Similar Projects
Weapons Generation Facility B Early Start Site
New Construction
Design
$25,000,000 to $100,000,000 est. value
Barksdale AFB, LA 71110

Fort Polk UEPH (Barracks)
New Construction
Design
$25,000,000 to $100,000,000 est. value
Fort Polk, LA

St. Helena Parish Hospital Laundry & Storage
Addition, Infrastructure - 3,200 SF
Bidding
$893,550 CJ est. value
Greensburg, LA 70441

Building 801 Replacement National Guard Readiness Center
Renovation
Post-Bid
$12,900,000 to $13,250,000 est. value
Pineville, LA

Camp Beauregard Building 631 Repairs
Renovation
Post-Bid
Pineville, LA

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

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

Longleaf Hospital Expansion
New Construction
Pending Verification
Alexandria, LA 71303

Linear Accelerator Project Construction
Renovation
Post-Bid
Slidell, LA 70458

Medical Plaza 1 Suites A & B
New Construction
Results
Zachary, LA 70791

Camp Beauregard Unaccompanied Officer Quarters
New Construction
Post-Bid
Pineville, LA

FY21 SRM 81st RD Reset, New Orleans, LA (LA019)
Renovation
Results
$1,000,000 to $5,000,000 est. value
New Orleans, LA

Transient Training Barracks
New Construction
Post-Bid
$1,750,000 est. value
Pineville, LA 71360

Last Updated 09/30/2022 04:32 AM
Project Title

AE Fire Repairs to CEP Roof (VA-22-00026564)

Physical Address View project details and contacts
City, State (County) New Orleans, LA 70119   (Orleans County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Schematic Drawings, Request for Qualifications, Construction start expected February 2023
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 26, 2022 Contract Award Number: 36C25622C0094 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: LFT9KZPBFLT9 Contractor Awarded Name: LACHIN ARCHITECTS, A PROFESSIONAL CORPORATION Contractor Awarded Address: NEW ORLEANS, LA 70124 Base and All Options Value (Total Contract Value): $254255.00000000 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 750-mile radius of the VA s Southeast Louisiana VA Health Care System (New Orleans VAMC), 2400 Canal Street, New Orleans, LA 70119, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 750-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. c. 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 $1,000,000 and $2,000,000. 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 1 2 are the most important (and are equal) and Evaluation Factors 3 7 are in descending order of importance. (1) 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. Include Current Certification of Qualified and Experienced Forensic Building Engineer/Auditor. (2) 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). Include detailed Specialized Experience and Technical Skills of Forensic Building Engineer/Auditor. (3) 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. (4) 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. (5) 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. (6) 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. (7) 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 Bill Geary at the following email address: bill.geary@va.gov (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0042. 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 4:00pm local (CST) on Monday, February 28, 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 Southeast Louisiana Veterans Health Care System 2400 Canal Street, New Orleans, LA 70119 Emergency Design of Generator Exhaust-to-Roof Shroud Statement of Work Firm Fixed Price Contract November 19, 2021 GENERAL GUIDANCE Title of Project: Investigate and design a permanent weatherproof and fireproof shroud for the generator/boiler exhaust stacks complete with any updates to the stack insulation required on the roof of the Central Energy Plant, 2400 Canal Street, New Orleans, LA 70119 Background: During Hurricane Ida, August 29, 2021, the New Orleans VA lost both main electrical feeds from the city and the generators were used to power the campus. All seven (7) generators were in use at the same time, and the heat produced at the roof stacks ignited the wood framing of the stack-to-roof shroud, causing a fire. The fire department extinguished the fire but created further damage to the shroud in the process. There is currently a temporary fireproof stack-to-roof shroud in place to protect from the weather. Scope of Work: The Contractor (A/E, Architect Engineer) shall provide all labor, supervision and resources required to achieve the following: Conduct a complete structural and FboNotice cause investigation and develop design, construction documents and provide construction period services for the following: Forensic investigation by Certified Forensic Building Engineer/Auditor into the FboNotice cause of the roof fire, cause of the heated adjoining walls/surround and proffer a remedial solution to avoid future occurrence. Roof repairs and structure if required and new roof-to-stack shroud to sustain operation of all seven generators running continuously during an extended outage, and without adversely impacting the building, walls/adjoining surfaces due to heat transmission. The Contractor (A/E, Architect Engineer) shall deliver the requirements as specified in this statement of work. The Contractor (A/E, Architect Engineer) for this design shall provide all necessary investigation, Forensic Audit Report, verification of as-built conditions, development of specifications, development of cost estimates, development of construction documents, and contract administration for the execution of the project referenced above. The A/E shall review all product submittals for construction plan compliance, offer recommendations to the VA concerning all submittals, conduct site visits, review requests for information (RFI), maintain and produce accurate post construction documents for submission to the VA. This design shall include all site development services and construction services necessary to complete the improvement tasks described herein. Work shall occur for the following location: Southeast Louisiana Veterans Health Care System, 2400 Canal Street, New Orleans, LA 70119 Performance Period: The Contractor (A/E, Architect Engineer) shall complete all designs and documents required under this SOW in 100 calendar days of issuance of the Notice-To-Proceed. Work at the Government site is permissible on Federal holidays or weekends, but subject to approval by Contracting Officer s Representative (COR) and/or the Contracting Officer (CO). Recognized Federal Holidays: New Year s Day, January 1* Martin Luther King Jr. Day, Third Monday in January Washington s Birthday (President s Day), Third Monday in February Memorial Day, Fourth Monday in May Juneteenth Day, June 18* Independence Day, July 4* Labor Day, First Monday in September Columbus Day, October 12* Veterans Day, November 11* Thanksgiving, Fourth Thursday in November Christmas, December 25* *Note: Federal Holidays that fall on a Saturday will be observed the Friday prior. Holidays that fall on a Sunday will be observed the Monday following. Construction period services, such as site visits for specific tasks that cannot be completed during regular work hours (8:00 am 4:30 pm), may be required as part of this contract. The Contractor (A/E, Architect Engineer) shall also complete preconstruction, construction, and post construction period services upon the completion of the design. The current estimated construction time frame is 120 calendar days but is subject to change based on final design. This does not include the solicitation period required for bidding the construction of this project. Type of Contract: This contract shall be a firm-fixed price. Cost Range: The anticipated total cost range (Estimated Cost of Construction not Design) for this project is between $1,000,000.00 and $2,000,000.00. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

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