Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2023 SAM #8012
SPECIAL NOTICE

C -- 657-24-105JB, FCA - Renovate Storage Rooms for VHA Directives 1116(2) and 1761(2)

Notice Date
11/2/2023 2:55:33 PM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524R0019
 
Response Due
11/20/2023 11:00:00 AM
 
Archive Date
02/18/2024
 
Point of Contact
Kevin D Knight, Contract Specialist, Phone: 913-946-1130
 
E-Mail Address
KEVIN.KNIGHT2@VA.GOV
(KEVIN.KNIGHT2@VA.GOV)
 
Awardee
null
 
Description
A/E CONTRACT SUPPLEMENT B PROJECT NUMBER: 657-17-112JB PROJECT TITLE: FCA-Renovate Nutrition and Food Services, JB Bldg 60 Synopsis: Request for Architectural and Engineer SF330 submission Solicitation: 36C25524R0019, FCA - Renovate Storage Rooms for VHA Directives 1116(2) and 1761(2), Project No. 657-24-105JB SF330s due by November 20, 2023 at 13:00 Central Time (see below). 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 VAAM 836.6 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 December 31, 2023. 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 (kevin.knight2@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541330, Engineering Services and the small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 120 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-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-74. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (Veteran Small Business Certification (sba.gov)), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM.GOV): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ 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 SAM.GOV 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 and 1128A 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://sam.gov/content/ 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 (SF330) shall be delivered on or before November 20, 2023, by 1:00PM CT to the following email addresses: kevin.knight2@va.gov and david.holden@va.gov . Email subject line shall clearly identify Solicitation number: 36C25524R0019 and project name FCA Renovate Storage Rooms for VHA Directives 1116(2) and 1761(2), Project No. 657-24-105JB. The SF330 submission must be a pdf document and must be below 20 MG. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1.  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 8 1/2 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. If submissions exceed the page limit, only the first 50 pages of information will be considered. Qualifications (SF330) submitted by each firm for Project No. 657-24-105JB, FCA Renovate Storage Rooms for VHA Directives 1116(2) and 1761(2), will be reviewed and evaluated based on the following evaluation criteria listed below: Professional Qualifications: the qualifications of the individuals will be examined for experience and education and their record of working together as a team that are necessary for satisfactory performance of required services. The firm and A/E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or proof of licensure. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required on this project including, design of a research laboratory and VA Safety and Physical Security design. Experience in abatement of hazardous construction materials, energy conservation, pollution prevention, and waste reduction. Include government and private experience on projects similar in size, scope and complexity as well as experience with project phasing in order to maintain facility operation during construction. 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(d)(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. Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 600 mile radius of the Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 600 MILE RADIUS OF THE Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 600 mile radius from the Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125 and resides within the borders of the United States of America will receive a higher score on evaluations. Architectural Prime Contractors whose primary physical business address is outside a 600 mile radius from the Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks, Saint Louis, MO 63125 and resides within the borders of the United States of America will receive a lesser score on this evaluation factor. Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. SF 330 submissions from companies located outside the borders of the United States of America shall not be considered. Past Performance on similar project contracts with the Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Performance on past Government contracts as indicated in Federal performance reporting databases is encouraged. Failure to provide requested past performance data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past projects provided for reference shall be the work of the office/branch/individual team member proposed to be performing work under this contract. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Reputation and standing of the firm and its principal officers within the design community with respect to professional performance, general management and cooperativeness, including awards, merits and recommendation. Record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of Veteran-Owned Small Businesses. 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. A/E CONTRACT SUPPLEMENT B PROJECT NUMBER 657-24-105JB FCA - Renovate Storage Rooms for VHA Directives 1116(2) and 1761(2) SUPPLEMENT B (For Schematics, Design Development, Construction Documents, Construction Cost Estimate and Construction Period Services) DESIGN TIMEFRAME: A/E shall deliver final construction documents No Later Than (NLT) 120 days after the Award/Notice to Proceed Letter. CONSTRUCTION BUDGET/DESIGN LIMITATION: $900,000. A/E will also be required to incorporate bid items into the bid documents that will allow for a 20% budget reduction. B1 SCHEDULE OF SERVICES: INTRODUCTION: The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an A/E Firm on a project to Renovate Storage Rooms for VHA Directives 1116(2) and 1761(2), Jefferson Barracks (JB) Division, St. Louis, MO 63125. The renovation will to ensure they are compliant with VHA Directives 1116(2) and 1761(2). VHA Directives 1116 (revised version 7-17-2023) and 1761 (revised version 12-30-2020) are related to Sterile Processing Service (SPS) and the storage of Reusable Medical Equipment (RME). The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, Architectural, Mechanical, Electrical, Plumbing (Including Fire Protection), Structural, Physical Security Specialist, VPIH and Commissioning. SCOPE OF CONSTRUCTION PROJECT: Existing Conditions: VASTLHCS Jefferson Barracks Campus has multiple buildings that contain multiple medical services and clinics. Within these buildings are: a Sterile Processing Service (SPS) and storage rooms of Reusable Medical Equipment (RME). Currently, some of those rooms are not compliant with VHA Directive 1116 (revised version 7-17-2023) and 1761 (revised version 12-30-2020), and must be brought into compliance. All associated design and construction work will correct HVAC deficiencies to ensure these rooms have proper air pressure relationships, temperature, humidity, and air exchanges per the directives. Scope of Work covers approximately 6 rooms in the following buildings: B51 (3 rooms), B52 (2 rooms), and B53 (1 room). The project includes correction in part or in whole of the following FCAs: 78420 and 78392. VASTLHCS improvements will reduce energy consumption and green-house gas emissions pursuant to executive Orders 13423 and 13514. 1. Project Intent: The Design Firm shall provide basic professional services and construction period of services to correct HVAC systems for VHA Directives 1116 (revised version 7-17-2023) and 1761 (revised version 12-30-2020), at the Jefferson Barracks Division of the VA Saint Louis Healthcare System. The design team shall create a complete package of Construction Documents to meet applicable design standards and building codes, to include, but not limited to, Executive Order 13693, and the HVAC Design Guide. For this project, Scope of Work shall include, but is not limited to, the following items and the necessary disciplines to accomplish these tasks: Building 51, rooms: 1A119 (120 square feet), documented issues with negative air flow: correct to produce positive air flow, 1E137 (59 square feet), documented issues with neutral air flow: correct to produce positive air flow, and 1W155A (128 square feet)), documented issues with neutral air flow: correct to produce positive air flow, Building 52, rooms: 1N104 (169 square feet), documented issues with low temperatures: correct to produce temperatures within acceptable range, and 1S16 (172 square feet), documented issues with negative air flow: correct to produce positive air flow, and Building 53, rooms: 1N90 (130 square feet), documented issues with negative air flow: correct to produce positive air flow. The A/E shall complete a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A-E pursuant to, and inclusive of, the Construction Documents. Construction period services will include answering bidders questions, providing amended documents as needed, periodic construction progress inspections, hazardous material abatement monitoring, final inspections, submittal review, creating record drawings, and other items as described in the longer Supplement B document. The A/E shall provide a design to modernize HVAC Systems to ensure compliance with VHA Directives 1116 (revised version 7-17-2023) and 1761 (revised version 12-30-2020) and ensure Patient Safety related to Reusable Medical Equipment (RME). VASTLHCS Jefferson Barracks campus has multiple buildings with multiple additions that contain multiple medical services and clinics. Within the buildings are designated Sterile Processing Service (SPS) and storage rooms of Reusable Medical Equipment (RME). The design team shall survey each room and the utility systems that serve the rooms, individually. The initial cost estimate shall be split up per room identified, along with an overall cost estimate. The construction (and therefore design) includes demolition, hazardous material abatement (Industrial Hygiene) if needed, architectural, structural, carpentry, safety and infection measures, and other items as described in the longer Supplement B document and as needed. The A/E will be required to complete the drawings, specifications, and construction estimate. SCOPE OF WORK FOR A/E: Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area. This may include, but not limited to, hazardous materials identification in the direct area of work and areas impacted by the project. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. The design will also incompass Asbestos Abatement Design Manual (PG 18-10) Compliance: https://www.cfm.va.gov/til/dManual/dmASBhosp.pdf. Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to VASTLHCS Facility Engineering Service. Report will include initial cost estimate for all work included in FCA JB Renovate Storage Rooms for VHA Directives 1116 (revised version 7-17-2023) and 1761 (revised version 12-30-2020) project. Hazardous material surveys and design shall be in compliance with National Emissions Standard for Hazardous Air Pollutants (NESHAP) requirements for renovation and demolition projects. This report will be considered the Design Narrative as referenced in B5 DESIGN REVIEW AND COMPLETION SCHEDULE below. Construction Document: After the VAMC approves the A/E's design development, the A/E shall prepare construction documents necessary to accomplish the approved design development. As part of the 100% design 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. 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. Construction Period Service: The A/E shall perform construction period services as detailed later in this scope of work. Functional Product: It is important to emphasize the A/E shall perform design development and detailed design work, and prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational system to include Abatement Design. VPIH Survey: The A/E Firm will complete a survey, to include testing, identifying any and all asbestos-containing and lead-containing materials within the project area. This project will remove all asbestosand lead in areas being renovated. Reference VA Asbestos Abatement Design Manual (PG 18-10) July 2011: 1.8 DESIGN REQUIREMENTS: The following elements are required for all asbestos abatement project designs for VA facilities: All project designs must be developed and/or reviewed and approved by an EPA Model Curriculum trained and applicable state accredited Asbestos Project Designer. This is to ensure that all applicable federal, state and local regulations are followed regarding the design of asbestos abatement projects. These regulations include, but are not limited to, EPA NESHAP requirements, City of St. Louis Air Pollution division requirements St. Louis County Air Pollution division requirements, and Missouri Department of Natural Resources (MDNR) requirements. VA representatives conducting peer review of asbestos designs need not be accredited Asbestos Project Designers. All asbestos inspections performed in VA facilities for the purposes of gathering information for the development of the asbestos abatement project design must be performed by EPA Model Curriculum trained and applicable state-accredited Asbestos Building Inspector. VA Master Specifications have been developed for typical asbestos abatement work. The appropriate sections shall be edited to meet the project scope of work and specific project requirements. The A/E shall carefully coordinate specifications with the drawings so that all work required by the drawings is included in the specifications. Specification content that does not apply to the project shall be deleted. The A/E shall modify the existing Master Specifications, when feasible, to address any abatement that is not specifically identified by the VA Master Specifications. 1.9.2 DRAWINGS The following criteria must be used when creating drawings to be used in support of the asbestos abatement project. Refer to VA Design and Construction Procedures for general drawing requirements. Consolidate notes and place them on the right-hand side of the sheet. Show scale, compass point, orientation, key plan, title, column grids and numbers, match-lines, room numbers and titles corresponding to the Architectural drawings. Clearly indentify all locations of materials to be removed during the asbestos abatement project. Clearly identify any life-critical systems that exist in abatement areas to ensure that these systems are isolated and not disturbed during the project. 1.9.3 SEQUENCE OF ASBESTOS ABATEMENT DRAWINGS Symbols and abbreviations Demolition Plans Asbestos materials location plans Details Summary of asbestos material quantities Coordination with A/E Design Submission Requirements (PG 18-15). 2.3.1 ABATEMENT WORK TASKS: The specific ACM to be abated during the asbestos abatement project must be identified on the detailed plan and project drawings. A summary for each work task to be performed during the abatement project, as well as a summary of the techniques to be used, in addition to safety precautions and methods must be included in the design. 2.3.2 UNEXPECTED DISCOVERY OF ASBESTOS: For any previously untested building components suspected to contain asbestos and located in areas to be impacted by the work, additional samples will need to be collected of any materials found to determine the presence or absence of asbestos. The sampling must be performed by an AHERA-accredited Asbestos Building Inspector. All spaces within the scope of work must be designed according to applicable codes and standards. The A/E shall submit a design narrative (15%) and design plans (35%, 65%, 95%, 100% Contract Docs for Bidding, and Release for Construction Set) specifications, submittals schedule, estimates, and other documentation in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. As a result, the Construction Documents must conform to the estimated Total Construction Cost Price, not including any contingencies, and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. The A/E will also participate in the VASTLHCS Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logistical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A/E pursuant to, and inclusive of, the Construction Documents. Prior to submittal of a response to this proposal the A/E shall meet with the Contracting Officer s Representative (COR) at the proposed project site to review the scope of services and the project goals. The COR will provide A/E with a copy of the portions of the latest Facilities Condition Assessment (FCA) applicable to this project. Overall site plans will be provided as a Reference Drawing with Room Numbers showing the areas within the project boundary. The C&A requirements do not apply, and a Security Accreditation Package is not required. Sustainability Requirements: Design shall comply with the most current version of the VA Sustainable Design Manual at time of award found on the VA technical Information Library https://www.cfm.va.gov/til/sustain.asp The following deviations are allowed: _None____ GUIDING PRINCIPLES CHECKLIST:  AE shall complete and submit the appropriate Federal Energy Management Guiding Principles Checklist https://energy.gov/eere/femp/downloads/guiding-principles-checklists-new-construction-and-modernization-and-existing IV. A/E FEE DETERMINATION: 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 the NCO 15 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. V. REPORTS, DRAWINGS, SPECIFICATIONS AND SCHEDULES: Kick-Off Meeting: An initial kickoff meeting will be held with the Contracting Officer and local staff. This meeting will be intended to provide an onsite familiarization with the project. The VA will provide workload data and as-built drawings. A/E Design Submissions shall comply with the VA A/E Design Submission Requirements as found in the VA Technical Information Library (TIL). The VA will provide comments and guidance following each design review session. All meetings shall be held at Jefferson Barracks Division of the VASTLHCS in Saint Louis, MO or via Microsoft Teams. Schematic Design: The A/E firm shall conduct an onsite review of the existing locations of the various functions that will be relocated to and/or remodeled within the space to help understand the needs of the departments. They shall meet with the representatives of these departments to review and compare the VA design guides to the specific departmental needs. This will serve as an opportunity for the A/E to gain a further understanding of the direction the facility wants the project to go. After meeting with the departments, the A/E shall prepare a minimum of three separate schematic layouts of the space for review. The A/E shall provide pros and cons for each option. The A/E shall present these options to the COR who will in turn present them to the departmental leads and senior leadership. The VA will select the preferred option for the design. Space layouts shall meet current VA Space Planning Criteria s (7610 Building Design Guide) and be in compliance with the Uniform Federal Accessibility Standards (UFAS), and VA Barrier Free Design Guide (PG-18-13). At the Schematic Design Review Meeting, 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 A/E shall record the minutes of the meeting to document the thoughts and concerns of the facility. Design Development: The A/E firm shall make investigations necessary to thoroughly evaluate the conditions of the existing space. There will not be a systems redesign for this process. The design shall include any energy efficiency improvements available for the application. All designs and timelines shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, PG-18-15, Volume C. Mechanical, plumbing, electrical, and fire and safety systems must meet current codes and standards, including VA Standards. 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 Documents: The A/E firm shall complete such further investigations to develop the accepted design development documents into working drawings and specifications for issuance through the competitive bid process. The 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, the VA Master Construction Specifications will be edited and incorporated in the project specifications. However, in those instances where corresponding VA Master Construction Specifications are not available, the A/E shall develop the specification for incorporation into the project specifications. 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 are to be thoroughly edited to maintain uniformity of formatting and structure. All spec writer notes must be remove. Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and other applicable national codes. The 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. As-Built Drawings: The A/E firm shall submit one (1) complete set of drawings provided via file share software using AutoCAD Release 2021 and also .pdf format. Models should be provided in Revit 2021. The A/E shall follow the VA Standard CAD format for layering in accordance with the B3 DESIGN CRITER...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9313dc734c114ad88e6f5d5522703182/view)
 
Record
SN06874368-F 20231104/231102230047 (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.