SOLICITATION NOTICE
C -- Expand Primary Care/Emergency Room PN: 589-403
- Notice Date
- 12/29/2020 9:37:14 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25521R0032
- Archive Date
- 03/29/2021
- Point of Contact
- Jeanette Mathena, Contracting Officer, Phone: 913-946-1129
- E-Mail Address
-
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 2 of 6 Synopsis: Request for Architectural and Engineer 330 submission Solicitation: 36C25521R0032, Expand Primary Care and Emergency Room Addition, 589-403 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 for negotiation 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 Architectural and Engineer (A&E) contractors that meet the professional requirements. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded no later than March 2021. 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 (jeanette.mathena@va.gov and kimberly.mason2@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $8.0 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 262 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASID 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, (https://www.vip.vetbiz.va.gov/), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (BETA SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (BETA SAM) database at https://beta.sam.gov/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in BETA SAM prior to submitting their qualifications package. 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 https://beta.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) Qualified A-E firms are required to respond if interested by submitting one (1) original 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) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed. Completed package shall be delivered on or before January 22, by 2:00PM CT to the following email address: Jeanette.mathena@va.gov and Kimberly.mason2@va.gov. Email subject line shall clearly identify Solicitation number: 36C25521R0032 and project name Expand Primary Care and Emergency Room Addition and project number 589-403. The 330 submission must be a pdf document and must be below 20 MG. PROJECT INFORMATION Description of work to be performed includes: Architect-Engineering services are required for Schematics Design, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project # 589-403, Expand Primary Care and Emergency Room Addition. Architect or architect/engineer firm must be capable of preparing all design and construction documentation including, but not limited to, advance planning, design, and construction oversite (including final as-built drawings). Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Medical Planners; Structural, Mechanical, Geo-technical, Civil, Communication (voice & data), Plumbing, and Electrical Engineers; Fire Protection Engineer, Interior Designers; and Cost Estimators with experience in the programming, planning and design of a Patient Aligned Care Team (PACT). This project will construct a three-story bump-out on the west side of the clinical building (Ambulatory Care Addition - ACA) Each floor is estimated to be 4,900 square feet. The intent is to expand Primary Care on 1st floor, Surgical Specialties on 2nd floor, Medical Specialties on 3rd floor. 1st floor will create a Primary care PACT team with a portion being a dedicated Women s Clinic, GI expansion on 2nd floor, and medical specialty and some to space to be determined on 3rd floor. This project will also include a one story bump-out on the west side of the Emergency Department to add four (4) Observation/Clinical Decision beds which shall be designed to include the capability to be utilized as isolation rooms and the addition of Hazmat decontamination showers within or near the Emergency Department. The total additional square footage is approximately 20,900 sf. This project will also renovate approximately 10,000 square feet of the existing Primary Care clinic to improve efficiencies. The A/E design firm shall furnish all necessary architectural and engineering resources to provide a complete construction design package and construction period services. Architect / Engineer shall provide professional design services for the construction of two additions located on the west side of the ACA. The additions will be approximately 20,900 square feet. Included in this are the following, along with all other design facets deemed necessary by the VA and Architect/Engineering firm for the completion of this project: a. Building design shall meet all applicable/current codes for mechanical, plumbing, electrical, fire protection, and life safety, VA standards, VA Design Manuals, and VA Design Guides. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines. The completed project shall be capable of achieving LEEDS certification; EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project # 589-403, Expand Primary Care and Emergency Room Addition for Harry S. Truman Memorial Veterans Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below: 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. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects (ACHA American College of Healthcare Architects), Medical Planners; Structural, Mechanical, Geo-technical, Civil, Communication (voice & data), Plumbing, and Electrical Engineers; Fire Protection Engineer, Interior Designers; and Cost Estimators with experience in the programming, planning and design of a Patient Aligned Care Team (PACT). Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities 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. 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 state and 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. 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. 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. Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with FAR 36.602-1. This criterion will apply to the office from which the prime contractor s office is established. Firms within 450 miles of the medical center will receive a maximum score. Firms more distant than 450 miles will receive a zero score for this criterion. Firms may use Google Maps, MapQuest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established. Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Columbia, VA. 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. Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Harry S Truman Veterans' Memorial Hospital (HSTVMH) Columbia, MO SCOPE OF WORK - A/E DESIGN SERVICES for Expand Primary Care / Emergency Department Project No. 589-403 PROJECT NUMBER: 589-403 PROJECT TITLE: Expand Primary Care / Emergency Department DESIGN TIMEFRAME: A/E shall deliver final construction documents NLT 262 days after the Award/Notice to Proceed Letter CONSTRUCTION BUDGET/DESIGN LIMITATION: $13,950,000.00. The A/E will be required to design within this budget. The A/E will also be required to incorporate bid items into the bid documents that will allow for a 10% budget reduction. In accordance with 52.236-22, Design Within Funding Limitation (APR 1984), the estimated construction contract price for this project is $13,950,000.00. 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 items into the construction documents equal to at least 10% of the total construction cost (Design Limitation). The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct. In accordance with FAR 52.236-22, Design within Funding Limitation (APR 1984), the estimated Total Construction Contract Price for this project proceeding into construction documents is not to exceed the Construction budget listed above, VA Furnished/Installed Medical Equipment, VA Furnished/Installed FFE or Professional Service Fees. The A/E is responsible for designing the project within the estimated total Construction Contract Price for the Design Development and Construction Document phases of this project. If, at any time, the A/E determines that the design s construction cost will exceed the Total Construction Contract Price (TCCP) the A/E shall immediately inform the Contracting Officer in writing. Such written notification shall include the reasons why the A/E believes the TCCP will probably be exceeded and shall offer proposed solutions to reduce the project cost to be within the TCCP. CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project) - Barrier Free Design Standard - Design and Construction Procedures, PG-18-3 - Design Manuals, PG-18-10 - Design Submission Instructions, Minor and NRM Projects, PG-18-15, Vol C - Standard Details. Program Guide, PG-18-4 - Equipment Reference Manual, PG-18-6 - Equipment Guide List, Program Guide PG-18-5 - Space Planning Criteria for Medical Facilities Handbook, 7610 - Uniform Federal Accessibility Standards - Signage Design Guide - Master Construction Specifications, Program Guide, PG-18-1 - VA Design Alerts - VHA National CAD Standards - National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) - Physical Security Design Manual for VA Facilities Note: The above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF CONSTRUCTION PROJECT Description: Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to, advance planning, design, and construction oversite (including final as-built drawings) at the Harry S Truman Veterans' Memorial Hospital (HSTVMH) in Columbia MO. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Medical Planners; Structural, Mechanical, Geo-technical, Civil, Communication (voice & data), Plumbing, and Electrical Engineers; Fire Protection Engineer, Interior Designers; and Cost Estimators with experience in the programming, planning and design of a Patient Aligned Care Team (PACT). This project will construct a three-story bump-out on the west side of the clinical building (Ambulatory Care Addition - ACA) Each floor is estimated to be 4,900 square feet. The intent is to expand Primary Care on 1st floor, Surgical Specialties on 2nd floor, Medical Specialties on 3rd floor. 1st floor will create a Primary care PACT team with a portion being a dedicated Women s Clinic, GI expansion on 2nd floor, and medical specialty and some to space to be determined on 3rd floor. This project will also include a one story bump-out on the west side of the Emergency Department to add four (4) Observation/Clinical Decision beds which shall be designed to include the capability to be utilized as isolation rooms and the addition of Hazmat decontamination showers within or near the Emergency Department. The total additional square footage is approximately 20,900 sf. This project will also renovate approximately 10,000 square feet of the existing Primary Care clinic to improve efficiencies. The A/E design firm shall furnish all necessary architectural and engineering resources to provide a complete construction design package and construction period services. Architect / Engineer shall provide professional design services for the construction of two additions located on the west side of the ACA. The additions will be approximately 20,900 square feet. Included in this are the following, along with all other design facets deemed necessary by the VA and Architect/Engineering firm for the completion of this project: a. Building design shall meet all applicable/current codes for mechanical, plumbing, electrical, fire protection, and life safety, VA standards, VA Design Manuals, and VA Design Guides. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines. The completed project shall be capable of achieving LEEDS certification; b. All lighting shall be LED and dimmable; c. Security, access control, and surveillance to be tied into the existing security system; d. Building Management System to be tied into the existing Building Management System; e. All plumbing shall comply with VHA Directive 1061; f. HVAC system to be variable air volume type. The A/E shall consider the best options for the building additions to include relocating or working around the existing transformers on the north side of the Ambulance Bay, the air relief on the south side of the Ambulance Bay, and approach/access for ambulances with the layouts of the bump-outs. Anticipated time for completion of design is 262 calendar days including time for VA reviews. SITE INVESTIGATION A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon ""as built"" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner's existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to the VA and corrected by the A/E firm. All site investigation shall be completed during the site investigation phase. A geotechnical investigation will be required to assess the soil conditions and resulting soil bearing capacity. It is important to emphasize that the A/E shall perform design development, detailed design work, prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational product. The A/E must be able to respond to issues in a timely manner, to include being on-site within 24 hours. This is due to the need to keep this project progressing and on time, avoiding any delay claims. As construction is heavy in the area, contractors are on tight schedules to schedule trades and equipment. Having an A/E that can be onsite within 24 hours allows emerging issues to quickly and efficiently be solved. The final design documents from a resultant task order 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. The design will be reviewed between the 60 and 90% design by a third-party life safety consultant retained by the government. It will be the A/Es responsibility to respond to all findings and make necessary changes to address any deficiencies. As part of the 100% submission the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length. During both design and construction, the A/E shall provide to the VA (and eventual construction firm) access to a secure file sharing website (Submittal Exchange or equal) for the purpose of posting electronic correspondence too large for email traffic. This file sharing website should have multiple security levels that can be used during construction to manage the exchange of submittals and other construction documents. The A/E shall include both the design and construction cost for Submittal Exchange (or equal) as a separate line item. Deliverables shall include (for ALL ELECTRONIC SUBMISSIONS, FILES MUST BE LESS THAN 20MB in size) Preliminary Layout Submission. Electronic PDF copy Schematic Submission (minimum of three) (Incorporating programing report) (10%) Schematics of 1st floor should incorporate both current state and future state of two existing primary care clinics not included in the project. The two additional clinics will be renovated in a future project and the intent is to ensure design of this project will allow for a future consistent layout of three primary care teams. 2 Complete hardcopy sets- 1 Full size, 1 half-size; 1 electronic PDF copy Design Development Submission (35%): 2 Complete hardcopy sets- 1 full size, 1 half-size; 1 electronic PDF copy of drawings, provide Revit model for review to ensure drafting standards are maintained and cost estimate Construction Documents Submission (60%) 2 Complete hardcopy sets- 1 full size, 1 half-size; 1 hard copy of specs. 1 electronic PDF copy of drawings, specifications (in both a combined PDF form, and word file) and cost estimate. Construction Documents Submission (90%) 4 Complete hardcopy sets- 1 full size, 3 half-size, 2 hard copies of specs; 1 electronic PDF copy of drawings and specs (should be provided in in both a combined PDF format and in Word), electronic copy of cost estimate. Should provide Revit model. A hard copy half size drawing (1), set of clean specs (1) and cost estimate are to be mailed to the contracting officer. A third-party fire protection review will be conducted on the 90% submittal, with comments provided to the AE. Construction Documents Submission (100%) 3 Complete hardcopy sets- 1 full size, 2 half-size, 1 hard copies of specs; 1 electronic PDF copy of drawings and specs (should be provided in in both a combined PDF format and in Word), electronic copy of cost estimate. All issues/concerns from the third-party fire protection review shall also be provided with this submission, to include responses and corrections to the comments. Bid Document Submission (Final): 3 complete hard copy sets- 1 full size, 2 half size. 2 sets of bound specifications. Cost estimate. Electronic copies of drawings and specification both PDF and Auto-CAD 2019, as well as Revit model(s). A hard copy half size drawing (1), set of clean specs (1) and cost estimate are to be mailed to the contracting officer. Conformed Drawings/Specifications: In the event bid alternatives are taken as a result of the bidding process, AE shall develop and provide 3 complete hard copy sets- 1 full size, 2 half size (1 half size mailed to the contracting officer) and 2 sets of conformed specifications (1 mailed to the contracting officer as well as an electronic conformed set of drawings based on the bid item(s) taken. As-Built (Record) Drawings 1 complete hard copy full size set and Electronic copies in PDF, Auto-CAD with bound x-refs and REVIT. A/E shall plan for the following design and design review meetings as part of the Scope of Work (all other review meetings are to be conducted utilizing a web based meeting program): The initial Kickoff meeting will be held with the HSTMVH engineering staff. This meeting will be intended to provide an onsite familiarization with the project. A second meeting will be held with the HSTMVH engineering staff, clinical staff management, and senior leadership staff. This will serve as an opportunity for the A/E to gain a further understanding of the direction that the facility wants the project to go. The A/E should be prepared to discuss the scope of the project, provide examples of current VA standard room layouts, site drawings identifying the project area showing a basic schematic layout of the various functions, a timeline for design and a brief construction summary. The AE shall record the minutes of the meeting to document the thoughts and concerns of the facility. The AE shall review onsite the existing locations of the various functions that will be relocated to the new space to help understand the needs of the departments. They shall meet with the management and team leaders of these departments to review and compare the VA design guides and the specific departmental needs. After meeting with all of the departments the AE shall prepare a minimum of three separate schematic layouts of the space for review. The AE shall provide pros and cons for each option. The AE shall present these options to the departmental leads and senior leadership. HSTMVH will select the preferred option for the design. Space layouts shall meet the current VA Space Planning Criteria (7610 building design guide), be in compliance with the Uniform Federal Accessibility Standards (UFAS), and VA Barrier Free Design Guide (PG-18-13). AE shall identify any proposed variances for review prior to continuing design. A/E Design Submissions shall comply with the VA A/E Design Submission Requirements as found in the VA Technical Information Library (TIL). HSTMVH will provide comments and guidance following each design review session. All meetings shall be held at the HSTMVH in Columbia, MO Total contract design duration shall not exceed 262 calendar days, Submission Schedules: Kickoff Meeting / NTP 5 days Meeting with HSTMVH leadership/IPT 2 days Site Investigation 10 days Schematic Design 30 days Schematic Design Review 10 days Design Development (35%) 30 days Design Development Review 15 days Construction Documents Submission (60%) 50 days Construction Documents Review 20 days Construction Documents (90%) 40 days Construction Documents Review 15 days Construction Documents (100%) 20 days Construction Documents Review 10 days Final Bid Documents Submission 5 days 6. In accordance with FAR 36.204, the estimated magnitude of the resulting construction price range is estimated to be between $10,000,000 and $20,000,000. The A/E will also be required to incorporate bid items into the bid documents that will allow for a 10% budget reduction. This figure includes all funds available for construction including overhead, profit, and contingency. This referenced figure shall cover all costs of construction including, but not limited to, the cost of providing all required equipment, utility feeds to the building, site work costs, landscaping costs and site restoration. Included as part of this package is the standard A/E submission guide for minor projects, Program Guide, PG-18-15, Volume C. In addition to completing a detailed review of the attached document, the A/E shall log onto the VA website for the Office of Facilities (http://www.cfm.va.gov/til/) and comply with all rules and regulations related to design requirements for minor projects. If there are any conflicts between the rules and regulations as listed on the website and the outline provided above, the rules and regulations on the Office of Facilities website shall govern. It is the responsibility of the A/E to visit and download this documentation. 7. The contract will include a government option for Construction Period Services and Site Visits. CONSTRUCTION PERIOD SERVICES For the duration of the construction contract the A/E shall: Attend the pre-bid construction conference(s). The Construction Period will commence with the award of the Construction Contract(s) and will terminate with the acceptance of the facility by the VA. The A/E shall act in an advisory and consultant capacity to the Contracting Officer and Contracting Officer s Representative. They shall not be the representative of the Contracting Officer on the construction site and shall make no such representation to the Construction Contractor(s) without the specific written approval of the Contracting Officer. The A/E shall have no authority to approve any construction means or methods of work of the Construction Contractor. The A/E shall provide submittal review with final approval being required by the COR. The A/E shall provide prompt responses to all RFIs issued by the construction contractor. Provide periodic site review. These reviews should be documented and all findings provided to the COR within 3 business days of the review. The A/E shall provide Submittal Exchange (to cover both design and construction), the means necessary to submit large electronic files to VA recipients. Files over 10 MB may not transmitted through the VA email system. File transfer protocol websites (FTP) are prohibited for use by VA employees. Service should be provided through construction period services and allow use by construction contractor. CONSTRUCTION DOCUMENTS INTERPRETATION The A/E, when requested, shall assist the contracting officer and the contracting officer s representative (COR) to interpret the construction documents and recommend any actions they deem suitable for the satisfactory prosecution of the construction work. The A/E shall prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents at no cost. The A/E shall assess the preparation of the construction contract modifications initiated by or through the VA to be executed in accordance with the construction documents. CONTRACTOR'S COST PROPOSALS The A/E shall review all Government initiated and or the construction contractors cost proposals for construction modifications when requested by the COR. The A/E s review of cost proposals shall include an independent breakdown of costs in detail with quantities and unit prices. This shall be true for both additions and deductions of labor, materials, and equipment. SHOP DRAWINGS AND SUBMITTALS The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data a...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/464306c918d74cad822279851c9f463b/view)
- Place of Performance
- Address: Harry S Truman VAMC 800 Hospital Drive, Columbia 65201-5275, USA
- Zip Code: 65201-5275
- Country: USA
- Zip Code: 65201-5275
- Record
- SN05881796-F 20201231/201229230111 (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 |