Similar Projects
C1DA--VISN 21 Master Planning/Study A/E IDIQ
New Construction, Term Contract
Design
$50,000,000 to $100,000,000 est. value

RFQ - Supportive Housing Developers
New Construction, Infrastructure
Bidding
$622,000 CJ est. value
Reno, NV 89501

RFP - South Virginia Street Transit Oriented Development Study-Re Proposal
Term Contract
Bidding
Reno, NV 89511

Engineering, Planning and Development
Post-Bid

Displaced Persons and Trash/Debris Cleanup
Post-Bid

C--Multiple Award Task Order Contract (MATOC) for Geotechnical Engineering Service
Results
$500 to $25,000,000 est. value

Traffic Operations Division with Traffic Design and Professional Engineering Services
Results

RFP Engineering - Acquisitions and Relocations for the Mill Street Widening Project
Infrastructure
Bidding
$1,515,000 CJ est. value
Reno, NV 89502

Architect-Engineer (A-E) Title I & II Services
Post-Bid

Indefinite Delivery Indefinite Quantity Architectural-Engineering Contracts
Results

RFP - Final Design for Phase 2 of the North Valleys Improvement Projects
Infrastructure
Bidding
$2,000,000 CJ est. value
Reno, NV 89511

Development of a Statewide Transit Plan
Term Contract
Post-Bid

Passing and Climbing Lane Prioritization
Results

RFP Design - Keystone Bridge Replacement Project
Demolition, New Construction, Infrastructure
Bidding
$2,000,000 CJ est. value
Reno, NV 89501

Habitat and Invasive Species Services NAVFAC Southwest Navy and Marine Corps Installations and Other Government Locations In Arizona, California, Colorado, Nevada, New Mexico, and Utah
Term Contract
Post-Bid
$25,000 to $1,200,000 est. value

Last Updated 11/09/2022 01:01 PM
Project Title

RFQ Design - Kirman Avenue Utilities

Physical Address View project details and contacts
City, State (County) Reno, NV 89502   (Washoe County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $6,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

1.1. This design shall substantially meet all VA requirements. 1.2. The A-E shall perform field reconnaissance, surveys, and site investigations required to obtain engineering information and design data for the accomplishment of the contract documents per this Performance Work Statement. 1.3. Design a new steam line and condensate return line from the existing boiler plant. 1.4. Design a supplemental chilled water line and chilled water return line from the existing boiler plant. 1.5. Design a tunnel from the proposed location of the new boiler plant across a public street to intercept existing steam, condensate return, chilled water lines, and chilled water return at locations to be determined by the facility. The tunnel must allow for additional structures and ideally should allow for a person to transit through its length. Drainage must be incorporated in the design. 1.6. Design pipe connections from the existing boiler plant to the new lines. 1.7. Design new traffic rated vaults at both the hospital and location of the new boiler plant end of the new pipes on campus property. 1.8. New steam and condensate return lines will be designed from the new vault to building 12. These lines will intercept the existing pipes under building 12 and be accessible through their entire length. 1.9. New steam and condensate return lines will be designed from the new vault to the Pipe Shop in building 1. 1.10. Existing steam and condensate return lines no longer used will be abandoned in place as detailed on the TIL. 1.11. The supplemental chilled water and chilled water return lines intercept point will be determined during the design process. 1.12. A minimum of three alternatives for design of this project will be presented during the Conceptual Design Meeting. 1.13. The Contractor during design shall provide a variety of services as described in this document including, but not limited to: design and constructability reviews (including value engineering); pre-solicitation document and procurement support. 1.14. The Contractor under separate contract during construction shall provide a variety of project management services as described in this document including, but not limited to submittal and RFI reviews, site visits during construction, reports on adherence to design documents. The Department of Veterans Affairs VA Sierra Nevada Health Care System, Reno, Nevada (VASNHCS) is seeking Architectural/Engineering (A/E) firms to submit a Standard Form (SF) 330 for the design of project 654-23-006, Kirman Avenue Utility Design. This is a 100% Service Disable veteran Owned Small Business set-aside. This design effort shall primarily consist of preparing complete construction documents to construct a new, steam and chilled water line system in Reno, Nevada in accordance with VA design criteria. All VA design criteria can be accessed on the web at http://www.cfm.va.gov/TIL/ 1.1. This design shall substantially meet all VA requirements. 1.2. The A-E shall perform field reconnaissance, surveys, and site investigations required to obtain engineering information and design data for the accomplishment of the contract documents per this Performance Work Statement. 1.3. Design a new steam line and condensate return line from the existing boiler plant. 1.4. Design a supplemental chilled water line and chilled water return line from the existing boiler plant. 1.5. Design a tunnel from the proposed location of the new boiler plant across a public street to intercept existing steam, condensate return, chilled water lines, and chilled water return at locations to be determined by the facility. The tunnel must allow for additional structures and ideally should allow for a person to transit through its length. Drainage must be incorporated in the design. 1.6. Design pipe connections from the existing boiler plant to the new lines. 1.7. Design new traffic rated vaults at both the hospital and location of the new boiler plant end of the new pipes on campus property. 1.8. New steam and condensate return lines will be designed from the new vault to building 12. These lines will intercept the existing pipes under building 12 and be accessible through their entire length. 1.9. New steam and condensate return lines will be designed from the new vault to the Pipe Shop in building 1. 1.10. Existing steam and condensate return lines no longer used will be abandoned in place as detailed on the TIL. 1.11. The supplemental chilled water and chilled water return lines intercept point will be determined during the design process. 1.12. A minimum of three alternatives for design of this project will be presented during the Conceptual Design Meeting. 1.13. The Contractor during design shall provide a variety of services as described in this document including, but not limited to: design and constructability reviews (including value engineering); pre-solicitation document and procurement support. 1.14. The Contractor under separate contract during construction shall provide a variety of project management services as described in this document including, but not limited to submittal and RFI reviews, site visits during construction, reports on adherence to design documents. The A/E team shall comprise of, but is not limited to, the following professional disciplines: civil, geotechnical, structural, architectural, medical planning, mechanical/HVAC/ plumbing, Electrical, Fire - Mission Critical, Security, IT/data (telecommunications), construction cost estimating. The A/E team shall also include architectural personnel with qualified hospital, and hospital infrastructure systems design experience. A total of three (3) hard copies and one (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: 1. Past Experience of the prime firm, consultant firms and proposed designers. Prime firm must have proven experience in health care design through construction administration. 2. Specialized Experience and Technical Competence in hospital design with the ability to design and administer projects within a complex, active healthcare environment with stringent seismic requirements in the State of California. 3. Capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. 4. Past Performance on contracts with respect to cost control, quality of work and compliance with performance schedules during design and construction phases (prime firm). 5. Geographical location and knowledge of the locality of the project. This requirement considers the prime firm's familiarity of the applicable geographic area's architectural standards and codes, building codes, environmental regulations, soil conditions, and seismic requirements within the Palo Alto area. Prime firm must be able to respond to and be on-site within a four-hour window. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by 2:00 P.M. Pacific Standard Time (PDT) Monday, October 3, 2022, to the following: THREE (3) hard copies shall be sent to Mr. Clarence P. Cassady (Patrick) at VA Sierra Nevada Health Care System, Office of Facility Maintenance Services, 975 Kirman Avenue, Reno, NV 89502. Hand carried copies can be delivered directly to Mr. Cassady at the same address. ONE (1) electronic copy shall be sent to Mrs. Dawn Graham at dawn.graham2@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Specialist; Dawn Graham, via E-mail to dawn.graham2@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation 36C26122R0086. NOTE: "IAW FAR Clause 52-219-14(c)(1) At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.*Please do not respond unless your company can meet this limitation*" Performance Work Statement (PWS) for Kirman Avenue Utilities August 1, 2022 Amended August 30, 2022 2. General 2.1. Introduction 2.1.1. The mission of the Department of Veterans Affairs is to care for those "who shall have borne the battle". This acquisition will ensure the VASNHC's ability to provide a hospitable environment. 2.2. Objective 2.2.1. The objective of this acquisition is to ensure the patient and working environment of the campus is maintained to published standards. 2.3. Scope of Work 2.3.1. The VA Sierra Nevada Health Care System (VASNHCS) is seeking design services from engineering consultants with mid-level experience for plan preparation and provide construction support. 2.3.2. The Contractor shall provide all the services requested by the VASNHCS as detailed in section (2). The Contractor shall provide efficient and comprehensive project management through all phases of the project, with particular emphasis placed on the capability to work in partnership with VA, consultants, and contractors during pre-solicitation, contract award, and construction phases. 2.3.3. Design-To-Limit: $6M 2.4. Background 2.4.1. The existing steam and chilled water lines at SNCHS have passed their useful life. Additionally, the steam condensate return line has lost integrity and the chilled water supply to the campus has proved inadequate to maintain temperature during the height of summer. 2.5. Type of Contract Contemplated 2.5.1. Firm Fixed Price. 2.6. Period of Performance 2.6.1. The design period of performance of this contract is 180 days from Notice to Proceed. As of November 9, 2022, the issuance of short-list of firms has not been released. The design firm selection timeline has not been disclosed.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents