk through the work site, take pictures, ask questions, take measurements, review as built drawings and VA specifications and gather any other pertinent information necessary to fully understand the scope of the design task. The A/E will also be required to make a formal presentation at the 65% and 100% reviews in person. The A/E shall take written minutes of the pre-design meeting and all design reviews, in which he is in attendance, and provide the Alexandria VA Health Care System with them within two (2) working days. The A/E shall establish a construction schedule. The A/E shall prepare a list of equipment and material submittals required by this project as separate specification section in the contract package. In each submission, the A/E shall incorporate all materials, procedures, etc., specified and all revisions according to comments made by either the Health Care System, Regional Safety & Fire Protection Engineer or VA Central Office where applicable. 35% 35% design submission required within sixty (60) calendar days after conclusion of the 0% design meeting. Submittal Letter Consultant shall provide a submittal letter addressed to the Contracting Officer stating documents submitted for 35% Review. Specifications Consultant shall provide (2) sets of edited, assembled and technical Project Specifications to the Project Engineer to be used on this project. Marked up standard specifications are acceptable. The most current VA Master Specifications shall be used on this project and are available on internet: http://www.cfm.va.gov/TIL/spec.asp Drawings Consultant shall provide a (2) full set of project drawings showing the Basic Plan for each discipline involved. This shall include: All drawings developed for the previous reviews shall be detailed showing all utilities, services and sizes as well as other required construction detail. Show complete plan views, elevation views, photographs, legends and other schedule information. Also show complete details, notes, sections and locations. Cost Estimate Consultant shall provide a cost estimate to both the Contracting Officer and the COR/engineer and ensure that the following items are included: Certification that the quantities have been checked and found to be correct. All estimates shall be based on the most up-to-date working drawings available and shall be current as of the date of submission. Materials are priced at the contractor s buying level. Sales taxes, when applicable, will be added into material costs. Cost totals should reflect labor and materials separately and should be formatted as follows: Totals Labor and materials for all branches of work. Contingencies None. Overhead and Profit A nominal percentage to reflect variation of trades, project size, competition, etc. Total Estimated Cost. This submission will be reviewed and one (1) copy of the plans and specifications returned to the Consultant. This design will be reviewed for functional purposes only. Technical accuracy and detail will be the responsibility of the A/E firm. 65% 65% Design is required within sixty (60) calendar days after notice to continue from the 35% is issued by Contracting Officer or the COR. Submittal Letter Consultant shall provide a submittal letter addressed to the Contracting Officer stating documents submitted for 65% Review. Specifications Consultant shall provide (2) sets of edited, assembled and technical Project Specifications to the Project Engineer to be used on this project. Marked up standard specifications are acceptable. The most current VA Master Specifications shall be used on this project and are available on internet: http://www.cfm.va.gov/TIL/spec.asp Drawings Consultant shall provide a (2) full set of project drawings showing the Basic Plan for each discipline involved. This shall include: All drawings developed for the previous reviews shall be detailed showing all utilities, services and sizes as well as other required construction detail. Show complete plan views, elevation views, photographs, legends and other schedule information. Also show complete details, notes, sections and locations. 95% 95% Design is required within sixty (60) calendar days after notice to continue from the 65% is issued by Contracting Officer or the COR. Submittal Letter Consultant shall provide a submittal letter addressed to the Contracting Officer stating documents submitted for 75% Review. Specifications Consultant shall provide (2) sets of edited, assembled and technical Project Specifications to the Project Engineer to be used on this project. Marked up standard specifications are acceptable. The most current VA Master Specifications shall be used on this project and are available on internet: http://www.cfm.va.gov/TIL/spec.asp Drawings Consultant shall provide a (2) full set of project drawings showing the Basic Plan for each discipline involved. This shall include: All drawings developed for the previous reviews shall be detailed showing all utilities, services and sizes as well as other required construction detail. Show complete plan views, elevation views, photographs, legends and other schedule information. Also show complete details, notes, sections and locations. Cost Estimate Consultant shall provide a cost estimate to both the Contracting Officer and the COR/engineer and ensure that the following items are included: Certification that the quantities have been checked and found to be correct. All estimates shall be based on the most up-to-date working drawings available and shall be current as of the date of submission. Materials are priced at the contractor s buying level. Sales taxes, when applicable, will be added into material costs. Cost totals should reflect labor and materials separately and should be formatted as follows: Totals Labor and materials for all branches of work. Contingencies None. Overhead and Profit A nominal percentage to reflect variation of trades, project size, competition, etc. Total Estimated Cost. This submission will be reviewed and one (1) copy returned to the Consultant. This design will be reviewed for functional purposes only. Technical accuracy and detail will be the responsibility of the A/E firm. 100% 100% Design two (2) sets of specifications, drawings and cost estimates are required within forty (40) calendar days after notice to continue is issued by Contracting Officer or the COR. Submittal Letter Consultant shall provide a submittal letter addressed to the Contracting Officer stating documents submitted for 100% Review. Specifications Consultant shall provide (2) sets of edited, assembled and technical Project Specifications to the Project Engineer to be used on this project. Marked up standard specifications are acceptable. The most current VA Master Specifications shall be used on this project and are available on internet: http://www.cfm.va.gov/TIL/spec.asp Drawings Consultant shall provide a (2) full set of project drawings showing the Basic Plan for each discipline involved. This shall include: All drawings developed for the previous reviews shall be detailed showing all utilities, services and sizes as well as other required construction detail. Show complete plan views, elevation views, photographs, legends and other schedule information. Also show complete details, notes, sections and locations. Cost Estimate Consultant shall provide a cost estimate to both the Contracting Officer and the COR/engineer and ensure that the following items are included: Certification that the quantities have been checked and found to be correct. All estimates shall be based on the most up-to-date working drawings available and shall be current as of the date of submission. Materials are priced at the contractor s buying level. Sales taxes, when applicable, will be added into material costs. Cost totals should reflect labor and materials separately and should be formatted as follows: Totals Labor and materials for all branches of work. Contingencies None. Overhead and Profit A nominal percentage to reflect variation of trades, project size, competition, etc. Total Estimated Cost. This submission will be reviewed and one (1) copy of the plans and specifications returned to the Consultant. This design will be reviewed for functional purposes only. Technical accuracy and detail will be the responsibility of the A/E firm. In accordance with the previous review requirements, with all review Specification consultant shall provide to the COR/engineer specifications, complete comments accounted for and ready for use as final contract documents. Specifications shall include scope of work and phasing schedule requirements assembled with the general construction sections. Final submission after completion of all the 100% review comments and corrections, the final contact documents shall be prepared, and submitted within twenty (20) calendar days after notice to continue is issued by Contracting Officer or the COR. Submittal letter consultant shall provide a submittal letter stating that the changes and corrections noted on the previous review have all been evaluated and incorporated in the documents submitted for the final submission. List these documents: Provide as a minimum a 700mb recordable disk containing digital drawings and technical specifications and two hard copies. Drawings to be in AutoCAD and PDF format The Combined Specifications to be in Word and PDF Format The most current VA Master Specifications shall be used on this final documentation submission and are available on internet: http://www.cfm.va.gov/TIL/spec.asp A final cost estimate based on revisions made at 100% review and cost estimate of bid items if required. Totals Labor and materials for all branches of work. Contingencies None. Overhead and Profit A nominal percentage to reflect variation of trades, project size, competition, etc. Total Estimated Cost. A final set of design calculations (where applicable). A&E Design and AS-BUILTS only: The CD case shall have the full name of the firm, address, contact phone numbers, Project number (station number, year, the number of the project) and Set 1 of CDs if more the one CD is required, on the inside of the CD case only there shall be an index of drawings with page numbers and drawing numbers. The CD face shall contain the same information as the CD case except the index . The CD shall not have anything to unbalance it. All information sh...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a438f4a1e60349cca53a4df7a7400ee4/view)
 
Place of Performance
Address: ALEXANDRIA VA HEALTH CARE SYSTEM 2495 Shreveport Hwy, 71N Pineville, LA 71360
Zip Code: 71360
 
Record
SN05855670-F 20201120/201118230142 (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 |
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.