Similar Projects
Upgrade of Electrical Lightning and Ballasts with Electrical Disconnects
Renovation
Design
$2,000,000 CJ est. value
New Orleans, LA 70119

Upgrade of Electrical Lightning and Ballasts with Electrical Disconnects
Renovation
Design
$2,000,000 CJ est. value
New Orleans, LA 70119

Domestic Hot Water & Fire Damper Renovations at Prevost Memorial Hospital
Renovation
Bidding
$880,000 CJ est. value
Donaldsonville, LA 70346

RFQ- Facilities Maintenance Services at Base New Orleans, LA
Term Contract
Bidding
New Orleans, LA 70129

Camp Beauregard On-Post Distribution Resiliency Project, Camp Beauregard Training Site
Renovation
Post-Bid
$50,000,000 CJ est. value
Pineville, LA 71360

Construct New IT Building - Minor Construction - Overton Brooks VAMC
New Construction - 16,056 SF
Post-Bid
$5,000,000 to $10,000,000 est. value
Shreveport, LA 71101

Z1da--667-19-101 Tuckpoint Building 1, Main Hospital-Construction
New Construction
Results
$10,000,000 est. value
Shreveport, LA 71101

Z1da--667-19-101 Tuckpoint Building 1, Main Hospital
New Construction
Results
$5,000,000 to $10,000,000 est. value
Shreveport, LA 71101

Renovate and Expand CATH Lab Services
Renovation
Construction
$7,979,468 CJ est. value
Shreveport, LA 71101

Renovate and Expand CATH Lab Services
Renovation
Construction
$7,979,468 CJ est. value
Shreveport, LA 71101

Springhill Medical Center Emergency Department Renovation
Renovation
Pending Verification
$1,200,000 CJ est. value
Springhill, LA 71075

C1DA--667-22-703 EHRM Training and Admin Support Space - Shreveport, LA (VA-23-00039006)
Renovation
Design
$2,000,000 CJ est. value
Shreveport, LA 71101

New Administration, Emergency Operations and Warehouse Building, Camp Beauregard - Louisiana Engineering Selection Board
New Construction, Infrastructure
Post-Bid
$3,360,000 CJ est. value
Pineville, LA 71360

Y1DA--NOLA EHRM Infrastructure Upgrades Construction New Orleans, LA
Renovation
Results
$28,190,000 CJ est. value
New Orleans, LA 70119

Slidell Memorial Hospital SMH Three Story Building Addition
Addition, Demolition, Infrastructure
Construction
$36,000,000 CJ est. value
Slidell, LA 70458

Last Updated 10/12/2023 08:47 AM
Project Title

AE Design Services for Project No. 667-16-101 Renovate Morgue, Building 1 for the Overton Brooks VA Medical Center

Physical Address View project details and contacts
City, State (County) Shreveport, LA 71101   (Caddo County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected December 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310 Architectural Services and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 500 mile driving radius of the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101-4295 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 500 mile driving radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or 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 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 http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $250,000 and $500,000. SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Overton Brooks VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Threshold and the selection report shall serve as the final selection list which will be provided directly to the Contracting Officer. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project (500 miles); (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0034. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. IMPORTANT: All submissions shall be in black and white (no color of any type) and shall be on loose leafed pages. NO color submissions and NO binders of any type. (b) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein, to the above address no later than 3:30 P.M. (CST) on WEDNESDAY MARCH 20, 2019. (c) Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330 s and additional documents/submittals. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. A. General Information A 1.0 Project Background, Description and Scope of Work Provide Architect/Engineer professional services to include site investigation, design development, construction documents, specifications, cost estimates, construction period services and construction site visits. Overton Brooks VAMC has a requirement to design a project to completely renovate the Autopsy Suite and Morgue support area in the east wing of the Basement Wing, Building 1, Overton Brooks Medical Center, Shreveport, LA, in order to bring it up to modern VA standards. The area to be renovated is approximately 1,380 square feet. The design documents shall capture the plan to completely renovate the Autopsy Suite, Morgue Refrigerator, Gross Specimen Storage, Staff Restroom, Locker & Dressing Area. All existing interior finishes, non-structural items, walls, body cooler, elevator equipment and elevator cab shall be demolished in order to provide for a more efficient and compliant layout and work flow of the space. The existing dedicated AHU (located in catwalk area of BE92B) and associated exhaust (located on roof of Pharmacy at the 2nd floor level) which supports the Morgue/Autopsy space shall be completely replaced with VA compliant systems. The existing elevator cab and elevator equipment is operational, but is antiquated and shall be removed and replaced. The renovated space shall have all new walls, new finishes, new casework, new signage and new plumbing, mechanical, electrical and elevator systems. The new space to include, but not limited to a new patient lift (H-Track type), autopsy table, associated autopsy equipment, body coolers, specimen storage, dressing area and restroom along with designated clean and dirty areas. This contract will provide for complete design (construction documents) and construction period services (CPS). The delivery date for this contract shall be 260 days from Notice to Proceed. Performance time to include VA review of each submission as identified. The term responsibility, used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional project. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning project. The terms Design Team , Design Offeror , or A/E refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. The term Design Team or engineer refers to registered/licensed Architects and Engineering professionals. The terms the work and project refers to the all site investigation, site survey, calculations, testing and design for documents to design and construct the subject project. The term VA and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. The VAMC Coordinator or VA Project Manager for this project is Stacy Walden at 318-990-5277, stacy.walden@va.gov The COR (Contracting Officer s Representative) for this project is Stacy Walden at 318-990-5277, stacy.walden@va.gov The Contracting Officer for this project is TBD. 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. A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. This project will utilize AutoCAD, version 2017. 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. During the design phase, the A/E will coordinate with VAMC Staff to perform a site survey to facilitate the design. The AE will field verify, confirm dimensioning and document the existing conditions. For this project a topographic survey is NOT required. A geotechnical survey of the area is NOT required. During the design phase, the A/E will coordinate with OBVAMC 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 HVAC air and hydronic pre-testing and evaluation) required to adequately test and determine the capacity of the existing utility system. During the design phase, the A/E will coordinate with VAMC Staff to obtain asbestos abatement survey information to facilitate the design. The AE shall also survey the areas of conflict in question and either confirms the presence, or clearance, of asbestos and incorporate into the design documents accordingly. 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 50% 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. In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities dated January 2015 as applicable. NOT required for this design effort. The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. 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 (TIL) website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-5 Chapter 240 - Pathology & laboratory Medicine Service HVAC Design Manual for New, Replacement, Addition and Renovation of Existing VA Facilities Section 11 78 00 Mortuary Equipment Section 11 78 13 Mortuary Refrigerators 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 PG-18-14 Room Finishes, Door, and Hardware Schedules PG-18-15 Minimum Requirements for A/E Submissions Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE 1: Utilize the latest version of guidance at time of design award. NOTE 2: The design effort shall not be limited to the documents referenced. The AE shall utilize and design to all applicable standards on the VA TIL. A 2.0 Design Deliverables OBVAMC Design Submissions Statement of Task: Submit Floor Plan/Schematic Design 35% Design Development (DD) 65% Design Development (DD) 95% Design Development (DD) 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum of 16 calendar days to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the 16 calendar day timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond 16 calendar days. 25% Schematic Design: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting any and all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall collaborate with VA staff/end user to develop conceptual and viable design options to meet the intended scope of work. The A/E shall develop schematic drawings and design options for review. This schematic design phase is an iterative process and requires close coordination back and forth with the VA COR/Project manager. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital and COR. Dimensions, areas, spaces, etc. will need to be indicated clearly on the drawings. With respect to space, the AE needs to identify the size of the existing space, the space VA standard and proposed space for review and consideration. The AE shall work with the VA staff/COR until an acceptable plan is developed and approved in writing by the VA/COR. The AE final deliverables for this phase are (hard and electronic copies): OBVAMC Approved Plan Preliminary Cost Estimate (RS Means, Cost Works) List of probable Specification Sections for this project Asbestos Survey 35% Design Development: These drawings shall be at the largest scale possible and shall show the architectural layout of each floor, approximate room dimensioning/square footage, room identification, fire exists, chases, columns and other pertinent information necessary to provide information that will carry the design to the next review. Drawings & Specifications: Provide one 22 x34 size D set, three 17 x22 size C sets and one unbound 11 x17 size B set of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the AE proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead, Profit, Bond and Labor Burden (typically 32%). Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on a CD. Design Analysis: Provide a design analysis for each discipline indicating the design rational, thought process and design calculations (including actual field test and test date). Provide a summary of deductive bid alternates. Provide an initial review by the Fire Protection Engineer and their comments on the 25% design documents. Provide a draft preliminary detailed submittal register. Provide a list, by discipline, on what outstanding data or feedback is required from the VAMC. Provide one hard copy of the Design Analysis and one electronic copy on a CD. NOTE: The AE shall not proceed with the 65% design without written concurrence from the VA COR. 65% Design Development: This submission of drawings, specifications and cost estimate shall be very close to complete. This review by the VA shall be to validate that 35% comments were incorporated into the project. The construction documents should be sufficiently developed to cover all work items to be addressed by the project. No major items missing from this submission. The VAMC review of these documents should result in very minor comments to allow for the next 95% submission. AE shall provide a list of questions by discipline on anything that s needed from the VA to continue and fully develop the next 95% design submission. Additionally, the AE shall provide minutes from the last design review meeting and shall provide responses to all VA comments noted or identified during the last review submission. Drawings & Specifications: Submit in the same manner as the 35% DD submittal. Cost Estimate & Design Analysis: Submit in the same manner as the 35% DD submittal. FPE Certification: Provide review by the Fire Protection Engineer and indicate their comments. 95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 65% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the AE shall proceed to the 100% Final Construction Documents. Drawings & Specifications: Submit in the same manner as the 65% DD submittal. Cost Estimate: Submit in the same manner as the 65% DD submittal. FPE Certification: Provide review by the Fire Protection Engineer and indicate their comments. 100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding. The method of contractor selection has not been determined at this time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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