C1DZ--Project #502-21-118- Replace Roof and Windows of BLDG 4 -AE

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Louisiana
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159171988798559
Posted Date: May 10, 2023
Due Date: Jul 21, 2022
Solicitation No: 36C25622R0110
Source: Members Only
Follow
C1DZ--Project #502-21-118- Replace Roof and Windows of BLDG 4 -AE
Active
Contract Opportunity
Notice ID
36C25622R0110
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 10, 2023 07:56 am CDT
  • Original Published Date: Jun 21, 2022 07:51 am CDT
  • Updated Date Offers Due: Jul 21, 2022 02:00 pm CDT
  • Original Date Offers Due: Jul 21, 2022 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 28, 2023
  • Original Inactive Date: Oct 28, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs ALEXANDRIA VA HEALTH CARE SYSTEM Pineville , LA 71360
    USA
Description
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 implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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 541330 and the applicable Small Business Size Standard is $16.5M. The area of consideration is RESTRICTED to a 500-mile radius of the Alexandria VA Health Care System (AVAHCS), 2495 Shreveport HWY, 71N, Pineville, LA 71360, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.

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 https://www.vetbiz.va.gov as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF330 s are submitted shall result in elimination from consideration as a proposed contractor.

SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs.

Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a)
the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. 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 qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $2,000,000 and $5,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed.

Evaluation Factors are Listed in Descending Order of Importance:

Professional qualifications necessary for satisfactory performance of required services to include specific experience and qualifications (i.e. education, training, registration, certifications, overall relevant experience, and longevity with the firm) of personnel proposed for assignment to the project, and their record of working together as a team.
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. Provide a minimum of five (5) similar projects to include technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. In addition, provide information concerning the effectiveness of the proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships).
Capacity to accomplish the work in the required time to include the available capacity of key disciplines to perform the work (in the required time). Include current workload, projected workload for the next 12 months, and key personnel s availability over the next 12 months.
Past performance on contracts with Government agencies, State & Local agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide information concerning superior performance ratings on recently (last 5 years from date of qualification submission for this project) completed VA projects (equivalent medical/hospital facility) as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Provide information concerning any claims against the firm because of any issues to include improper or incomplete architectural and engineering services.
Identify post-award construction services previously performed to include: (a) experience in professional field inspections during the construction period, (b) reviews of construction submittals, (c) support in answering requests for information during the construction period, and (d) support of construction contract changes to include drafting statements of work and reviewing/providing cost estimates.
Location in the general geographical area of the project and knowledge of the locality of the project (to include knowledge of geological features, climate conditions, and local construction methods that are unusual or unique). Explain how location in the general geographical area of the project and knowledge of the locality of the project was obtained. The area of consideration is RESTRICTED to a 500-mile radius of the Alexandria VA Health Care System (AVAHCS), 2495 Shreveport HWY, 71N, Pineville, LA 71360, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.
Identification of, and commit to, the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. List percentage of work to be performed by SDVOSBs and other size businesses to be utilized

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 and Narrative Information shall be submitted by email only to JB Herbst at the following email address: jennings.herbst@va.gov

(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0110. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please.

(b) Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 2:00pm local (CT) on Thursday, July 21, 2022. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays.

(c) Interested firms shall address each of the seven (7) Selection Criteria in their SF330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.

THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.

DEPARTMENT OF VETERANS AFFAIRS
Alexandria, Louisiana
A/E DESIGN SCOPE OF WORK
Replace Roof and Windows for Building 4 502-21-118

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).

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 4 as well as all windows in building 4. AE must consider that the replacement of the roof, gutters and aluminum framed double glazed windows 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 AVAHCS.

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 4 roof and gutters. At least three (3) additional site visits are necessary during the design phase.

The existing roof will be removed in its entirety. The roof has 4 large sections: Three (3) flat roof sections and one (1) clay tile section. Existing clay tile is to be salvaged and palletized for handover to VA. The gutters and downspouts will be replaced. Downspouts will be added where necessary connecting to the existing rainwater collection system. Replace all window/frames, windows are to be replaced with energy efficient windows.

The corridors to buildings (3 & 5) will be re-roofed as well as the awning in front of building 4 as part of 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, at a minimum, be in accordance with all applicable codes, (NFPA, JCAHO, NEC, UPC, UMC, ASME, ASHRAE, EPA), Department of Veterans Affairs (VA) publications, Master Construction Specifications, Construction Standards, Design Guides and Standards, and SHPO requirements.

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 4 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. SHPO is to be consulted to ensure compliance with the Act.

10. 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 and execute as well as 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:

Project Narrative
VA specification guidelines.
Construction drawings
Construction cost estimate
ASHRAE 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 4 roof and gutters at AVAHCS. The project includes general re-design and removal of existing roof and gutters.
The roof has four main areas and connectors between the building that will be re-roofed. These include the clay tile portion and three flat portions. 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
Replace all clay tiles with SHPO guidance
Replace all downspouts (install straight down) to eliminate clogs plus add additional as needed (6 in diameter)
Replace Gutters
Replace wall and window frames, windows are to be replaced with energy efficient windows
Replace both corridors and awning in front with TPO
Remove flashing replace with new flashing
Replace/Remove all vents not in use
Remove and dispose of loose and flaking paint from facia and dormer lumber
Facia board replacement as needed
Wood replacement of roof dormers as needed
Lead and asbestos survey
Prime/subcontractor will be responsible for abatement of lead and asbestos that affect the completion of this project
Replace Cinderblocks and the Stucco where necessary.Â

Bldg 4 has approximately 22,000 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. Color scheme for clay tiles and dormer tiles has been selected previously by the VA and will be provided to the A/E.

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 and window replacement. This contract will provide for complete site investigation, design (construction documents), construction period services 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 4 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 360 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. During Construction phase if a Mod arises, the A/E must assist with the COR in developing a construction IGCE.

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 4 roof replace) required to adequately test and determine the capacity of the existing utility system.

ASBESTOS AND LEAD
The A/E shall investigate the construction site to verify any materials containing asbestos or lead over the OSHA limitations. If asbestos or lead 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. The prime/subcontractor shall abate lead and asbestos as necessary to complete areas of the project that are affected by the lead and asbestos. 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 AND LEAD ABATEMENT SURVEY
During the design phase, the A/E will coordinate with VA Staff to perform an asbestos and lead abatement survey to facilitate the design. The AE shall survey the areas of conflict in question to incorporate into the design documents accordingly. Surveys previously conducted will be supplied by the VA.

HAZARDOUS MATERIAL ABATEMENT SURVEY
During the design phase, the A/E will coordinate with AVAHCS 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 comply with the UFAS, ABAAS, and PG-18-13 in all areas.

COMMISSIONING
The construction and intended use requires 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.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

May 10, 2023[Award Notice (Original)] C1DZ--Project #502-21-118- Replace Roof and Windows of BLDG 4 -AE

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >