Electrical Engineering Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Closing Date4 Mar 2025
Tender AmountRefer Documents
Details: Modification To A Previous Notice modification To A Previous Notice page 3 Of 11
modification To A Previous Notice
*= Required Field
modification To A Previous Notice page 1 Of 11 subject*
ae-nrm-463-25-101 Generator Physical Security Upgrades general Information
contracting Office S Zip Code*
98661
solicitation Number*
36c26025r0045
base Notice Type
p
response Date/time/zone
03-04-2025 1500 Pacific Time, Los Angeles, Usa
archive
30 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
c1da
naics Code*
541330
contracting Office Address
nco 20 Network Contracting Office attn: V4cont 1601 E. Fourth Plain Blvd bldg.17, Suite B428
vancouver Wa 98661 point Of Contact* contract Specialist melita Bernardo
melita.bernardo@va.gov
253-888-4902 place Of Performance
address
avahs Outpatient Clinic 1201 N Muldoon Rd. anchorage Ak
postal Code
99504
country additional Information
agency S Url url Description agency Contact S Email Address email Description description page 11 Of 11
page 11 Of 11
amendment 3 Revised Notice Extending Response Date.
this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. 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. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project # 463-25-101 Generator Physical Security Upgrades At The Alaska Va Healthcare System Outpatient Clinic Located At 1201 N Muldoon Rd, Anchorage, Ak 99504-6104. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract Approximately Early March 30, 2025. the Anticipated Period Of Performance For Completion Of Design Is 164 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $695,000.00 And $1,000,000.00. Please Note That The 164 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Melita Bernardo At Nco20aesf330@va.gov And Melita.bernardo@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf the Sf 330 Submission Is Due By March 4, 2025, 3:00pm (pst). the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26025r0045 Project 463-25-101, General Physical Security Upgrades.
the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Melita.bernardo@va.gov With The Subject Line Sf 330 Questions - 36c26025r0045 Project 463-25-101 Generator Physical Security Upgrades. The Cutoff For Question Submission Is January 22, 2025, 3:00pm Pst. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure.
a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others:
architect (leed Certified) cadd Technician civil Engineer cost Estimator electrical Engineer environmental Engineer fire Protection Engineer geotechnical Engineer industrial Hygienist life Safety Engineer mechanical Engineer physical Security Specialists plumbing Engineer project Manager quality Assurance structural Engineer offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H):
the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Demolishing And Regrading Corridor. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In These Areas: relocate The Exterior Bulk Storage Fuel Tank, And All Associated Piping And Appurtenances That Serves The Backup Generator, To A Location That Provides A Minimum Of 25 Ft Standoff Distance From The Service Drive. provide A Blast Resistant Screen Wall Or Barrier, To Protect The Relocated Bulk Storage Fuel Tank, Per The Va Physical Security & Resiliency Design Manual (2024, Pg 8-15). reconfigure The Backup Generator S Exterior Radiator So That It Does Not Collect Snow When It Is Not Running. Submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor. project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order. period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. two (2) Of The Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach. the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient.
narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Anchorage, Ak. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Alaska Va Healthcare System At 1201 N Muldoon Rd, Anchorage, Ak. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. see Attached Document: 463-25-101 Sow 10-8-2024.
see Attached Document: Ppq Nco 20 - Generator Security - Project No 463-25-101.
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents
Details: This Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Is A Sources Sought Market Survey. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not Seeking Proposals At This Time And Will Not Accept Unsolicited Proposals. There Is No Rfp Available At This Time. Any Information Submitted By Respondents To This Rfi Is Strictly Voluntary. Responders Are Advised That The United States Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party's Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Rfp Is Released, It Will Be Synopsized On The Beta.sam.gov Website. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. psc Code: R425 – Support- Professional: Engineering/technical naics Code: 519290 – Web Search Portals And All Other Information Services nawcad Lakehurstis Requesting Information From Industry, Cognizant Of Dfars 205.205-71, In Order To Identify Qualified Business Vendors Able To Supply A Web Based, Single-source Access To Critical Engineering Standards And Technical References, Both Military And Commercial. The System Must Provide Access 24 Hours A Day, 7 Days A Week, Which Will Allow Unlimited Users Researching While The Subscribed Content Is Managed By Licenses Highlighted Below. Single-access For Concurrent Licenses Is As Follows: Military Standards And Specifications, 5 Concurrent Licenses; Department Of Defense Directives & Naval Instructions, 2 Concurrent Licenses; Industry Adopted Standards, 2 Concurrent Licenses; Institute Of Electrical And Electronic Engineers, 999 Concurrent Licenses; American Welding Society (aws), 5 Concurrent Licenses; Sae International, 110 Concurrent Licenses; American Society For Testing And Materials, 999 Concurrent Licenses; Aerospace Industries Association/national Aerospace Standards (aia/nas), 5 Concurrent Licenses; Sae International Tech America, 15 Concurrent Licenses; Compressed Gas Association, 1 Concurrent License; American Society Of Mechanical Engineers (asme) Boiler And Pressure Vessel Code (bpvc) And Standards, 4 Concurrent Licenses; Asme Bpvc Advantage, 4 Concurrent Licenses; And Parts Intelligence With Fasteners And Authorized Distributors, 1 Concurrent License. The Period Of Performance Will Be One Base Year, With Two Additional Option Years. responses please Answer The Following Questions/provide The Following Feedback In Your Response To This Rfi: 1. Technical And Experience Information On Their Ability To Provide A Product That Meets The Above Along With A Proof Of Distributorship. 2. Rough Order Of Magnitude Pricing Information. 3. Please Identify Your Company's Small Business Size Standard Based On The Primary Naics Code Of 519290. The Small Business Size Standard For This Naics Code Is 1000 (in Number Of Employees). For More Information Refer To Http://www.sba.gov/content/table-smallbusiness- Size-standards. please Identify, If Your Business Is Categorized As A Small Business By The Sba, Or Any Of The Following Subcategories: small Business (sb) Concern, 8(a), Small Disadvantaged Business (sdb), Woman-owned Small Business, Historically Underutilized Business Zone (hubzone), Veteran-owned Small Business, Or A Service-disabled Veteran-owned Small Business. 4. Under The Current Sb Recertification Regulations, Do You Anticipate Your Company Remaining A Small Business, Under The Primary Naics Code? If You Are A Sb Please Answer Questions 2a & B. (a) What Percentage Of This Requirement Do You Plan To Perform In House (not Sub-contract Out)? Also Indicate (with Supporting Rationale) If/how Your Company Would Be Compliant Given The Restrictions Identified In The Defense Authorization Bill 2013, Which States That At Least 50 Percent Of The Total Contract Cost Will Be Performed By The Small Business Prime Contractor Or Small Business Similar Situated Entities. (b) If You Are A Small Business, Does Your Company Have Adequate Resources, Financial Or Otherwise, To Perform The Requirement? 5. Please Provide Any Other Pertinent Information. in Addition, All Vendors Must Be Registered In Systems For Award Management (sam Database. The Internet Website Is Https://www.sam.gov/portal/public/sam/. It Is Mandatory To Register With The Sam As Your Duns Number (data Universal Numbering System) And Your Cage Code (commercial And Government Entity) Code Will Be Required To Conduct Business With The Department Of Defense. In Addition, All Invoices Will Be Electronically Submitted In The Wide Area Work Flow (wawf); Information Will Be Available In Subsequent Order. Please Include Cage Code, Duns Number, And Payment Terms In Your Response. Responses Should Reference N68335-25-rfi-0391. interested Parties Shall Respond To Questions 1-5 By 11:00am Edt On 31 March 2025. All Information Submitted Should Support The Offeror's Capability To Provide The Items Required, And Shall Be Furnished At No Cost Or Obligation To The Government. Responses Must Be In Writing And Must Provide Clear And Concise Documentation Indicating An Offeror's Bona Fide Capability To Provide These Items And Sent To Timothy.j.caracciolo.civ@us.navy.mil. Verbal Responses Are Not Acceptable And Will Not Be Considered.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date22 Apr 2025
Tender AmountRefer Documents
Details: Presolicitation Notice presolicitation Notice page 3 Of 14
presolicitation Notice
*=required Field
presolicitation Notice page 1 Of 14
synopsis:
project Title: pre-solicitation Notice For 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc Saint Louis Va Medical Center John Cochran Division And Jefferson Barracks Division, Saint Louis, Mo. contract Information a. 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 Based On Demonstrated Competence And Qualifications For The Required Work. b. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Requirement Is Being Procured In Accordance With The Vaar 836.606-73 As Implemented In Far Subpart 36.6. c. 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 Contractors That Meet The Professional Requirements. d. 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 St. Louis Va Medical Center Evaluation Board In Accordance With Far 36.602-5(a) And The Selection Report Shall Serve As The Final Selection List, Which Will Be Provided Directly To The Contracting Officer. 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. e. Award Of Any Resultant Contract Is Contingent Upon The Availability Of Funds. f. 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 Abby.monroe2@va.gov And Matthew.finley@va.gov. Personal Visits To Discuss This Announcement Will Not Be Allowed. g. The Naics Codes For This Procurement Is 541330 Engineering Services And Small Business Size Standard Of $12.5m. Award Of A Firm Fixed Price Contract Is Anticipated. The Anticipated Time For Completion Of Design Is Approximately 60 Days (including An Estimated 34 Vpih Oversight Days During Construction Period Services.) Calendar Days Including Time For Va Reviews. The Estimated Magnitude Of The Resulting Construction Price Range Is Estimated To Be Between $250,000 And $500,000. h. 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 852.219-10. Only Businesses Verified And Listed In The Small Business Administration (sba) Registry Https://veterans.certify.sba.gov, Shall Be Considered.
system For Award Management (sam): federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Www.sam.gov 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 Prior To Submitting Their Qualifications Package. j. 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 And1128a Of The Social Security Act Regarding Federal Health Care Programs, The Contractor Is Required To Check The Excluded Parties List System (epls) Located At Www.sam.gov 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. k. 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) l. A/e Firms Are Required To Respond If Interested By Submitting One (1) Completed Standard Form 330 Qualification Package Parts I And Ii To Include All Consultants (form Available On-line At: Https://www.gsa.gov/system/files/sf330-21.pdf). 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 Shall Be Made Electronically. m. Completed Package Shall Be Delivered Electronically On Or Before 4/22/2025 At 3:00pm Central Standard Time To The Nco 15 Contracting Office, Attn: Matthew Finley, Contracting Officer @ Matthew.finley@va.gov And Abby Monroe, Contract Specialist @ Abby.monroe2@va.gov. project Information 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 Ae/industrial Hygiene Firm On A Project That Will Produce A Finished Design Package For A Hazardous Material Abatement Project. This Package Will Be Used To Procure A Separate Construction Contract To Perform The Actual Abatement At John Cochran (jc) And Jefferson Barracks Divisions, St. Louis, Mo. for This Project, Vpih Firm Will Provide Basic Professional Services As Delineated In The Scope Of Work For Vpih. Final Abatement Design Documents Are Required No Later Than (nlt) 60 Calendar Days After The Award/notice To Proceed Letter.
supplement B scope Of Work: a/e Services Are Required For Schematics, Design Development, Construction Documents, Construction Cost Estimate And Construction Period Services For Project Number 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc. The Sow Includes Vpih For Additional Sampling, Designing An Abatement Plan, Specifications, Review And Approval Of Abatement Work Plan, And Abatement Oversight During Abatement Including 3rd Party Air Monitoring As May Be Required By Federal, State And Local Guidelines.
this Delivery Order Shall Cover The Following Tasks. a/e Part Two Services Of This Design Project (also Known As Construction Period Services) Includes Responding To Construction Contractor Requests For Information (rfis) During The Solicitation And Construction Phases Of The Construction Project, Attendance At Pre-bid, Post-award And Commissioning Kick Off Construction Project Conferences, Review Of Construction Material Submittals And Shop Drawings, Approximately 5 Site Visits During Construction To Ensure Compliance With The Design Drawings And Specifications, Preparation Of Site Visit Reports, Coordination With Project Commissioning Requirements, Review Of Any Construction Project Modifications For Cost And Technical Acceptability, Attendance In The Final Acceptance Inspection, Preparation Of The Punch List And Preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contractor S As-built Drawings. The A/e Shall Prepare A Submittal Log To Be Utilized By The Va During Construction Period Services, Maintain Rfi Log And Provide Meeting Minutes For Weekly Construction Meetings Throughout The Duration Of Construction. The A/e Shall Hire A Third-party Commissioning Agent To Commission All Installed Equipment. the Above Paragraphs Constitute A Basic Outline Of The Work To Be Accomplished And In No Way Comprises All The Details For Design Of This Project. The A/e Shall Initiate Detailed Inspection Of The Project Site To Determine The Needs And Conditions For The Design Of This Project. the A/e Shall Be Solely Responsible For The Management, Including All Associated Labor, Equipment, Materials, Mailing Costs, And Inspection, To Meet The Requirements Of The Design Project. The A/e Shall Further Provide Meeting Minutes For All Meetings Held Under This Design Project. general Statement a/e Part One Services (also Known As Design Phase) For This Design Project Includes Site Visit, Field Investigation, Conduct Of Studies And User Interviews To Update Drawings, Specifications And Cost Estimates For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. This Project Will Conduct Hazardous Material Abatement, Stl-jb&jc 2. Design Development: a. The Vpih Shall Make Investigations Necessary To Thoroughly Evaluate The Area. This May Include, But Not Limited To, Hazardous Materials Testing, Identifying Any And All Asbestos And Lead Containing Materials Within The Project Area. b. Upon Completion Of Initial Field Survey And Assessment, Provide A Comprehensive Report Of Existing Conditions And Findings To Vastlhcs Facility Engineering Service. Hazardous Material Surveys And Design Shall Be In Compliance With National Emissions Standard For Hazardous Air Pollutants (neshap) Requirements For Renovation And Demolition Projects. c. The Va Team Will Evaluate And Identify Any Additional Project Scope Based On The Survey Findings. d. This Project Will Be Phased Such That It Impacts Hospital Function As Little As Possible.
3. Abatement Document:
a. After The Va Approves The Vpih Proposed Scope Of Work, The Vpih Shall Prepare Abatement Documents Necessary To Accomplish The Approved Design Development Including Drawings And Specifications. 4. Review Of Abatement Work Plan: a. The Vpih Shall Review The Contractor S Proposed Abatement Work Plan And Provide Approval Before Proceeding To Construction. 5. Abatement Oversight Service: a. The Vpih Shall Perform Oversight Services As Detailed Later In This Scope Of Work.
6. Functional Product:
a. It Is Important To Emphasize That The Vpih Shall Perform Design Development And Detailed Design Work And Prepare Detailed Abatement Documents. b. Vpih Survey: The Vpih Firm Will Complete A Survey, To Include Testing, Identifying Any And All Asbestos And Lead Containing Materials Within The Project Area. This Project Will Remove All Lead And Asbestos In Areas Being Renovated. c. Reference Va Asbestos Abatement Design Manual (pg 18-10) July 2011:
i. 1.8 Design Requirements: The Following Elements Are Required For All Asbestos Abatement Project Designs For Va Facilities:
i. 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. ii. 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. iii. 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. iv. The Vpih 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. v. The Vpih Shall Modify The Existing Master Specifications, When Feasible, To Address Any Abatement That Is Not Specifically Identified By The Va Master Specifications.
ii. 1.9.2 Drawings The Following Criteria Must Be Used When Creating Drawings To Be Used In Support Of The Asbestos Abatement Project. i. Refer To Va Design And Construction Procedures For General Drawing Requirements. ii. Consolidate Notes And Place Them On The Right-hand Side Of The Sheet. iii. Show Scale, Compass Point, Orientation, Key Plan, Title, Column Grids And Numbers, Match-lines, Room Numbers And Titles Corresponding To The Architectural Drawings. iv. Clearly Identify All Locations Of Materials To Be Removed During The Asbestos Abatement Project. v. Clearly Identify Any Life-critical Systems That Exist In Abatement Areas To Ensure That These Systems Are Isolated And Not Disturbed During The Project. iv. 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. v. 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. d. All Spaces Within The Scope Of Work Must Be Designed According To Applicable Codes And Standards. e. The Vpih Shall Submit A Design Narrative (15%) And Design Plans (100% Contract Docs For Va Review, And Release For Construction Set) Specifications, Submittals Schedule, And Other Documentation In Accordance With The B4 Design Deliverables Section Of This Supplement B. The Construction/abatement Work Will Be Performed Under A Separate Construction/abatement 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.
f. The Vpih Will Also Participate In The Vastlhcs Pre-construction Risk Assessment To Determine The Requirements Hazardous Material Abatement And Limitations On Vibrations, Noise, And Disruptions To Operations And Utilities. The Results Of These Assessments Will Be Included In Documentation Submitted By The Vpih Pursuant To, And Inclusive Of, The Construction Documents.
g. Prior To Submittal Of A Response To This Proposal The Vpih 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 Vpih With A Copy Of The Portions Of The Latest Facilities Condition Assessment (fca) Applicable To This Project.
h. Overall Site Plans Will Be Provided As A Reference Drawing With Room Numbers Showing The Areas Within The Project Boundary.
i. The C&a Requirements Do Not Apply, And That A Security Accreditation Package Is Not Required.
1. Vpih Responsibilities:
a. Determine If Asbestos, Lead Or Mold Is Present. If Found, Design A Method For Abating/remediating All Asbestos Containing Materials, Lead Containing Materials And Mold Contaminated Items Impacting This Project.
b. Determine Location Of Asbestos, Lead And/or Mold Contamination, And Any Water And Moisture Damage. Work With The I.h. To Uncover And Assess Hidden Areas. To The Extent Possible, All Materials Known Or Suspected To Be Disturbed Or Otherwise Impacted During This Project Must Be Sampled Prior To Demolition And Included In The Abatement Design. If Materials Are Unable To Be Sampled During The Design Phase Of The Project, They Must Be Sampled During Selective Demolition Processes During The Construction Phase Or Otherwise Treated As Acm. c. For Mold Contamination, Determine The Contributing Factors To The Mold Development. d. For Asbestos And Lead Contamination, Determine The Extent Of Abatement Required To Eliminate All Impacts To This Project.
e. Develop The Abatement Design For Areas & Materials Covered Under The Project In Accordance With Epa And Vha Guidelines. f. Review The I.h. Report.
g. Produce A Written Report And Drawings Compiling All Necessary Information.
ii. Va Professional Industrial Hygienist (vpih): the Vpih Will Retain A Specialist In Vpih Services To Provide Sufficient Oversight Of The Abatement Process. The Following Vpih Services Will Comply With Federal, State And Local Laws And Regulations:
1. Review Of Contractor Provided Asbestos Abatement Plan: The Vpih Is Responsible For Reviewing And Approving The Contractor's Professional Industrial Hygienist (cpih) Work Plans. Provide Comments And Recommendations To Ensure Va Personnel And/or Patients Are Not Exposed To Asbestos Fibers.
2. Provide Air And Materials Sampling: Provide Air And Materials Sampling Of The Construction Site To Verify That No Asbestos Fibers Were Released During The Asbestos Abatement Activities. Provide Materials Sampling Within The Construction Site When Suspect Materials Are Uncovered And It Is Unconfirmed If The Material Contains Asbestos Or Lead. Field Work And Sampling Activities Shall Be Performed By Trained Personnel Under The Direction Of A Licensed Industrial Hygienist Or Board Certified Microbial Consultant.
3. Provide Abatement Oversight: Provide Oversight Of The Abatement Contractor To Ensure Compliance With Abatement Laws And Regulations.
4. Provide Final Clearance: Ensure The Contractor Has Completed The Abatement Work Required And Provide Final Clearance That The Abatement Work Is Complete And There Are No Impacts To The Medical Center.
5. Provide Final Report: Provide A Final Report Showing Daily Logs, Sampling Results And Collected Documents.
all Work Shall Be In Compliance With Applicable Laws, Regulations And Procedures Published Or Issued By Federal, State And Local Regulatory Agencies For The Abatement And Control Of Hazardous Materials. design Timeframe: Vpih Shall Deliver Final Abatement Design Documents No Later Than (nlt) 60 Calendar Days After The Award/notice To Proceed Letter.
the Follow On Separate Construction Project Will Conduct Abatement Of Hazardous Material (asbestos, Lead) At Vastlhcs John Cochran Division And Jefferson Barracks Division. Limited Abatement Will Occur Based On Findings Of The Most Recent Survey (friable Materials Found, Flaking Lead-based Paint, Etc.) And Investigations Of The Vpih. Areas To Be Abated Are Identified And Coordinated With In-house Construction Crew Work Or Maintenance & Operations Needed Repairs. Abatement Could Occur At Any Of The John Cochran Or Jefferson Barracks Divisions Buildings Depending On Priority Of Upcoming Ihcc & M&o Work. Provide A Proposal To Include All Labor, Materials, Equipment And Cpih Services To Perform The Following Work Items. The Estimate Of Construction Cost Is Between $250,000 And $500,000 (far 36.204).
3. Evaluation Factors: selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-5 And Va Acquisition Regulation (vaar) Part 836.602-1.â Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf330 Packages Using Additional Pages As Necessary.â Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages. Each Page Cannot Exceed 81/2 X 11 In Size. qualifications (sf330) Submitted By Each Firm For Project Number: 657-25-105 Conduct Hazardous Material Abatement, Stl-jb&jc Va Medical Center S Saint Louis John Cochran Division And Jefferson Barracks Division Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below In Descending Order Of Importance: 1. Professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. A/e Firms Shall Have Licensed Professional Architects And Engineers Currently Registered In The State Of Missouri Or In A State Of Which Missouri Has Recognized The Engineering License. The Specific Disciplines Which Will Be Evaluated Are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, Cad Operators, Project Managers, Leed Consultant, Fire Protection Engineer, And Interior Designer. 2. Specialized Experience And Technical Competence: Provide Detailed Project Information On Any Projects (that Are Complete - Design And Construction) The Proposed Team Has Worked Together On In The Last Five (5) Years. Special Emphasis Will Be Given To Any Medical Facility Related Projects That Are Similar In Scope. If The Entire Team Has Not Worked Together Previously, Provide Detailed Project Information That Each Of The Team Members Have Worked On In The Last Three (3) Years With Special Emphasis On Medical Facility Projects. The Project Information Should Include Project Titles, A Short Scope Of Work, Date Of Design Completion, Date Of Construction Completion, Firms Involved, Etc. Provide The Project Title, Scope Of Work, Date Of Design Start For This Team, Percentage Of Design When Accepted By Team And Completion Of Design. 3. Capacity To Accomplish The Work. The General Workload And Staffing Capacity Of The Design Offices Which Will Be Responsible For The Majority Of The Design And The Ability To Accomplish The Work In The Required Time Will Be Evaluated. 4. Past Performance: Nco 15 Will Evaluate Past Performance On Recent And Similar Contracts With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Construction Cost Estimating, Cost Control, Quality Of Work, Compliance With Performance Schedules And A Record Of Significant Claims Against The Firm Due To Improper Or Incomplete Engineering Services (references Required). Project Past Performances That Are Older Than 3 Years Will Receive A Lesser Score Than Those References For Projects Accomplished Within The Past 3 Years. 5. Estimating Effectiveness.â Provide Information On The Five (5) Most Recently Awarded Construction Projects That Were Designed By This A/e Team.â Provide The Project Title, Brief Scope Of Work, A/e Team S Construction Estimate Total And Actual Construction Award Price.â If The Difference Is Greater Than 10% Explain Why The A/e Believes The Difference Was Greater Than 10%.â If The Team Does Not Have Any Recent Projects, Provide The Same Information On Projects That The Prime A/e For This Team Was The Prime A/e For The Past Projects.â Provide The Names, Titles And Experience Of The Persons That Will Perform The Design For Each Discipline; And Then Has Oversight Of The Entire Estimate. 6. Claims And Terminations: Provide Documentation Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services. Provide A Detailed Narrative Of Relevant Projects Within The Last 5 Years That Have Claims Against The Organization Or Have Been Terminated By The Owner. Include The Circumstances, Cost, And Schedule Impacts To Involved Parties, And Outcomes Of The Claims And/or Terminations, These Will Be Reviewed
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date8 May 2025
Tender AmountRefer Documents
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. 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. 1. General Information Veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm-fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, Reports And Construction Period Services For Project # 549-220 Correct Bonham Clc For Patient Privacy Phase 1 Minor Design Project Located At The Sam Rayburn Memorial Veterans Center Located At 1201 East 9th St. Bonham, Texas 75418. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, Commissioning, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information This Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541310 Architectural Services And The Annual Small Business Size Standard Is $12.5m. A Full Design Team Is Required To Complete This Project. The Award Is Projected To Be Made In August 2025. The Anticipated Period Of Performance For Completion Of Design Is 278 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction For This Project Is $10,000,000 And $20,000,000. Please Note That The 278-calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. 3. A-e Selection Process Firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: The Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. Sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. Discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And Secondary Selection Criteria (if Necessary). The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: Firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Primary Selection Criteria (listed In Descending Order Of Importance): Specialized Experience And Technical Competence (sections F And H): There Are Two Parts To This Factor Submitting Projects In Section F That Demonstrate Required Experience And Providing Section H Narratives As Stated Below. Both Parts Must Be In The Sf 330 Submission. Part I: The Projects Should Demonstrate Specialized Experience And Technical Competence In Design And Construction Period Services Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Projects Experience Should Include, Data Cable, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, And Hvac. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols. Computer-aided Design And Drafting/building Information Modeling, Equipment Resources, And Laboratory Requirements Will Be Evaluated. Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials Will Be Evaluated Where Appropriate. Submissions In Section F Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is De- Fined As Those Task Requirements Identified In The Attached Statement Of Work And This Notice. Recent Is Defined As Ae Services Provided On Projects That Have Ended (construction Is Complete, Or Construction Was N/a) Within The Past Five (5) Years. At Least One Project Must Have Been Completed By The Sdvosb Proposing As Prime For This Project; All Projects Cannot Be From Stand-alone Subcontractors. Each Project Shall Include The Following: Project Title And Location (city And State) Awarded Contract Number Associated With The Project. Years Completed Professional Services Start And End Dates. Construction Start And End Dates Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Detailed Narrative Describing: The Scope Of Services Provided Including The Type Of Work Performed By The Offeror. Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor. The Firm Completing The Project As Prime Must Match The Past Performance Firm Name. If A Partner To A Jv Completed The Project, Do Not Put The Jv Firm Name Down As Completing The Work. Dates For Completion Of A, B, And C Services. State If Construction Period Services Was Done On The Project. Services & Deliverables Provided Under The Contract/task Order. Awarded Ae Fee Contract Value, Including Options. Ae Cost Estimate Vs. Actual Construction Cost The Narrative Shall Describe Actions Taken That Demonstrate The Required Experience. Merely Making A List Of Relevant Areas From The Va Requirements List On The Side Of The Section F Project Is Not Demonstrating In Narrative Form Actions Taken On A Project. Note: Awards To Overseas Offices For Projects Outside The United States, Its Territories And Possessions, And Awards To A Subsidiary If The Subsidiary Is Not Normally Subject To Management Decisions, Bookkeeping, And Policies Of A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company, Will Not Be Considered Under This Factor. Part Ii: The Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach, Including Flow Of Communication And Roles/responsibilities. This Is Not The Organization Chart In D. The Coordination Of Disciplines And Subcontractors, Including Flow Of Communication And Hiring Practices Design Quality Management/control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. Professional Qualifications (sections C-e, G, H): Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. A Resume For Each Of These Key Positions Must Be Provided Via Section E In The Sf330. At Least One Resume Must Be Submitted For Each Of The Positions Below With The Role In This Contract Box Filled With A Title Matching This List. The Resume Shall State The Role The Specific Individual Filled On Each Project Listed, And Not A Generic Overview Of The Project. Each Project Must Also State If The Individual Worked On The Design Or Construction Period Services, Or Both. Key Positions And Disciplines Required For This Project Include: Architect (leed Certification/us Green Build Council Certification Cadd Technician Registered Communications Distribution Designer (rcdd) Cost Estimator Civil Engineer Electrical Engineer Environmental Engineer, Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Manager Structural Engineer Physical Security Specialists Commissioning Agent Interior Design Information Technology Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. Include Documentation That Demonstrates Your Firm Has Discussed This Opportunity With Each Subcontractor And Agreed To A Part Ii Being Submitted As A Proposed Subcontractor. The Information Provided In Sections C-e, G, And H Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Capacity (section H): The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Per-centages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Pro-vided In The Sf 330. Past Performance (section H): Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (use Attached Ppq If No Cpars Data Is Available) Must Be Provided For All Projects Submitted Under Section F Of The Sf 330. The Following Information Must Be Specified On Each Performance Report: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Cpars Data And Ppqs Do Not Count Toward The Page Limitation. Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. The Following Information Is Required For All Projects: Contract/task Order Number, Project Title, Prime Firm, Start Date, And Completion Date. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For In-formation. Their Timely Replies Would Be Appreciated. The Information For This Factor Must Be Provided In Section H Of Sf 330. Knowledge Of Locality (section H): Demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): Any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc State Or Local Construction Codes, Laws, Or Regulations Climate And Seismic Related Conditions Or Features If Prior Experience In Or Specific Knowledge Of The Local Area Is Minimal, Describe How The Team Plans To Obtain Any Specific Knowledge Of Certain Local Conditions Or Project Site Features Required For This Project. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. The Information For This Factor Must Be Provided In Section H Of Sf 330. Experience In Construction Period Services (section H): Experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 1; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each Project In Section H As Well. Refer To The Statement Of Work For Review Timeline Expectations. The Firm Shall Provide A Detailed De-scription Of Projects Worked That Illustrate Experience In These Areas. Projects Must Be Within The Last Ten (10) Years. Project Descriptions Must Include Experience With: Solicitation Support Services, Professional Field Inspections During The Construction Period Coordination With Commissioning Requirements Review Of Construction Submittals Support In Answering Requests For Information During The Construction Period. Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. Drafting Sows And Cost Estimates In Support Of Contract Changes Attendance At Weekly Conference Calls Providing Minutes Of Meetings Between The Ae, Va, And Contractors Pre-final Inspection Site Visits Generation Of Punch-list Reports, And Production Of As-built Documentation. Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Five (5) Years. Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations. In Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations, And What The Process Is To Resolve Issues. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Secondary Selection Criterion*: Geographic Location: Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Project Site Located At Sam Rayburn Memorial Veteran Center 1201 E. 9th Street Bonham, Texas 75418. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). * The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission. 5. Submission Requirements: The Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: Submission Contents Firms Are Required To Submit Two Documents.: One Sf 330, Architect/engineer Qualifications, Part I And Ii, And Any Attachments, As A Pdf On The Sf330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation. Format Of Submissions The Page Limitation Of The Sf330 Pdf Submission Must Not Exceed A Total Of 50 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Every Page Of The Pdf Will Count Toward This Page Limit Except: Copies Of Licensure, If Included Cpars And Ppqs Subcontractor Agreement Documentation, And Part Ii Of The Sf330 Do Not Combine Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. Firms Must Include The Following Information In Section B Of The Sf 330 Submission: 1) Sam Unique Entity Identifier 2) Tax Id Number 3) Cage Code 4) Primary Point Of Contact S Email Address And Phone Number 5) Note: If You Are Submitting As A Joint Venture, The Managing Partner Must Be Certified In Vetcert As An Sdvosb In Order To Be Evaluated. A Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. Each Page Must Be In Arial Size 12 Font, Single Spaced. Submit One (1) Sf330, Statement Of Qualifications And Any Attachments And One (1) Completed Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment Via Email To Both The Contract Specialist Shawn.tavernia@va.gov And To The Contracting Officer Bridget.may@va.gov. The Subject Line Of The Email Must Read: Sf 330 Submission; 36c77625r0040 And Correct Bonham Clc For Patient Privacy Phase 1 Minor Design The Sf 330 And Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. Technical Questions All Questions Must Be Submitted To Bridget.may@va.gov And Shawn.tavernia@va.gov With The Subject Line Sf 330 Question(s) - Correct Bonham Clc For Patient Privacy Phase 1 Minor Design . The Cutoff For Question Submission Is 2:00 Pm Et On April 24, 2025. Questions Will Be Answered Through Modification To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. Submission Due Dates All Responses Are Due Via Email On Or Before May 8, 2025, At 2:00 Pm Eastern Time. Note: Sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. All Emails Must Be Received By The Va Email Server By 2:00 Pm Et. The Time Will Not Be Based On When Firms Hit Send . Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. Other Information All Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. Reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses, And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. All Joint Ventures Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s. List Of Attachments
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Synopsis: Request For Architectural And Engineer Sf330 Submission.
solicitation: 36c2552r00031 Renovate Restrooms And Lactation Spaces
sf330 Request Information For Project 589a7-25-501: this Ae Services Requirement Is Being Procured In Accordance With The Brooks Act (public Law 0582) And Implemented In Accordance With The Federal Acquisition Regulation (far) Subpart 36. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work Per The Evaluation Factors Listed Below. 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 (rfp) And An Award Will Not Be Made With This Announcement. This Announcement Is A Request For Sf330 S From Qualified Contractors Who Meet The Professional Requirements Listed Herein. the Selection Criteria For This Acquisition Will Be In Accordance With Far 36 And Are Listed Below In Descending Order Of Importance. 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 By March 31, 2025. 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 Is Available. Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only To Kevin.mahoney3@va.gov Personal Visits To Discuss This Announcement Will Not Be Allowed. the Naics Code For This Procurement Is 541310 Architect Services With A Small Business Size Standard Of $12.5 Million. Award Of A Firm Fixed Price Contract Is Anticipated. Anticipated Time For Completion Of Design Is Approximately 180 Calendar Days After The Notice To Proceed Has Been Issued Including Time For Va Reviews. The Ae 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 The Offeror Shall Be Accomplished Before Review Of Sf 330. This Acquisition Is 100% Set-aside For Qualified Service Disabled Veteran Owned Small Business. Only Architect-engineer Businesses Inc Compliance With Vaar 852.219-10 Are Eligible. Only A/e Firms Verified And Listed In The Sba Vendor Information Pages Database, (veteran Small Business Certification (sba.gov), Shall Be Considered. Firms Not Verified At The Time Of Receipt Of The Sf 330 In The Sba Veteran Small Business Certification Program Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration. system For Award Management (sam):
federal Acquisition Registrations Require That Federal Contractors Register In The System For Award Management (sam) Database At Https://sam.gov/content/ And Enter All Mandatory Information Into The System. Award Cannot Be Made Until The Contractor Has Registered. Offerors Shall Be Actively Registered In Sam Prior To Submitting Their Qualifications Package. Any Firm Not Actively Registered In Sam By The Date Of Receipt Of The Sf 330 Shall Be Considered Non-responsive And Shall Be Excluded From Further Consideration. 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 And1128a 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) a-e Firms Are Required To Respond If Interested By Submitting One (1) 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 Information Pertaining To A Design Quality Management Plan. Submission Information Incorporated By Reference Shall Not Be Considered. All Submissions Shall Be Made Electronically. Packages Which Are Hand Delivered Or Delivered Via Surface Mail Or Any Other Method Other Than Electronically Shall Not Be Reviewed. completed Package Shall Be Delivered Electronically On Or Before January 31, 2025 At 2:00pm Central Time To: Kevin.mahoney3@va.gov Hard Copies Shall Not Be Accepted. The Email Subject Line Shall Clearly Identify The Sf330 Request Number: 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501:
the Size Of The Pdf Document Must Be Below 10 Mg Or The Va Email Will Error Out And Reject The Application. It Is The Contractor S Responsibility To Ensure That The Application Is Received. Only One Email Will Be Accepted From Each Firm (contractor). evaluation Factors: selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count. sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501: prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein. qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below: evaluation Factors For Sf330 Review Submitted For project 589a7-25-501 Renovate Restrooms And Lactation Spaces Selection Criteria Are In Accordance With Federal Acquisition Regulation (far) Part 36.602-1 And Va Acquisition Regulation (vaar) Part 836.602-1. Prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages Using Additional Pages As Necessary. Sf 330 Submissions Including Any Additional Pages Are Not To Exceed Fifty (50) Pages Exclusive Of Table Of Contents, Title Page, And Divider Pages. Each Side Of A Piece Of Paper Is One Page (i.e., Two Pages To A Single Sheet Of Paper). Blank Pages Are Not Included In The Count. sf330 Submission Packages Which Exceed 50 Pages Will Be Considered Non-responsive And Shall Be Excluded From Further Consideration. The Only Exclusions To The 50-page Limit As Listed In The Request For Sf330 Are: Table Of Contents, Title Page, And Divider Pages. Title Page Shall Not Exceed More Than One (1) Page. Table Of Contents Shall Only Contain The Information Necessary To Define The Contents Of The Document. Divider Pages May Contain A Maximum Of One (1) Line Of Description. Responses Must Reference 36c25525r0031 Renovate Restrooms And Lactation Spaces Sf330 Request Information For Project 589a7-25-501: prospective Firms Are Required To Address All Selection Criteria Within Submitted Sf 330 Packages And The Information Contained Herein. qualifications (sf330) Submitted By Each Firm For 36c25525r0031 And Project 589a7-25-501 Renovate Restrooms And Lactation Spaces Will Be Reviewed And Evaluated Based On The Following Evaluation Criteria Listed Below: evaluation Factors For Sf330 Review Submitted For project 589a7-25-501 Renovate Restrooms And Lactation Spaces professional Qualifications: The Qualifications Of The Individuals Which Will Be Used For These Services Will Be Examined For Experience And Education And Their Record Of Working Together As A Team. Ae Firms Shall Have Professional Architects, Engineers, And Consultants Who Are Licensed In The United States Of America. Current And Valid License Information Must Be Provided. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, And Experience Relevant To A Project Of This Size And Scope) Of Personnel Proposed For Assignment To The Project. key Positions And Disciplines For This Project Which Will Be Evaluated Include, But Are Not Limited To: architect/designer
interior Design electrical Engineer
project Manager
plumbing Engineer
mechanical Engineer
fire Protection Engineer
quality Assurance
industrial Hygienist
cost Estimator a/e Firms Are Required To Develop Their Own Team Based Upon Their Understanding Of The Project Requirements And Not Solely Upon The Previous List. specialized Experience And Technical Competence: A/e Firms Must Have Specific Design Experience And Technical Skill In The Type And Scope Of Work Required For Renovations And New Construction At Existing Medical Facilities, Including, Where Appropriate, Renovating Space For Patient Privacy And Rehabilitation Services, Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Ae Firms With Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects Will Receive A Higher Score Than Those That Do Not Demonstrated Experience Of Higher Numbers Of Team Members Who Are Key Personnel Working Together On Past Projects. submissions Shall Include No More And No Less Than One (1) And No More Than Three (3) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above That Were Completed By The Ae Firm Submitting The 330 S. Relevant Is Defined As Those Task Requirements Identified In The Project Description. Recent Is Defined As Design And Construction Period For Projects That Are Both Design And Construction Complete Within The Past 5 (five) Years. Each Project Shall Include The Following: project Title, Contract Number, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor.
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract/task Order.
period Of Performance, Including Start And Completion Dates.
total Dollar Value Of The Project For Both The Award Cost And Final (completed) Cost.
federal, State, Or Private Enterprise Contract? the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
the Management Approaches.
the Coordination Of Disciplines And Subcontractors
quality Control Procedures, And
familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Federal, State, And Local Standards. capacity: The Prime Contractor Will Be Evaluated To Determine If It Has The General Workload And Staffing Capacity Within Its Design Office Which Will Be Responsible For The Design To Accomplish The Work In The Required Time.â In Accordance With Vaar 852.219-75: Â in The Case Of A Contract For Services (except Construction), The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-73. Â any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Â Prime Contractor Must Include Its Certification Of Compliance With The Limitations On Subcontracting Specified In 852.219-75 With Its 330 Submissions. past Performance: Provide Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Project Cost Control, Quality Of Work, And Compliance With Performance Schedules. Information Presented Must Clearly Demonstrate The Construction Cost Limit, A/e Created Cost Estimate, And Final Awarded Cost Of The Project. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) May Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq.
evaluations Will Consider Ratings On Projects Which Are Design And Construction Complete In The Last Three (3) Years, Information Regarding Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. location Of Design Firm: Per Far 36.602-1 Selection Criteria: Market Research Indicates That At Least 3 Qualified Firms Exist Within A 500-mile Radius Of The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita, Kansas 67218. This Procurement Is Restricted To Service-disabled Veteran Owned Small Business (sdvosb) Firms Located Within A 500-mile Radius Of The Robert J. Dole Veterans Affairs Medical Center (vamc) In Wichita, Kansas. Architectural Prime Contractors Whose Primary (i.e., Headquarters, Primary Corporate Office, Main Office) Physical Business Address Is Within A 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 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 500-mile Radius From The Wichita Va Medical Center Located At 5500 E. Kellogg, Wichita Kansas 67218 And Resides Within The Borders Of The United States Of America Will Receive A Lesser Score On Evaluations. 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. claims And Terminations: Any Record Of Significant Claims Against The Firm Or Terminated Contracts Because Of Improper Or Incomplete Architectural And Engineering Services Will Be Examined.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date1 May 2025
Tender AmountRefer Documents
Details: Amendment 04, Issued 30 April 2025, Is Hereby Issued To Correct A Spelling Error In The Contracting Officer's Email Address. Respondents Are Notified To Submit All Responses Associated With This Rfq Tothe Contract Specialist, Jennifer Paccioretti, At Jennifer.paccioretti@spaceforce.mil And Contracting Officer, Meghann Applebay, At Meghann.applebay@spaceforce.mil No Later Than 01 May 2025 By 3:00pm Pdt.all Other Provisions And Requirements Of The Rfq Remain Unchanged And In Effect. amendment 03, Issued 24 April 2025, Is Hereby Issued To Revise The Government Response To Rfq Q&a Answer #14 Regarding The Use Of Previously Completed Ppq Templates. The Revised Government Response Is As Follows: The Respondent May Submit An Alternative Ppq Template As Part Of The Response To Evaluation Factor 4 - Past Performance So Long As The Submitted Ppq Addresses All The Information Required In Section 1 Of The Provided Ppq Template (attachment 2) And, At A Minimum, Provides An Evaluation Of All Six (6) Performance Factors Plus The Summary Questions In Section 2 Of The Provided Ppq Template. The Adjectival Ratings And Definitions Used To Reflect The Evaluation Of Performance Must Match Those On The Provided Ppq Template. All Other Provisions And Requirements Of The Rfq Remain Unchanged And In Effect. amendment 02,issued On 17 April 2025, Is Hereby Issued Toto Incorporate The Questions Received Pertaining To This Contract Opportunity And The Government Responses (answers); Refer To The Attached Q&a Document "252215cr_rfq Q_a_20250417". Amendment 02 Also Hereby Incorporates The Work Task Associated With This Project; Refer To "atch 3 252215cr_work Task". Amendment 02 Also Hereby Adds Additional Language To The Rfq, Shown Underlined Below. Respondents Are Advised To Review The Rfq Carefully As Some Language Has Been Removed. Amendment 02 Hereby Extends The Rfq Response Deadline From 29 April 2025 By 3:00pm Pdt To 01 May 2025 By 3:00pm Pdt.all Other Provisions And Requirements Of The Rfq Remain Unchanged Andin Effect. amendment 01, Issued 10 April 2025, Is Hereby Issued To Update The Past Performance Questionnaire (ppq) Template, Which Contained The Incorrect Contracting Activity On Page 2. "atch 2 252215cr_ppq Template.docx" Is Hereby Replaced With "atch 2 252215cr_ppq Template Updated.docx". Respondents Are Hereby Notified To Utilize The Updated Ppq Template In Response To This Rfq. Note: Respondents Who Have Already Sent The Original Ppq Template To Evaluators For Completion And Have Received A Response Do Not Need To Resend The Updated Template For Recompletion; Both Versions Of The Ppq Template Will Be Accepted In Response To This Rfq And Evaluated Equally. All Other Provisions And Requirements Of The Rfq Remain Unchanged Andin Effect. project: Xumu 252215cr
concept Charette Report
renovate Building 7050 request For Qualifications (rfq) For Architectural And Engineering Services
vandenberg Space Force Base, California vandenberg Space Force Base (vsfb) Has A Need For Architectural And Engineering (a-e) Services To Produce A Concept Charrette Report (ccr) In Accordance With Department Of The Air Force Instruction (dafi) 32-1020, Planning And Programming Built Infrastructure Projects, And With The 30th Civil Engineer Squadron (30 Ces) For The Renovation Of Building 7050 At Vandenberg Space Force Base (vsfb). The A-e Firm Shall Research The Current Situation And Provide An Engineering Solution In Accordance With The Attached Statement Of Work (sow) And All Applicable Attachments, Codes, Standards, Laws, And Regulations, That Pertain To This Project. the 30th Contracting Squadron (30 Cons) Intends To Issue A Request For Proposal (rfp) To One (1) A-e Firm For Project Xumu 252215cr, Concept Charrette Report, Renovate Building 7050, On Or About 25 June 2025. The Award Is Contemplated As A Total Small Business Set-aside. The Contract Will Be A Negotiated, Firm-fixed-price Contract. The Following North American Industry Classification System (naics) Code Applies To This Rfq: 541330, Engineering Services. The Size Standard For This Naics Code Is $25.5m. All Requirements Defined In The Sow, Including But Not Limited To Design Analysis, Cost Estimates, Specifications, Calculations, And All Other Deliverables Required Under This Acquisition Shall Be Completed Within 225 Calendar Days After Date Of Award, Unless Otherwise Agreed Upon With The Government Project Manager And Contracting Officer. this Acquisition Will Be Procured Pursuant To The Requirements In Federal Acquisition Regulation (far) Part 15, Contracting By Negotiation And Far Part 36, Construction And Architect - Engineer Contracts. All Potential Respondents Are Reminded That In Accordance With Far 52.204-7, System For Award Management (sam), Lack Of Registration In The Sam Will Make A Respondent Ineligible For Contract Award. request For Qualifications: this Request For Qualifications (rfq) Shall Not Be Mistaken For A Request For Proposal. In Accordance With Far Part 36.702, Interested A-e Firms Shall Submit An Sf330, Architect-engineer Qualifications, For Government Evaluation By The Rfq Deadline. Sf330 Information Shall Be Provided Per The Latest Format From The Gsa Library Located At Https://www.gsa.gov/forms-library/architect-engineer-qualifications. All Sections Of The Sf330 Must Be Completed. all Completed Sf330s Received By The Rfq Deadline Will Be Evaluated By The Government. Failure To Provide Requested Data May Negatively Impact A Respondent 's Rating Or Determine The Respondent Non-responsive.in Accordance With Far Part 36.6, Architect-engineer Services, And Based On The Sf330s And Responses To Rfq Evaluations, Only The One (1) A-e Firm Considered To Be The Most Highly Qualified After Review And Discussions Of The Minimum Requirements/evaluation Factors Will Be Eligible To Receive The Rfp. evaluation Factors: in Accordance With Far Part 36.602-1, Selection Criteria, Potential A-e Firms Will Be Evaluated Based On The Following Selection Criteria: (1)professional Qualifications Necessary For Satisfactory Performance Of Required Services. Complete This Evaluation Factor Using Section E And Section G Of The Sf330. Submit Personal Resumes And Relevant Information For Key And Responsible Personnel. Section E Shall Be Not More Than One (1) Page In Length Per Individual.evaluation Of Professional Qualifications Will Include But Is Not Limited To An Assessment Of The A-e Firm’s Individual Personnel Resumes. The Recommended Professional Qualifications For Satisfactory Performance Of The Required Services Are Defined As Professional Qualifications In (but Not Limited To): Program Manager, Project Manager, Mechanical Engineer, Fire Protection Engineer, Architect, Landscape Architect, Interior Designer,civil Engineer, Structural Engineer, Electrical Engineer, Registered Communications Distribution Engineer, Geographic Information Systems (gis) Analysts, Planner, Engineering Technician, Draftsman, Technical/specifications Writer, Cost Estimator, Scheduler, Contract Admin/procurement Specialist, And Clerical. Anticipated Project Tasks For The Referenced Disciplines Are Similar To Those Listed At Https://www.wbdg.org/resources/planning-and-conducting-integrated-design-id-charrettes. the Professional Qualifications Recommended Above Are Not The Required Team Composition, It Is A Team Composition That The Government Considers An Adequate Composition For The Subject Requirement. Equivalent Positions Will Be Considered Equally. Respondents Must Submit Personnel Resumes For All Professional Disciplines Necessary For Satisfactory Performance Of Required Services. The Term “necessary” Denotes That The Proposed Team Composition Exemplifies That Each Proposed Team Member, Through His/her Personal Resume, Demonstrates The Qualifications/competency In That Discipline Through Experience, Training, And/or Certifications In Their Respective Field. The Proposed Team Composition Must Be Captured In Section C And Section D Of The Sf330, No Page Limit. note: Resumes For Draftsman, Technical/specifications Writer, Scheduler, Contract Admin/procurement Specialist, And Clerical Are Not Required. the A-e Firm Shall Ensure That Only Qualified, Competent Personnel Carry Out The Tasks Outlined In This Sow. Qualified, Competent Personnel Is Defined As A Registered Professional Or, Where Registration Is Not Applicable, Trained, And/or Certified In Their Respective Field. It Is Not Mandatory, But Preferred, That Primary Technical Services Shall Be Performed By Individuals Who Are Licensed In California And Credentialed Members Of Architectural, Planning, Science, And Engineering Professions. Generally, A Credentialed Professional (a) Is Licensed (e.g., Registered Professional Engineer) To Practice In The State Where A Facility Is Located And (b) Commands The Necessary Expertise, In Terms Of Knowledge And Experience, To Undertake The Specified Task To Be Identified Within The Contract. Failure To Provide Sufficient Data Supporting Professional Qualifications May Negatively Impact An A-e Firm’s Rating. (2)specialized Experience And Technical Competence, Within The Past Six (6) Years, In The Type Of Work Required, Including, Where Appropriate, Experience In Energy Conservation,pollution Prevention,waste Reduction, And The Use Ofrecovered Materials. complete This Evaluation Factor By Providing Five (5) Example Projects Using Section F Of The Sf330, Limited To Two (2) Pages Per Project. Both Prime And Subconsultant Experience Is Acceptable. Respondents Must Identify Their Firm’s Role (prime Or Subcontract) For Each Example Project. Narratives Shall, When Possible, Be Supported With Illustrations Or Photographs Of Completed Projects, With No More Than Three (3) Additional Pages Of Supporting Illustrations Or Photographs Per Project. specialized Experience Pertains To The Types, Size, Volume, Budget, And Complexity Of Work Previously Or Currently Being Performed By The A-e Firm That Is Comparable To The Work To Be Performed Under This Project’s Scope Of Work. Specialized Experience May Also Include Unique Conditions, Considerations, Or Circumstances Encountered That Are Relevant To This Rfq. Specialized Experience Does Not Include Overseas Offices For Projects Outside The United States, Its Territories, Or Possessions; Nor Does It Include Subsidiaries That Are Not Normally Subject To Management Decisions, Accounting, And Policies, Or A Holding Or Parent Company Or An Incorporated Subsidiary That Operates Under A Firm Name Different From The Parent Company.technical Competence Includes Construction And Design Projects Similar In Project Scope, Size, Construction Features, Dollar Value, And Complexity Of That Listed In This Rfq. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Outlined In This Sow. Specific Emphasis Of Experience And Technical Competence Shall Be Geared Toward Engineering Design And Planning And/or Concept Charrette Experience For The Renovation Of Buildings, Or Similar. A-e Firms Unable To Demonstrate Proven Specialized Experience And Technical Competence May Be Considered Non-responsive Or Scored Negatively. (3)capacity To Accomplish The Work In The Required Time. complete This Evaluation Factor Using Section H Of The Sf330. Provide A Narrative That Describes The A-e Firm’s Work Capacity. Narrative Shall Be No More Than One (1) Page In Length.the A-e Firm Shall Provide A Brief Summary Of Its Past, Present And Projected Future Workload Over The Previous 12 Months, Through Fiscal Year 2026. The A-e Firm Shall Describe The Capacity To Incorporate This Project’s Scope Of Work While Meeting Prescribed Dates For Current Workload. (4)past Performance, Within The Past Six (6) Years,on Contracts With Government Agencies And/or Private Industry In Terms Of Cost Control, Quality Of Work, Compliance With Performance Schedules, Communication, Satisfactory Project Management, And Subcontract Management, If Applicable. complete This Evaluation Factor Using Section H Of The Sf330 Describing The A-e Firm’s Past Performance On The Five (5) Example Projects Identified In Section (2) Of This Rfq. The Summary Sheet Shall Be No More Than Two (2) Pages In Length Per Example Project. Submit Past Performance Data Of Example Projects In Narrative Format That Highlight Cost Control, Quality Of Work, Compliance With Performance Schedules, And Satisfactory Project Management.past Performance Data Submitted As A Subconsultant Must Be Identified As Such On The Ppq And Must Be Completed By The Prime Contractor. the Narratives Of Example Projects Must Show The Contract Number, Issuing Agency, Project Name, A Current Point Of Contact (including Telephone And Email Information); Project Scope, Size, And Location; Design Fees, Total Number Of Modifications Or Change Orders Issued During Performance Of Project; Date Of Project Completion, Construction Cost Estimate, Principal Design Elements And Features; Complexity Of The Job, Challenges Faced And Actions Taken; And The Resolution And Results Of Any Challenges Faced. If Known, List The Construction Contract Award Price, And The Total Number Of Construction Contract Modifications/change Orders And Their Total Value. cpars Data Or Past Performance Questionnaires (ppq) Must Be Provided For All Example Projects Submitted Under This Section. Respondents Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Unavailable Will Not Be Evaluated Favorably Or Unfavorably On Past Performance, However, Respondents Who Provide Past Performance Data May Be Evaluated Higher For This Factor. If Relevant Cpars Evaluation(s) Are Available, Report(s) Shall Be Submitted With The Completed Sf330 Package. Cpars Reports And Ppqs Are Not Considered Part Of The Page Limitations For This Section. If There Is Not A Completed Cpars Evaluation, The Ppq Included With This Notice Is Provided For The Respondent Or Its Team Members To Submit For Each Project Included In Criterion (2). Official Cpars Evaluation(s) Found In In Government Databases Will Take Precedence. Completed Ppqs Should Be Submitted With Your Sf330. respondents Are Notified That The Government May Use Sources Of Information Such As, But Not Limited To, The Contractor Performance Assessment Reporting System (cpars) To Determine A Respondent’s Relevant Experience And Past Performance As Part Of This Evaluation. The Evaluation Of Past Performance Will Include But Is Not Limited To: The Customer’s Assessment Of The Respondent 's Quality Of Work; Record Of Conforming To Contract Requirements And Applicable Codes, Standards, Laws, And Regulations; History Of Satisfactory Project Management And Collaboration With The Customer; Addressing Design Errors/omissions Timely; And Adherence To Approved Schedules. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Contracting Officer Knowledge Of Current Project Performance. Failure To Demonstrate Proven Competence To Perform Design Services Similar In Scope And Complexity To This Acquisition May Be Considered Ineligible For Award. (5)location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project. complete This Evaluation Factor Using Section H Of The Sf330. Provide A Narrative That Describes The Respondent’s Experience With Developing Designs And/or Planning Or Concept Charrette Reports For Building Renovations Located In California. Narrative Shall Be No More Than One (1) Page In Length. Respondents Will Be Evaluated Based On Their Knowledge And Familiarity (and The Knowledge Of Its Subcontractors) With Applicable Codes, Standards, Laws, And Regulations That Pertain To This Project. If Prior Experience In California Is Minimal Or Unavailable, Describe How The Design Team Plans To Obtain Specific Knowledge Of Local Conditions Or Project Features Required For A Compliant Design. Data From Other Projects And Locations Are Acceptable To Highlight Knowledge Of Applicable Codes, Standards, Laws, And Regulations, That Pertain To This Project.higher Ratings May Be Given For Prior Experience Working On Vandenberg Space Force Base. evaluation Factors Page Limitations: factor 1: Professional Qualifications sf330 Section: E, G page Limit: E: 1 Page Per Individual, No Maximum Page Limit, G: No Limit factor 2: Specialized Experience sf330 Section: F page Limit: 2 Pages Per Project, Plus 3 Pages Of Supplementary Illustrations And photographs Per Project factor 3: Capacity sf330 Section: H page Limit: 1 Page factor 4: Past Performance sf330 Section: H page Limit: 2 Pages Per Project (no Page Limit On Cpars Or Ppqs) factor 5: Location sf330 Section: H page Limit: 1 Page notice To Potential Respondent(s): funds Are Not Presently Available For This Effort. No Award Will Be Made For This Effort Until Funds Are Available. The Government Reserves The Right To Cancel This Acquisition, Either Before Or After The Deadline For Receipt Of Sf330s. In The Event The Government Cancels This Acquisition, The Government Has No Obligation To Reimburse A Respondent Of Any Cost. questions And Answers: questions Regarding This Posting Are Due No Later Than 08 April 2025 At 1:00 Pm Pdt, Responses To All Questions Received Will Be Added To The Sam.gov Post On Or About 15 April 2025. Only Questions Related To The Rfq And Project Requirements Will Be Addressed; Questions Regarding Details Of The Resulting Rfp Will Not Be Answered. rfq Response Due Date: responses To This Rfq Are Due No Later Than 01 May 2025 By 3:00pm Pdt. Late Responses Will Not Be Considered For Further Elevation. note: It Is The Responsibility Of All Potential Respondents To Monitor These Sites For Release Of Any Future Notices And/or Release Of Amendments. Please Email All Questions, Inquiries, And Responses To This Rfq To The Contract Specialist, Jennifer Paccioretti, At Jennifer.paccioretti@spaceforce.mil And Contracting Officer, Meghann Applebay, At Meghann.applebay@spaceforce.mil. Please Note That Due To Increased Firewall Protections, Some Emails May Be Blocked; Therefore, A Follow-up Via Telephone At 805-605-2465 (if An Acknowledgement Is Not Received Via Email) Is Strongly Recommended To Ensure Receipt Of Your Submission By The Government.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Amendment I (corrected Typos) description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Design Contract With Services To Be Performed At The Charles George Va Medical Center At 1100 Tunnel Road, Asheville, Nc 28805. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb). This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf330s. The Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top. Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, “architect-engineer Qualifications.” Interested Firms Should Submit Their Current Sf330, Parts I And Ii, To Keith.hunter@va.gov. The Sf330s Are Due No Later Than 8:00 Am Est January 24, 2025. scope Of Work: This Project Will Engage An Architectural Engineering Firm For Professional Architect/engineer (ae) Services Necessary To Design For The Replacement Of The Existing Air Handling Unit #11 Serving The Imaging Department In Buildings 47 At The Charles George Vamc, Asheville, Nc. Air Handling Unit, Supply And Return Fan, Heating/cooling Coils And Piping Shall Be Sized To Meet The Temperature And Air Exchange Needs Of Approximately 10,000 Square Feet Of Space. Work Includes Investigating The Site, Taking Calculation And Designing For The Replacement Of The Air Handling Unit, Structural Support, Fans, Coils Piping, And Control System. Project Also Involves Investigating And Sizing The Supply And Return Ductwork And Associates Variable Volume Supply Box And/or Constant Volume Supply Box. Ceilings And Walls May Need To Be Modified To Accommodate Removal Of Old Ductwork And Installation Of New Ductwork. The New System Will Replace The Existing System In The Exact Location. Design Includes Mechanical Engineering, Electrical Engineering, Structural Engineering And Architectural Disciplines. requirements:
the Ae Selected Is Expected To: part Ia – Preparation Of Existing Conditions And Conceptual Design – Investigative Services: Preparation Of Existing Conditions Plan And Conceptual Design Which Includes Site Investigation For Architectural, Mechanical, Electrical, And Environmental Hazards Such As Suspect Asbestos Containing Material (acm). Work Will Consist Of Ae Personnel Removing Ceiling Tile(s) And Tracing Ductwork, Electrical, And Plumbing Above Ceilings. Perform Project Site Investigation In Accordance With The ‘site Investigations’ Section Of This Scope Of Work. physically Survey As Well As Review Record Drawings Of The Existing Building. Inform Co/cor Of Supplemental Information Gathering That May Be Required. conduct On-site Work Session With User Group And Other Members Of The Integrated Project Team To Discuss Conceptual Options. describe All Measures Available To Achieve The Project Objectives, Including The Benefits And Drawbacks Of Each Measure, To Guide Decisions By The Facility During Schematic Design. The Decision Of Which Alternatives To Select For The Construction Project Rests With The Va. develop And Describe A Construction Strategy That Allows Existing Functions To Continue During Construction. Develop This Strategy In Development Of Construction Documents. participate In A Conference Call After Va Has Completed Schematic Design Review ae Shall Review Needs Identified By The Ipt For The Area Under Consideration For Design And Provide Recommendations. In Addition, The Project Shall Be Phased To Minimize The Impact To The Medical Center Operations And Patient Care. Prior To Submission Of Schematic Design Material, The Ae Shall Meet With The Vamc’s Cor To Discuss Proposed Phasing Requirements For The Project. These Phasing Requirements Shall Describe The General Sequence Of The Project Work, Estimated Project Duration, And What Va Constraints Will Exist That Will Influence The Contractor's Approach To The Construction Project. The Ae Shall Be Responsible For Documenting The Phasing Requirements. the Ae Shall Make Site Visits As Required To Determine Existing As-built Conditions Affecting This Project. Information, Including Drawings And Other Documentation, Provided To The Ae Shall Be Used As Reference Only. The Ae Is Responsible For Verifying All Existing Site Conditions To Include But Not Be Limited To Crawling In Crawlspaces, Looking Above Ceilings And The Building Penthouse. coordinate Visits With The Cor As Assigned At The Ntp. The Ae Shall Arrange For And Oversee The Performance Of Such Investigations Necessary For The Proper Design Of The Project. Autocad Background Drawings Shall Be Provided By The Va Upon Request If Available And Shall Be Used As Reference Only. The Ae Shall Field Verify Every Aspect That Relates To The Project. perform Photographic Documentation During Investigative Services; Files Are To Be Maintained For Future Reference Of Existing Conditions For Construction Documents And Unforeseen Unit Costing Basis. the Contractor Shall Prepare Digital Photo Documentation Of Construction Work, Including Sites, Buildings, And Field Activities. Digital Photos Shall Be Submitted In Jpeg Format To The Project Website, And To A Resolution Sufficient And Appropriate For The Type Of Work Photographed. The Contractor Shall Provide An Index For Each Set Of Photographs Submitted Identifying The Contractor, Base, Facility, Project Number, Date, And A Brief Description. The Contractor Shall Coordinate Photography Of Any Kind Through The Cor. the Ae Shall Complete All Necessary Site Investigations Prior To The 15% Schematic Design Submission. part Ib – Preparation Of Contract Drawings And Specifications – Design Development: Preparation And Submission Of Construction Bid Documents, Interim Design Document Submittals, And The Final Construction Bid Documents At The Completion Of The Design Development Process In Accordance With The ‘design Package Submission Schedule’ Section. Design Document Packages Shall Contain A Complete Set Of Documents As Specified In The ‘design Requirements/submissions’ Section Of This Statement Of Work (sow). The Ae Shall Develop A Design Necessary To Meet The Requirements In The ‘project Scope’ Section Of This Sow. Design Shall Include Engineering Services Rendered Necessary By Va (veterans Affairs) At The End Of Part Ia Investigative Services Within The Construction Cost Parameters. design And Produce Construction Documents For Implementation Of The Selected Alternatives. submittals Must Include The Components Listed On The A/e Submission Instructions For Minor And Nrm Construction Program Https://www.cfm.va.gov/til/ae/aesubmin.doc. submittal Register - Provide A List To The Va Of Technical Submittals That Will Be Required. intended For Long-term Use, The Project Design Specifications Must Provide, To The Maximum Extent Practicable, A Final Product Of Enduring Quality; Energy And Water Efficient; Environmentally Conscious; Functional And Requiring Low Maintenance; Durable; Flexible For Changing Uses; Universally Accessible; Sustainable; Operationally Cost Effective; Compliant With Appropriate Codes, Statutes, And Vha Requirements. construction Documents Must Be Complete, Clear, Specific, Accurate, Coordinated Between Disciplines, Quantifiable, And Explicit In Quality Expectations For Suitable Materials, Systems, And Workmanship. throughout The Design Phases Of The Project, The A/e Shall Work Closely With The Cor And Integrated Project Team To Ascertain And Confirm All Project Requirements. the Contractor Shall Attend Meetings And Teleconferences To Discuss Technical Requirements, Issues, And Project Progress And Status As Required. The Contractor Shall Prepare, And Submit For Review, Presentation Materials For Meetings And An Agenda. The Contractor Shall Be Responsible For Taking Meeting Minutes, Prepare And Submit Minutes For All Meetings Attended No Later Than 3 Business Days, With The Exception Of The Ipt Meetings As Discussed In Previous Paragraph, After The Meeting Has Occurred. The Minutes Shall Be Sent To The Contracting Officer And Cor For Coordination And Approval Prior To Distribution. the Ae Shall Provide An Evaluation, Cost Estimate And Conceptual Plans To Determine The Feasibility Of Completing The Project Within Project Budget. Disadvantages And Advantages Shall Be Provided Including Impacts To Patient Care/medical Center Operations And Order Of Magnitude Cost Estimates (with Cost Of Patient Care Factored Into The Economy/feasibility) part Ii – Construction Period Services: Review And Provide Concise Recommendations On All Submittals, Shop Drawings, Product Data, Samples, Rfis, Change Order Proposals, Etc. In Accordance With ‘construction Period Services’ Section Of This Sow. Services Shall Include Providing Record Drawings Based On Finalized Contractor Red-line As-builts. assist In Answering Questions And Provide Clarifications As Deemed Necessary By The Contracting Officer Or Cor During Solicitation And Issuing Any Addendums, Revise Drawings/specifications, Etc. Necessary To Fully And Completely Address Questions Any And All Questions Submitted By The Cor, Contracting Officer And Awarded Construction Contractor. serve As An Advisor And Provide Assistance To The Va To Determine Whether The Contractor Or Subcontractor Meets Technical Qualification Requirements, Assist In The Review Of Contractor Proposals For Technical Acceptability, Support By Written Recommendations Of Any Problems Or Litigation Encountered In Past Performance Based On First-hand Knowledge. review All Submissions And Provide Concise Direction To The Va. Provide Direction Within 5 Business Days Upon Request For Shop Drawings, Product Data, Installation Instructions, Samples, Etc. Provide Direction Within 5 Business Days For Rfi’s And Change Order Proposals. Changes To Contract Documents Based On Errors And Omissions In Design Will Be At No Cost To The Va To Include Cost Estimates For The Change. The Co Shall Make The Final Determination On What Is Or Is Not An Error Or Omission. provide Commissioning For All Affected Systems. prepare Record Drawings Based On Contractor Red-line As-built Drawings With Correspondence Performed During Construction. The Ae Shall Provide A Set Of Updated Drawings And Specifications On Cd Within 20 Business Days Of Construction Contract Completion To The Cor. the Ae Shall Function As The Commissioning Agent For All Necessary Commissioning Actions. The Ae Shall Provide Testing, Inspection And Reporting Services During Construction. The Ae Must Conduct A Site Visit, At Least Once A Month, During Each Phase Of The Project, And Must Be Present For Every Test Or Inspection And To Document The Outcome. part Iii – Construction Period Site Visits: Visit The Site At The Request Of The Va In Accordance With Section ‘site Visits’ In This Sow. The Ae Shall Respond On Site Within An 8-hour Period When Requested. The Total Number Of Site Visits During The Construction Period Is Estimated To Be Five (5) For This Project, Which May Be Finalized After Selection Of The Ae And During Negotiation Of The Proposal. Each Site Visit Shall Be Documented Through A Field Report Denoting The Purpose And Results Of The Site Visit. make Site Visits On Requests Of The Va And Prepare Documented Field Reports Denoting The Purpose And Results Of The Site Visit, To Include Agreed Upon Changes In Design As Determined Necessary During The Construction. Visits Made Based On Errors And Omissions In Design Will Be At No Cost To The Va. participate In Partial/final Acceptance Inspections (in-wall, Above Ceiling, And Final) As Scheduled And Generate Punch List Items For Completion. Inspections Shall Cover Quality Of Installations And Locations/placement Of Items In Accordance With The Contract Documents. The Punch List Shall Reference The Contract Documents For Specific Deficiencies (i.e. Specification Section, Drawing Detail, Etc.). attend The Pre-bid And Pre-construction Conference To Review And Confirm Project Scope. during Construction, Allow For A Minimum Of Site Visits As Negotiated For The Contract, As Directed And Scheduled By The Cor. offerors Will Be Evaluated On The Following Criteria: the Submitted Sf330’s Shall Be A Maximum Of 30 Total Pages. All Necessary Information To Meet The 5 Criterions Shall Be Contained Within Those 30 Pages As The Evaluation Will Stop At The End Of Page 30. the Submitted Sf330s Will Be Evaluated On The Following Criteria:
this Acquisition Will Be In Accordance With Far Part 36.602-1 And Vaar Part 836.601-1. The Following Evaluation Criteria Will Be Used To Evaluate Sf330 Technical Proposals: the Architect/engineer (ae) Must Demonstrate Its Qualifications With Respect To The Published Evaluation Criteria For All Services. Evaluation Criteria (1) Through (4) Are Considered The Most Important And Listed In Descending Order Of Importance; Criteria (5) Is Significantly Less Importance Than (1) Through (4) But The Associated Value Of 1 Through 4 Are In A Declining Value And Order Of Importance. Criterion (1) Is The Highest With Criterion (5) Being The Lowest. (1) Professional Qualifications Necessary For Satisfactory Performance Of Required Services; (2) Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design; (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; If Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. criterion 1 - Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines – Architectural, Electrical, Mechanical, And Structural Design. submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf330 Part 1 Section G. criterion 2 - Specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Medical Facility Design. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Like Those Anticipated Under This Contract About: special Knowledge Of Mechanical, Electrical And Structural Engineering. experience Working In And Around An Operational Hospital specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Example Projects Shall Note Project’s Square Footage. All Projects Provided In The Sf-330 Must Be Completed By The Office/branch/regional Office/individual Team Member Proposed To Manage And/or Perform Work Under This Contract. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf330 Part 1, Section F Item 25 “firms From Section C Involved In This Project,” Block (1). Include A Contract Number Or Project Identification Number In Block 21. Include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c). Include In The Project Description, The Contract Period Of Performance, Award Contract Value, Current Contract Value, And Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. If The Contractor Served As A Subcontractor On A Project, Indicate The Value Of The Work They Provided Towards The Performance Of The Overall Project. If A Project Was Performed By A Joint Venture, And Not All Joint Venture Partners Are On The Team Proposed For This Contract, The Offeror/team Should Specifically Address The Work Performed By The Joint Venture Partner Offering/teaming On This Contract. Likewise, If The Offeror/team Member Worked As A Subcontractor On A Project, The Description Should Clearly Describe The Work Performed By The Offeror/team Member And The Roles And Responsibilities Of Each On The Project, Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Project Could Be Eliminated From Consideration. Additionally, Firms Are Required To Return And Submit The Attachment B Titled Criterion 2 Format, Which Will Clearly Demonstrate Specific Experiences And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. Specifically List Similar Scoped Projects Covering The Previous 10 Years And Clearly Show Participation. (see Sf330 Part I Section G, But Not Excluding Other Information Provided On The Sf330 And Supporting Documentation.) note: If The Offeror Is A Joint Venture, Information Should Be Submitted As A Joint Venture; However, If There Is No Information For The Joint Venture, Information Should Be Submitted For Either Joint Venture Partner, Not To Exceed A Total Of Five (5) Projects For This Criterion. Projects Shall Be Submitted On The Sf-330. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand-alone Contract Award. Do Not List An Idiq Contract As An Example Of A Completed Project. Instead, List Relevant Completed Task Orders Or Stand-alone Contract Awards That Fit Within The Definition Above. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. all Information For Criterion 2 Should Be Submitted In Part 1, Section F Of The Sf330. The Government Will Not Consider Information Submitted In Addition To Part 2, Section F In Evaluating Criterion 2. criterion 3 - Capacity To Accomplish The Work In The Required Time. Firms/teams Will Be Evaluated In Terms Of Their Ability To Plan For And Manage Work Under The Contract And Capacity To Accomplish The Work In The Required Time. submission Requirements: Describe The Firm’s Ability To Concurrently Perform And Manage Multiple Projects In Different Locations To Meet Aggressive Schedules, Multiple Disciplines, And Control Costs And The Firm’s Capacity To Accomplish Multiple Projects Simultaneously. Additionally, Prospective Contractors Are Required To Provide A List Of Current Projects With A Design Fee Of Greater Than $25,000 Currently Being Designed In The Firm’s Office. Indicate The Availability Of The Proposed Project Team (including Sub-consultants) For The Specified Contract Performance Period In Terms Of: (1.) Both The Average And Maximum Number Of Projects Being Worked Simultaneously For The Previous Twelve (12) Month Period, For Each Key Personnel Member, (2.) The Number Of Projects Currently Being Worked By Each Key Personnel Member Identified In The Sf330, And (3.) The Number Of Projects That Could Be Added To Workload, Given Size And Complexity. criterion 4 - Past Performance – Offerors Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. Evaluating Past Performance And Experience Will Include Information Provided In Past Performance Questionnaires (ppqs) Or Cpars/acass For Criterion 1 Projects And May Include Other Information Provided By The Firm, Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Rated Lower. note: Past Performance Information For Projects Listed Under Criterion 1. project Recency: A Project Will Be Considered Recent Only If Performance Was Completed Within Five (5) Years Of The Date Of Issuance Of This Public Announcement. Ongoing Projects Will Not Be Considered As No Accurate Performance Record Can Exist For Work Not Yet Completed. submission Requirements: Submit A Completed The Past Performance Questionnaire (ppq) Included In This Notice Is Provided For The Offeror Or Its Team Members To Submit To The Client For Each Project The Offeror Includes Under Criterion 1. Ensure Correct Phone Numbers And Email Addresses Are Provided For The Client Point Of Contact. Submit No Less Than Three (3) And No More Than Five (5) Past Performance References For Recent And Relevant Projects Identified On Sf330 Part I Section F. Completed Ppqs Should Be Submitted With Your Sf330. If The Offeror Is Unable To Obtain A Completed Ppq From A Client For A Project(s) Before The Response Date Set Forth In This Notice, Offerors Should Complete And Submit With Their Responses The First Page Of The Ppq (attachment A), Which Will Provide Contract And Client Information For The Respective Project(s). Offerors May Submit A Ppq Previously Submitted Under A Different Notice/rfp (legible Copies Are Acceptable) If It Is On The Same Form As Posted With This Synopsis. Offerors Should Follow Up With Clients/references To Ensure Timely Submittal Of Questionnaires. If Requested By The Client, Questionnaires May Be Submitted Directly To The Government's Point Of Contact, Network Contracting Office 6, Attn: Samantha Cahill Via Email At Keith Hunter Via Email At Keith.hunter@va.gov Prior To The Response Date. Offerors Shall Not Incorporate By Reference Into Their Response Ppqs Or Cpars Previously Submitted In Response To Other Ae Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. criterion 5 - Location In The General Geographical Area (asheville, Nc) And Knowledge Of The (asheville, Nc); Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract. submission Requirements: Indicate Firm’s/team’s Location, Including Main Offices, Branch Offices, And Any Sub Consultant’s Offices, As Well As Demonstrate How This Will Be Advantageous To The Government. selection Interview:
discussions/interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired, But Selected Firms Should Be Prepared To Present A Summary Of Their Qualifications And Similar Projects To The Evaluation Team. Firms Selected To Move To This Stage Of The Evaluation Will Be Limited To A 30 Minute Time Block. general Information:
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, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. Coordinate All Work Through The Contracting Officer’s Representative (cor) Of Facilities Management Service. Contractor Is Responsible For All Cleanups And Refuse Disposal Throughout The Construction Period. The Ae Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The Ae And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. The Estimated Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The Ae Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The Ae To Minimize Impact Of The Construction. The Ae Will Provide Documents At Each Submission As Indicated In The Statement Of Work. The Naics Code For This Procurement Will Be 541330, Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million. 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 Must Not Exceed Six Percent (6%) 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 A-e Firm(s) Selected In Accordance With The Outlined Process. limitations On Subcontracting: In Accordance With Vaar 852.219-73, Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Business And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are “similarly Situated” Are Those That Are Also Cve-registered Sdvosbs. requirement For Electronic Submission unless Paper Offers Are Specifically Authorized, All Responses To This Pre-solicitation Notice Must Be Submitted Electronically As Described Below. The Only Acceptable Paper Form For This Requirement Is The Receipt Of Past Performance Questionnaires. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail. acceptable Electronic Formats(software) For Submission Of Offers files Readable Using The Current Microsoft* Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files) files In Adobe* Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater. another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer. please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. e-mail Submission Procedures: For Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers. subject Line:include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation. size:maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes.the Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 30 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date And Time Of Their Submission In Response To This Synopsis. security Issues, Late Bids, Unreadable Offers
late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free.submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” Pursuant To Far Parts 14.406 And Far 15.207(c). the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable. password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals. important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror’s Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So. important Addendum To 852.219-73 Va Notice Of Service-disabled Veteran-owned Small Business Set Aside: Va’s Vendor Information Pages (vip) Database Is No Longer Active. Small Business Administration Will Now Verify Sdvosb Status. Offerors Must Be Listed On Sba’s Veteran Small Business Certification (vetcert) Database At Https://veterans.certify.sba.gov/. 852.219-73 Va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses. as Prescribed In 819.7011, Insert The Following Clause: va Notice Of Total Set-aside For Verified Service-disabled Veteran-owned Small Businesses (nov 2022) (a) Definition. For The Department Of Veterans Affairs, “service-disabled Veteran-owned Small Business Concern Or Sdvosb”: (1) Means A Small Business Concern - (i) Not Less Than 51 Percent Of Which Is Owned By One Or More Service-disabled Veterans Or, In The Case Of Any Publicly Owned Business, Not Less Than 51 Percent Of The Stock Of Which Is Owned By One Or More Service-disabled Veterans Or Eligible Surviving Spouses (see Vaar 802.201, Surviving Spouse Definition); (ii) The Management And Daily Business Operations Of Which Are Controlled By One Or More Service-disabled Veterans (or Eligible Surviving Spouses) Or, In The Case Of A Service-disabled Veteran With Permanent And Severe Disability, The Spouse Or Permanent Caregiver Of Such Veteran. (iii) The Business Meets Federal Small Business Size Standards For The Applicable North American Industry Classification System (naics) Code Identified In The Solicitation Document. (iv) The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr Part 74 And Is Listed In Va's Vendor Information Pages (vip) Database At Https://www.vetbiz.va.gov/vip/; And (v) The Business Will Comply With Vaar Subpart 819.70 And Small Business Administration (sba) Regulations Regarding Small Business Size And Government Contracting Programs At 13 Cfr Parts 121 And 125, Provided That Any Reference Therein To A Service-disabled Veteran-owned Small Business Concern Or Sdvo Sbc, Is To Be Construed To Apply To A Va Verified And Vip-listed Sdvosb, Unless Otherwise Stated In This Clause. (2) The Term “service-disabled Veteran” Means A Veteran, As Defined In 38 U.s.c. 101(2), With A Disability That Is Service-connected, As Defined In 38 U.s.c. 101(16). (3) The Term “small Business Concern” Has The Meaning Given That Term Under Section 3 Of The Small Business Act (15 U.s.c. 632). (4) The Term “small Business Concern Owned And Controlled By Veterans With Service-connected Disabilities” Has The Meaning Given The Term “small Business Concern Owned And Controlled By Service-disabled Veterans” Under Section 3(q)(2) Of The Small Business Act (15 U.s.c. 632(q)(2)), Except That For A Va Contract The Firm Must Be Listed In The Vip Database (see Paragraph (a)(1)(iv) Of This Clause). (b) General. (1) Offers Are Solicited Only From Vip-listed Sdvosbs. Offers Received From Entities That Are Not Vip-listed Sdvosbs At The Time Of Offer Shall Not Be Considered. (2) Any Award Resulting From This Solicitation Shall Be Made To A Vip-listed Sdvosb Who Is Eligible At The Time Of Submission Of Offer(s) And At The Time Of Award. (3) The Requirements In This Clause Apply To Any Contract, Order Or Subcontract Where The Firm Receives A Benefit Or Preference From Its Designation As An Sdvosb, Including Set-asides, Sole Source Awards, And Evaluation Preferences. (c) Representation. Pursuant To 38 U.s.c. 8127(e), Only Vip-listed Sdvosbs Are Considered Eligible To Receive Award Of A Resulting Contract. By Submitting An Offer, The Prospective Contractor Represents That It Is An Eligible Sdvosb As Defined In This Clause, 38 Cfr Part 74, And Vaar Subpart 819.70. (d) Agreement. When Awarded A Contract Action, Including Orders Under Multiple-award Contracts, An Sdvosb Agrees That In The Performance Of The Contract, The Sdvosb Shall Comply With Requirements In Vaar Subpart 819.70 And Sba Regulations On Small Business Size And Government Contracting Programs At 13 Cfr Part 121 And Part 125, Including The Non-manufacturer Rule And Limitations On Subcontracting Requirements In 13 Cfr 121.406(b) And 13 Cfr 125.6. Unless Otherwise Stated In This Clause, A Requirement In 13 Cfr Parts 121 And 125 That Applies To An Sdvo Sbc, Is To Be Construed To Also Apply To A Vip-listed Sdvosb. For The Purpose Of Limitations On Subcontracting, Only Vip-listed Sdvosbs (including Independent Contractors) Shall Be Considered Eligible And/or “similarly Situated” (i.e., A Firm That Has The Same Small Business Program Status As The Prime Contractor). An Otherwise Eligible Firm Further Agrees To Comply With The Required Certification Requirements In This Solicitation (see 852.219-75 Or 852.219-76 As Applicable). These Requirements Are Summarized As Follows: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Vip-listed Sdvosbs (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract (2) Supplies/products. (i) In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. When A Contract Includes Both Supply And Services, The 50 Percent Limitation Shall Apply Only To The Supply Portion Of The Contract. (ii) In The Case Of A Contract For Supplies From A Non-manufacturer, The Sdvosb Prime Contractor Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Has Been Granted. Refer To 13 Crf 125.6(a)(2)(ii) For Guidance Pertaining To Multiple Item Procurements. (3) General Construction. In The Case Of A Contract For General Construction, The Sdvosb Prime Contractor Will Not Pay More Than 85% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, To Firms That Are Not Vip-listed Sdvosbs. (4) Special Trade Construction Contractors. In The Case Of A Contract For Special Trade Contractors, No More Than 75% Of The Amount Paid By The Government To The Prime For Contract Performance, Excluding The Cost Of Materials, May Be Paid To Firms That Are Not Vip-listed Sdvosbs. (5) Subcontracting. An Sdvosb Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Listed In Vip To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. (e) Required Limitations On Subcontracting Compliance Measurement Period. An Sdvosb Shall Comply With The Limitations On Subcontracting As Follows: x By The End Of The Base Term Of The Contract Or Order, And Then By The End Of Each Subsequent Option Period; Or __by The End Of The Performance Period For Each Order Issued Under The Contract. (f) Joint Ventures. A Joint Venture May Be Considered Eligible As An Sdvosb If The Joint Venture Is Listed In Vip And Complies With The Requirements In 13 Cfr 125.18(b), Provided That Any Requirement Therein That Applies To An Sdvo Sbc Is To Be Construed To Apply To A Vip-listed Sdvosb. A Joint Venture Agrees That, In The Performance Of The Contract, The Applicable Percentage Specified In Paragraph (d) Of This Clause Will Be Performed By The Aggregate Of The Joint Venture Participants. (g) Precedence. The Va Veterans First Contracting Program, As Defined In Vaar 802.101, Subpart 819.70, And This Clause, Takes Precedence Over Any Inconsistencies Between The Requirements Of The Sba Program For Sdvo Sbcs, And The Va Veterans First Contracting Program. (h) Misrepresentation. Pursuant To 38 U.s.c. 8127(g), Any Business Concern, Including All Its Principals, That Is Determined By Va To Have Willfully And Intentionally Misrepresented A Company's Sdvosb Status Is Subject To Debarment From Contracting With The Department For A Period Of Not Less Than Five Years (see Vaar 809.406-2 Causes For Debarment). (end Clause)
Don Emilio Del Valle Memorial Hospital Tender
Food Products
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 15 Million (USD 261.5 K)
Details: Description Subject : Design And Build Of Dedvmh Nutrition And Dietetics Service Facilities Location : Dedvmh Compound, Bood, Ubay, Bohol Terms Of Reference I. Background Don Emilio Del Valle Memorial Hospital (dedvmh) Is A Licensed Level 2 General Hospital Located In Ubay, Bohol With 200 Authorized Bed Capacity Which Aims To Provide Highly Specialized Quality Healthcare Services To All Where Human Dignity Is Valued And Respected By Competent And Committed Personnel. In Accordance With The Provisions Of And Related Issuances Of Doh Administrative Order No. 2019-0056 Increasing The Bed Capacity Of Dedvmh From 50 Beds To 300 Beds And R.a. No. 11223, Or The “universal Health Care Act”, The Hospital Shall Provide Promotive, Preventive, Diagnostic, Curative, And Palliative Care Services, And Research, Professional Teaching And Training Programs And Shall Be Fully Equipped With The State-of-the Art Equipment And Facilities, Complemented By Adequately Trained And Competent Human Resources For Health Appropriate For A Licensed And Accredited Tertiary General Hospital. Dedvmh Shall Strengthen Its Existing Basic Services, And Aim For The Improvement Of Its Service Capability And Capacity Serving As Referral Hospital In The Northeastern Section Of The Bohol Province, Complementing Local Health Systems And Providers Of Municipalities In The Area. In Order To Fulfill This Mandate, Dedvmh Is Upgrading Its Services To Become A Level Iii Hospital To Provide Better And Quality Healthcare Services Especially In The Northeastern Part Of Bohol, Its Catchment Areas And Nearby Provinces. The Increase In The Bed Capacity And Expansion Of Services And Capability Are Consistent With The Dedvmh’s Hospital Development Plan (hdp) And Philippine Health Facility Development Plan (phfdp) 2020-2040. Ii. Objectives As Food Preparation Is Part Of The Critical Functions In Delivering Quality Healthcare Service, It Is Important That Its Site Be Given Adequate Repair And Renovation. The Objective Is To Repair And Expand The Existing Dietary Area Resulting To A More Spacious, Comfortable And Hygienic Station For Its End-users To Work Around. The Improvement Is Expected To Evoke A Less Stressful Environment And Increased Productivity Among Workers. The Design Must Also Conform To The Standards Of Set By In Accordance To The Manual On Technical Guidelines For Hospitals Planning And Design (level 3) And Doh Green And Safe Health Facilities Manual To Develop Climate Smart Health Facilities That Address And Adapt To The Impacts On The Environment. The Winning Bidder Shall Design For This Project With The Approval Of The Medical Center Including The Approved Detailed Estimates, Bill Of Quantities, Technical Specifications, And Methodology Of Construction And Scope Of Works Of The Project. Iii. Conceptual Design The Design Concept Of The Project Was Governed By The Planning And Design Standards Of Level 3 Service Capability Hospital Facility As Prescribed By The Latest Requirements Of The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architecture Law (ra 9266), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra 5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. The As-built Plan And Proposed Schematic Lay-out/call-out Will Be Provided As Basis Reference In The Development Of Preliminary Conceptual Design Plans To Be Submitted As Part Of The Technical Proposal. However, It Is The Responsibility Of The Bidder To Verify Actual Site Conditions And Dimensions. The Preliminary Conceptual Design Plans And Perspectives Shall Be Included Construed Part Of The Technical Proposal As Follows: Preliminary Conceptual Design Plans Required Specified Degree Of Details 1. Schematic Floor Plans: A. Ground Floor All Schematic Plans Shall Be At Least A3 Size Paper And Shall Meet The Minimum Space Requirements And Planning/design Guidelines Of Level 3 Hospital For: - Existing Dietary Complex Expansion And Improvement - Into Nutrition And Dietetics Service Facilities Preliminary Conceptual Design Plans Required Specified Degree Of Details A. Aerial Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. B. Man’s Eye / Worm’s Eye Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. C. Front Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. D. Rear Perspective View In Conformance With The Preliminary Conceptual Plans And At Least 3d Rendered. E. Left & Right-side Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered F. Longitudinal And Transverse Section Plans At Least One Longitudinal And One Transverse Section Plans In At Least A3 Size Paper The Conceptualization Of The Design Including Its Specifications And Space Requirements Shall Complement And/or Supplement With The Existing Site Conditions And Specification Of The Existing Dietary Area At Ground Floor. Proponent’s Input, Suggestion And Recommendations With Regard To The Identification Of The Scope Or Physical Components And Structures, Specific Outputs And Requirements And Proposed Construction Methods Shall Be Considered. Iv. Performance Specifications And Parameters Site And Space Planning Were Governed By The Standards, Rules And Regulations On The Design Of Level 3 Hospitals As Prescribed By The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architectural Law (ra 9266), Civil Engineering Law (ra 544), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. A. Pre-detailed Design 1. Engineering Surveys And Investigations 1.1 Surveys And Investigations Of The Site Includes Elevations And Contours (at 0.5m Interval), Soil Tests, Location, Dimension, Floor Elevations And Other Pertinent Data On Existing Buildings And Improvements (roads, Parking Areas, Mature Trees) And Existing Utility Lines (e.g. Water, Power, Telephone). 2. Preliminary Conceptual Design Plans/perspective 2.1 Preparation Of The Following Drawings For Design Development Based On The As Built Plan And Schematic Lay-out/call-out Prepared By The Procuring Entity. Please Refer To Section Iii. Conceptual Design. B. Detailed Design Preparation Of Final Design Concept And Detailed Architecture And Engineering Design Shall Be In Accordance With The Schematic Plans For Hospital Building And Design Conceptualization Duly Approved By The Dedvmh. In Determining The Final Design Concept And Detailed Architecture And Engineering Design, The Implementing Unit Together With The Design And Build Contractor Shall Initiate The Coordination Meeting With The Concerned Stakeholders In The Following Schedule: First Session - The Design And Build Contractor Shall Present The First Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents Within Ten (10) Calendar Days From The Effectivity Of Notice To Proceed Second Session - The Design And Build Contractor Shall Present The First Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Twenty (20) Calendar Days From The Effectivity Of Notice To Proceed Third Session - The Design And Build Contractor Shall Present The Second Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Thirty (30) Calendar Days From The Effectivity Of Notice To Proceed Upon Approval Of The Final Schematic Plan And Design Concept, The Design And Build Contractor Shall Then Proceed For The Design Phase, Enumerated As Follows: 1. Preparation Of The Following Detailed Design Drawings Of Entire Building (see Doh Checklist Of Drawings Requirements) Based On The Design Development Drawings And Design Parameters Including Any Revisions And Refinements As Approved And Required By The Dedvmh: A. Detailed Architectural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). B. Detailed Structural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). C. Detailed Electrical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). D. Detailed Storm Drain, Sanitary And Plumbing Plans (refer To Checklist Of Drawings Requirements And Design Parameters). E. Detailed Mechanical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). F. Structural Computations, Including Soil Boring Test Results And Seismic Analysis And Electrical Design Computations. G. General Notes And Technical Specifications Describing Type And Quality Of Materials And Equipment To Be Used, Manner Of Construction And The General Conditions Under Which The Project Is To Be Constructed. H. Detailed Cost Estimates, Detailed Bill Of Qualities, Bill Of Quantities, And Program Of Works Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals. I. Summary Of Works J. All Design Output Shall Include The Following: Particulars Design Required Output Hard Copy Printed In Standard Size Paper 40 X 30 Printed And Hardbound Catalog For All Perspective Views, Architectural Finishes, Electrical Fixtures, Sanitary/plumbing Fixtures Utilizing Standard A4 Size Photo Paper Electronic Copy Electronic Copies In Standard Formats: - Designplansfile.pdf; - Designplanscadfile.dwg; - Design3dfile.skp/dwg/etc; - Powerpointpresentation.ppt; - 3d Animations (walkthrough.mp4/avi/mov/etc.) Design And Build Contractor Shall Compile All The Files And To Be Stored In 1tb External Drive Fourth And Final Session - The Design And Build Contractor Shall Submit The Completed Detailed Design Drawings Of The Entire Building, Within Sixty (60) Calendar Days From The Effectivity Of Notice To Proceed. C. Green Building 1. Design Development Shall Consider At Least Basic Requirements For Green Building Applied To Hospital Facilities In Building Component Systems Such As Architectural, Structural, Electrical, Mechanical, And Sanitary. D. 3d Animation And Walkthrough Presentations Designer Shall Prepare A 3d Walkthrough, That Is, Taking A Virtual Tour Of The Proposed Project/structure In Any Design Platform. It Shall Be Produced From Digital 3d Models That Have Been Visualized To A Photo-realistic Standard That Will Showcase All The Design Elements, Both Externally And Internally Of A Property Development And Its Spaces. Minimum Expected Output Shall Include But Not Limited To: - 3d Walkthrough Presentation That Will Show From The Main Entrance Of The Hospital Compound, Going Through The Site Where The Project Is To Be Located. From The Site, It Should Walk Through The Main Facade And Entrance Of The Ground Floor Of The Building Up To The Third Floor Showing All The Respective Floors, Its Lobbies, Hallways, Rooms And Other Support Facilities. - In Addition, The 3d Walkthrough Presentation Shall Include The Exterior Views / Facade Of The Building With Its Adjoining Structures. E. Pre-construction Pre-construction Meeting Shall Be Scheduled On The Next Day That The Completed Detailed Design Drawings Are Submitted. Key Stakeholders—including The Dedvmh, And The Design And Build Contractor (architects, Engineers, Consultants, And Contractor—must Attend). The Meeting Will Serve To: Review And Confirm The Submitted Design Documents. Ensure That The Designs Comply With The Project’s Specifications, Budget, And Schedule. Address Any Necessary Adjustments Or Clarifications Before Construction Commences. After The Pre-construction Meeting, The Design And Build Contractor Shall Finalize And Submit The Following Documents For The Approval Of Dedvmh: 1. Duly Signed Construction Schedule And S-curve 2. Duly Signed Manpower Schedule 3. Duly Signed Construction Methods 4. Duly Signed Pert Cpm And Ghannt Chart Showing Per Item Of Works Of Individual Projects 5. Log Book This Submission Should Encompass All Architectural, Structural, And Mepfs Plans, Specifications, And Any Amendments From The Meeting. These Documents Will Form The Basis For Construction. Upon The Dedvmh’s Approval Of The Submitted Construction Documents, A Notice To Commence Will Be Issued. Construction Activities May Only Begin Following The Issuance Of This Notice. F. Construction As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” And Guidelines For The Implementation Of Contracts For Design And Build Infrastructure Projects Shall Comply With Annex “g” Of Irr, Ra 9184. The Following Provisions Shall Supplement These Procedures: 1. Scope Of Works: Supply Of Materials, Labor, Tools And Equipment Necessary To Complete The Execution Of Architectural, Structural And Electrical And Mechanical Works. Includes All Other Necessary Works That Complete For The Fully Operational Building But Limited To The Following Work Items; A) Site Works - Provision Of Temporary Perimeter Fence - Demolition Of Existing Building/structure, Includes Hauling Of Debris Within The Hospital Compound - All Materials, Debris, Etc. Identified As Garbage As Directed By Hospital Management Shall Be Disposed Off-site - Excavation And Grading Provide Necessary Soil Protection On Excavated Portion. - Soil Poisoning And Termite Control B) Foundation Works - Foundation Of The Entire Building Includes Column Footings, Wall Footings And Other Sub-structures As Specified In The Approved Plan. C) Concrete Works - From New Foundation; Includes Slabs, Beams And Girders D) Architectural Works I) Exterior Walls – All Exterior Wall At Ground Floor Ii) Interior Walls – All Interior Wall At Functional Floors Complete With Wall Finishes Iii) Ceiling Works – All Functional Floors As Determined By Procuring Entity Iv) Floor Finish – All Functional Floors As Determined By Procuring Entity V) Doors And Windows– All Exterior Doors And Windows As Per Plan And Specifications Vi) Doors And Windows – All Functional Areas As Determined By Procuring Entity Vii) Painting Works – All Exterior Walls; Interior Walls At Functional Areas Viii) Façade And Signage E) Electrical Works I) Roughing-ins – All Necessary Roughing-ins Including Riser Conduits Including Ii) Cable Tray Iii) Panel Boards And Breakers – Main Breaker; Panel Boards From Ground Floor To Third Floor Iv) Wires And Cables – All Wires And Cables At Functional Floors Includes Installation Of Main Feeder Lines Tap To Existing Power House Including Connections To All Panel Board And Breakers V) Electrical Fixtures And Devices – All Fixtures And Wiring Devices At Functional Areas. Provision Of Usb Ready Outlets To Every Rooms. Vi) Application Of Electrical Connections/permits Shall Be Shouldered By The Contractor F) Mechanical Works I) Installation Of Automatic Fire Protection System At Functional Areas Ii) Installation Air Condition Units At Functional Areas As Determined By Professional Mechanical Engineer G) Plumbing And Sanitary Works I) Installation Of Plumbing And Sanitary System At Functional Areas, Includes; - Water Supply Pipelines - Waste Water Pipelines - Plumbing Fixtures And Accessories - Necessary Riser Pipes - Fiber Glass Pressure Tank - Provision Of Water Softener I) Electronics / Auxiliary Works - At Functional Areas: Public Address / Voice Evacuation Systems (paging Systems), Cctv, And Or Integrated Information And Communication Systems, Installation Of Fire Detection And Alarm System (fdas) At Functional Floors J) Other Works - At Dietary: Lpg Pipelines 1. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And The Dedvmh Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. The Contractor Shall Process The Approval Of Permit To Construct (ptc) Form Doh – Central Visayas Regional Office, Cebu City. In Addition To, The Contractor Shall Process The All-necessary Permits (i.e., Building Permit, Occupancy Permit And All Prerequisite Permits) Chargeable Against The Project. 2. The Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Concerned Building Officials To Meet All Regulatory Approvals As Specified In The Contract Documents. 3. Any Errors, Omissions, Inconsistencies, Inadequacies Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify And Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Hospital Management And The Procuring Entity Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. 4. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Documents Prior To Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Orders: A. Change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Procuring Entity. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Dedvmh Performance Specifications And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: 1. An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr (ra 9184); Or 2. Payment For Such Costs As Specified In The Contract Documents, Provided, That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C. The Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D. The Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e”, Irr (ra 9184). B. The Dedvmh Shall Define The Quality Control Procedures For The Design And Construction In Accordance With The Doh Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. C. The Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. D. This Design And Build Projects Shall Have A Minimum Defects Liability Period Of One (1) Year After Contract Completion Or As Provided For In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. E. The Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings As Specified In Section 62.2.3.2 Of The Irr (ra 9184) V. Implementation Arrangement A. Reporting Protocol Contact Person I. Nelson A. Elle, Md, Dtmph, Mscih Office Of The Medical Center Chief Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Ii. Joan V. Kadusale, Cpa Supervising Administrative Officer Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iii. Leomel R. Labitad, Ce Engineer Iii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iv. Allana Jane C. Dacoylo, Uap Architect Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Vi. Elegibility Requirements A. Basic 1. The Eligibility Requirements For Design And Build Scheme Shall Comply With The Applicable Provisions Of Sections 23-24 Of Irr Of Ra 9184. 2. A Modified Set Of Requirements Integrating Eligibility Documents And Criteria For Infrastructure Project And Consulting Services Shall Be Adopted In Accordance With Annex G - Guidelines For The Procurement And Implementation Of Contracts For Design And Build Infrastructure Projects Of Irr Of Ra 9184. 3. Pcab Classification Under “general Building”; License Category B “medium A” 4. Contractor Must Have Similar Project In The Amount At Least Fifty Percent (50%) Of The Abc Within The Past Five (5) Years. 5. Similar Projects With The Following But Not Limited To: Low-rise Hospital Facility Project, Must Have Ongoing Or Completed Project At Least 2-storey Building. Supply And Installation Of Hvac System. B. Specialized 1. For Pre-design And Design Phase Of The Contract, The Bidder Shall Comply The Following Professionals To Be Assigned: I. Project Coordinator • Licensed Architect Or Engineer With At Least 10 Years’ Experience In Hospital-related Project Management. • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Architect • The Architect Must Be A Registered And Licensed Architects (rla), With An Updated Professional Identification Card And Must Be A Member In Good Standing Of The Integrated And Accredited Professional Organization Of Architects (iapoa). • Should Have At Least 5 Years’ Experience In Hospital-related Project. Iii. Structural Engineer • Licensed Structural Engineer With At Least 5 Years’ Experience In Hospital-related Project Management. • Must Be A Member Of Accredited Structural Engineer Associations. Iv. Mechanical Engineer • Licensed Professional Mechanical Engineer With At Least 5 Years’ Experience In Hospital-related Project. V. Electrical Engineer • Licensed Professional Electrical Engineer With At Least 5 Years’ Experience In Hospital-related Project. Vi. Sanitary Engineer • Licensed Sanitary Engineer With At Least 5 Years’ Experience In Hospital-related Project. Vii. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Viii. Administrative Support Staff 2. For The Construction Phase Of The Contract, The Contractor Shall Assign Technical Personnel With The Following Qualification: I. Project Manager • Licensed Architect Or Engineer With At Least 10 Years’ Experience In Medium Rise Hospital-related Project • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Project Engineer (civil) • Licensed Civil Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iii. Project Engineer (mechanical) • Registered Mechanical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iv. Project Engineer (electrical) • Registered Electrical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project V. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Vi. General Foreman (all Discipline) • With At Least 5 Years’ Experience As General Foreman In Medium Rise Project Vii. Skilled Workers (all Discipline) • With At Least 3 Years’ Experience In Medium Rise Project Viii. Administrative Support Staff Vii. Approved Budget Cost Project Description Approved Budget Cost Design Of Dedvmh Nutrition And Dietetics Service Facilities 5%-6% Of Abc Construction Of Dedvmh Nutrition And Dietetics Service Facilities 94%-95% Of Abc Total Abc Php 15,000,000.00 The Approved Budget For The Design-build Contract Is Fifteen Million Pesos (php 15,000,000.00) Which Is Identified As The Design And Build Of Don Emilio Del Valle Memorial Hospital Nutrition And Dietetics Service Facilities. Detailed Architectural And Engineering Design Services Shall Not Seven Percent (7%) Of The Approved Budget Cost (as Per Prboa Resolution No. 6 Series Of 2016 - Architect’s Guidelines For Standards Of Professional Practice Compliances On The Methods Of Compensation And Schedule Of Fees, Pursuant To Republic Act No.9266, Published In The Official Gazette, September 19, 2016 Issue) Of The Entire Building Inclusive Of Taxes And Duties. Proposals Exceeding The Approved Budget Shall Be Automatically Rejected. Viii. Estimated Duration Of Engagement The Duration Of The Contract Is Three Hundred Sixty (240) Calendar Days From The Design Phase Up To The Completion Of The Project From The Date Of Effectivity: I. Pre-design And Design Phase - 60 Calendar Days Ii. Construction Phase - 180 Calendar Days Ix. Minimum Requirements For Construction Safety And Health A. General Requirements No Contractor Or Subcontractor Shall Require Any Employee To Work In Surroundings Or Under Working Conditions That Are Unsanitary, Hazardous, Or Dangerous To His Health Or Safety. In Order To Meet This General Requirement, The Contractor Must: 1. Initiate And Maintain Programs (written Or Otherwise) To Comply With This General Requirement. 2. Provide Frequent And Regular Inspections Of The Job Sites By Competent Persons. Competent Person Means One Who Is Capable Of Identifying Existing And Predictable Hazards In The Surroundings Or Working Conditions Which Are Unsanitary, Hazardous, Or Dangerous To Employees, And Who Has Authorization To Prompt Corrective Measures To Eliminate Them. 3. Prohibit The Use Of Any Machinery, Tool, Material, Or Equipment That Is Not In Compliance With Applicable Requirements. 4. Permit Only Those Employees Adequately Trained To Operate Machinery Or Equipment. 5. Provide Training For All Employees In: Recognition And Avoidance Of Unsafe Conditions Workplace Safety And Health Requirements Applicable Hazards, Safe Handling, And Personal Protective Equipment Necessary For Handling Poisons, Caustics, Flammables, And Other Harmful Substances Relevant To Their Job Duties. Specific Hazards And Procedures For Entering Confined Spaces If Applicable 6. Provide Provisions For Medical Care And First Aid. 7. Develop An Effective Fire Protection And Prevention Plan. 8. Ensure Appropriate Housekeeping Measures Including Clear Walkways And Removal Of Combustible Scrap And Debris. 9. Require The Wearing Of Appropriate Personal Protective Equipment Such As Hard Hats, Safety Glasses, Steel Toe Shoes, Or Other Appropriate Protective Equipment In All Operations Where There Is An Exposure To Hazardous Conditions. 10. Develop An Emergency Action Plan Covering Designated Actions Employers And Employees Must Take To Ensure Employees Safety From Fire And Other Emergency. Plan Must Be In Writing For Employers With Greater Than 10 Employees All Employees Must Be Trained Upon Initial Assignment On The Parts Of The Plan The Employee Needs To Know In The Event Of An Emergency. 11. Provide Access To Hand Washing Facilities, Toilets, And An Adequate Supply Of Drinking Water. 12. Provide Safety And Health Signs That Are Clearly Visible To Construction Workers And Public. 13. Conduct Regular Safety Meetings. Source: Colorado State University Occupational Health And Safety Section Department Of Environmental Health Fort Collins, Colorado X. Design Technical Specifications And Requirements The Bidder Shall Submit The Following Design Deliverables In Accordance With The Design Specifications, Parameters And Drawing Checklist But Not Limited To The Following: Activity Reports And Documents Required 1. Pre-design Phase 1.1 Master Site Development Plans And Conceptual 3d Design Five (5) Sets Duly Signed And Seal Master Site Development Plans In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) Powerpoint Presentation And/or Walkthrough Presentation 2. Design Phase 2.1 Detailed Architecture And Engineering Designs/plans Including Applicable And/or Approved Revisions To The Satisfaction Of The Procuring Entity Five (5) Sets Duly Signed And Seal Detailed Architecture And Engineering Plans/drawing In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) (refer To Design Parameters And Drawing Checklists) 2.2 Construction Technical Specifications Five (5) Sets Duly Signed And Seal Construction Technical Specifications In Hard Bound Xi. Space Requirements General Floors: Ceiling Height Should Be At Least Three Meters Clear Height For 2nd Floor And Up. Ground Floor Lobby Must Be Of Higher Ceiling. Provision Of Utility Room Enough To House Trolley And Dirty Utilities With Floor Drain All Floors Shall Have Direct Access To Ramp Both Stairs Are For Service And Emergency Use External Window At Second Floor And Up Shall Be Of Awning Type. Provision Of Electrical Room Ramp For Wheelchair Access (with A Clear Width Of At Least 1.22 M. 4 Ft.). Minimum Of Two (2) Exits, Remote From Each Other, For Each Floor Of The Building. Exits Restricted To The Following Types: Door Leading Directly Outside The Building, Interior Stair, Ramp And Exterior Stair. Exits Terminate Directly At Open Space To The Outside Of The Building. Ground Floor – Nutrition And Dietetics Service Facilities • Hospital Staff Dining Room - This Area Is Where Hospital Staff Diners Take Their Meals. - Planning Relationships: A. Close To Serving And Food Assembly Area B. Close To Dishwashing Area - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Four (4) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System Telephone System – Provide At Least One (1) Unit Telephone Outlet. Local Area Network System – Provide At Least One (1) Unit Data Outlet. Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: F. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: G. Provide Air Conditioning System. • Cooking And Baking Area - This Area Is Dedicated For Cooking And Baking Food, With High Pressure Gas Piping System. Equipment And Accessory Checklist: • Hood, Exhaust • Drainage Key Furniture/fixture Checklist: • Counter, 900mm High • Stainless Steel Grade 304 Sink, Single Compartment With Drainboard; 350-400mm Deep • Stainless Steel Grade 304 Sink, Double Compartment With Drainboard; 350-400mm Deep • Shelves, Overhead • Drain, Trench Grating • Concealed Floor Drain - Planning Relationships: A. Adjacent To Staff Dining Room B. Close To Dietitian’s Office - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Thirteen (13) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Ground Fault Circuit Interrupter. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light And Two (2) Units For Exhaust Fan With Specifications Of 15a, 2p, And 240v, Single. - Standby/emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: G. Provide At Least Three (3) Units Smoke Detector. - Gas Piping System: H. Provide High Pressure Gas Piping System. - Equipment And Accessories: I. Provide Hood, Exhaust J. Provide Range With Oven K. Provide Range With Broiler - Air Conditioning System: L. Provide Air Conditioning System. • Food Preparation Area W/ Special Diet Preparation Area - This Area Is Where Food Service Workers Prepare Food Vegetables, Slice And Cut Meat And Fish, Segregate Food, Set-up And Assemble Cooked Food, Place Food Trays And Containers On Food Conveyors To Be Taken To Wards. This Is Also Where Dietitian Puts Tags On Prepared Trays For Pay Patients. This Also Includes Space For Special Diet Preparation Area Key Furniture/fixture Checklist: • Counter, Work; Stainless Steel Grade 304 • Stainless Steel Grade 304 Sink, Single Compartment, With Drainboard; 350-400mm Deep • Stainless Steel Grade 304 Sink, Double Compartment, With Drainboard; 350-400mm Deep • Counter, Food Preparation; Stainless Steel Grade 304 • Counter, Tray Set-up; Stainless Steel Grade 304 • Shelves, Overhead • Drain, Trench Grating; Stainless Steel - Planning Relationships: A. Adjacent To Staff Dining B. Close To Dietitian’s Office - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Seven (7) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System Telephone System – Provide At Least One (1) Unit Telephone Outlet. Local Area Network System – Provide At Least One (1) Unit Data Outlet. Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: G. Provide Air Conditioning System. • Blenderized And Tube Feeding Area - This Area Is Where Preparation Of Food And Equipment Needed For Blenderized And Tube Feeding. Key Furniture/fixture Checklist: • Counter, Work; Stainless Steel Grade 304, With Cabinets Above And Shelves Below • Stainless Steel Grade 304 Sink, Single Compartment, With Drainboard; 350-400mm Deep • Stool, Adjustable Height • Concealed Floor Drain - Planning Relationships: A. Adjacent To Special Diet Preparation Area B. Close To Dietitian/nutritionist’s Office - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Three (3) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Three (3) Units Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Air Conditioning System: F. Provide Air Conditioning System. • Serving And Food Assembly Area - This Area Is Where Food Service Workers Set Up And Assemble Cooked Food, And Place Food Trays And Containers On Food Conveyors To Be Taken To Wards. Key Furniture/fixture Checklist: • Counter, Work; Stainless Steel Grade 304 • Stainless Steel Grade 304 Sink, Single Compartment, With Drainboard; 350-400mm Deep • Stool, Adjustable Height • Concealed Floor Drain - Planning Relationships: A. Adjacent To Staff Dining Room B. Close To Dietitian/nutritionist’s Office - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Air Conditioning System: F. Provide Air Conditioning System. • Food Conveyor Parking - This Space Is For Transit Station For Food Tray Truck/conveyor. - Planning Relationships: A. Close To Dishwashing Area B. Adjacent To Food Assembly/tray Set-up Area - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: F. Provide One (1) Unit Orbit Fan. • Cold Storage - This Area Is For Storage Of Poultry, Meat And Dairy Products Procured, Food That Easily Spoils (egg, Vegetables, Fruits), And Of Leftover Cooked Food That Are Still Edible Equipment And Accessory Checklist: • Refrigerator, 20 Cu. Ft. • Freezer, 20 Cu. Ft. • Chiller, 20 Cu. Ft., Reach-in Key Furniture/fixture Checklist: • Table; Stainless Steel Grade 304; 750 X 1200mm • Concealed Floor Drain - Planning Relationships: A. Adjacent To Dry Storage Room B. Close To Receiving Area C. Adjacent To Dietitian’s Office - Lighting System: D. For General Illumination, Provide At Least 150 Lux. - Power System: E. Provide At Least Ten (10) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: G. Provide One (1) Unit Exhaust Fan. • Dry Storage - This Area Is For Storage Of Food Procured, Food Intended For The Next Two Meals, Of Excess Supplies For Future Use, And Of Food That Does Not Spoil Easily. Key Furniture/fixture Checklist: • Counter, Work • Shelves, 400 Mm Deep • Cabinet, Lockable - Planning Relationships: A. Adjacent To Cold Storage Room - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Provide At Least Three (3) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Parallel Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: E. Provide One (1) Unit Orbit Fan. • Storage For Utensils/silverware - This Area Is For Storage Of Kitchen Utensils And Silverware Key Furniture/fixture Checklist: • Shelves, Open, 600mm Deep - Planning Relationships: A. Close To Dietitian’s Office - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Provide At Least Two (2) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Ventilation System: D. Provide One (1) Unit Orbit Fan. • Delivery Receiving Area - This Area With Exhaust Fan Is Dedicated For Dietitian On Duty And Auditor Witness Weighing Of Food Delivered By Supplier, And Where Auditor Inspects And Checks Quality Of Food Items Purchased From The Market And Those Delivered By The Supplier. Key Furniture/fixture Checklist: • Counter, Stainless Steel • Sink, Single Compartment With Drainboard; 350-400mm Deep • Counter, Tiled • Shelves, Open • Concealed Floor Drain - Planning Relationships: A. Adjacent To Dietitian’s Office B. Close To Cold And Dry Storage Rooms - Lighting System: C. For General Illumination, Provide At Least 150 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Ventilation System: E. Provide At Least One (1) Unit Orbit Fan. • Dishwashing And Pots Washing Area - This Area Is For Washing Of Pots, Pans, Trays, Dishes And Other Kitchen Utensils, And Where Food Service Workers Perform Other Clean-up Activities. Equipment And Accessory Checklist: • Dishwashing Machine, Floor Unit • Wash Container, 380 Mm Dia. • Waste Bin With Black Lining Key Furniture/fixture Checklist: • Counter, Stainless Steel Grade 304 • Stainless Steel Sink Grade 304, Double Compartment With Drainboard • Grease Trap • Counter, With Upturned Edge • Shelves, Open • Table, Feeder, Stainless Steel 700 X 1200mm • Table, Work, Stainless Steel 700 X 2400mm • Concealed Floor Drain - Planning Relationships: A. Close To Food Preparation Area B. Close To Dietitian’s Office - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Parallel Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: F. Provide At Least Two (2) Units Orbit Fan. • Waste Holding Area - This Area Is For Food Service Workers Sort Garbage Accordingly, Pack Garbage And/or Place Sorted Garbage Into Proper Bins/container, And Where Garbage Generated For A Day Or Two Is Temporarily Stationed Prior To Being Collected For Transfer To The Waste Management Service. Equipment And Accessory Checklist: • Garbage Bin Containers • Faucet With Hose Bibb Key Furniture/fixture Checklist: • Floor Drain - Planning Relationships: A. Located In The Perimeter Of The Dietetics Area - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector (ionization Type). - Ventilation System: E. Provide At Least One (1) Unit Orbit Fan. • Dietitian’s Office / Staff Office - This Room Area Is Where The Chief Dietitian Calls Meetings With Staff For The Preparation Of Monthly Menu, Where Chief Dietitian And Staffs Reads, Writes And Uses Telephone In His Work Station, Dietitian And Staff Receive Visitors, Dietitian And Staff Store, File And Retrieves Records. - Planning Relationships: A. Located In The Kitchen Where It Shall Give The Dietitian Extensive/elevated View Of Work Areas And Control Over Possible Pilferage Of Dietary Supplies And Equipment. - Lighting System: B. For General Illumination, Provide At Least 500 Lux. - Power System: C. Provide At Least Twelve (12) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System Telephone System – Provide At Least One (1) Unit Telephone Outlet. Local Area Network System – Provide At Least One (1) Unit Data Outlet. Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector (ionization Type). - Air Conditioning System: F. Provide Air Conditioning System • Staff’s Dressing, Lockers, Toilet And Bath - This Room/space Is Equipped With Secure Lockers, Private Dressing Rooms, And Accessible Toilets And Showers To Support Hygiene And Comfort For Male And Female Staff. This Space, With Its Own Separate Staff Entrance, Allows For Efficient Staff Flow. - Planning Relationships: A. Close To Dishwashing Area B. Adjacent To Food Assembly/tray Set-up Area - Lighting System: C. For General Illumination, Provide At Least 150 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • Storage/closet - This Area Is For Storing Cleaning Materials Such As Detergents, Disinfectants, Brushes, Mops, And Other Sanitation Tools Used In Dietary Operations. - Planning Relationships: A. Located Within Patients Dishwashing Area. - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Power System: C. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • Lpg Storage Area - This Area Is Well-ventilated Space Designed For The Safe Storage Of Lpg Tanks Used In Kitchen Operations. The Area Will Be Located Away From Open Flames, Heat Sources, And High-traffic Zones To Ensure Safety. It Will Feature Non-combustible Walls, A Fire Extinguisher, Proper Signage, And Adequate Lighting. The Space Will Also Include Provisions For Leak Detection, An Accessible Emergency Shut-off Valve, And Ground-level Storage To Prevent Accidental Tipping Of Lpg Tanks. - Lighting System: A. For General Illumination, Provide At Least 250 Lux. - Power System: B. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • All Gender / Pwd Toilet & Bath - This Area Is Designed To Be Inclusive, Complying With The Updates To The Amended Irr Of Bp 344. It Ensures Accessibility For All Genders And Persons With Disabilities (pwd), Featuring Wide Doors, Support Bars, Urinal And Spacious Layout To Meet The Latest Standards For Accessibility And Comfort. - Planning Relationships: A. Accessible To All Staffs. B. Minimum Of One (1) Toilet On Each Floor Accessible To Disabled. - Lighting System: C. For General Illumination, Provide At Least 150 Lux. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. • Electrical Room - Located On The Ground Floor In The Staff Hallway, It Is Strategically Placed To Maintain Separation And Safety While Ensuring Easy Access For Maintenance And Operation. - Lighting System: A. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: B. Provide At Least One (1) Unit Smoke Detector. - Power System: C. Provide At Least One (1) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. • Common Toilet With Sink (female And Male Toilet Cubicle) - This Area, Featuring Separate Female And Male Toilet Cubicles, Will Serve Both The Dietitians/staff Office And The Hospital Staff Dining Room. It Will Be Designed For Accessibility And Include Standard Fixtures, Such As Sinks, Mirrors, And Hand Dryers Or Paper Towel Dispensers. The Space Will Prioritize Hygiene And Ease Of Maintenance With Durable, Easy-to-clean Surfaces, Adequate Lighting, And Ventilation. - Planning Relationships: A. In Between Dietitians/staff Office And Hospital Staff Dining - Lighting System: B. For General Illumination, Provide At Least 150 Lux. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. Xiv. Design Parameters (architectural) A. Codes And Standards The Architectural Works Shall Be In Accordance With The Following Laws, Codes And Standards. Laws And Codes: 1. National Building Code Of The Philippines And Its Latest And Amended Irr 2. Ra 9266 Or Architecture Law And Its Latest And Amended Irr 3. Ra 4226 Or Hospital Licensing Act And Its Latest And Amended Irr 4. Bp 344 Or Accessibility Law And Its Latest And Amended Irr 5. Ao 35, S. 1994 Or Ao Pertaining To The Control Of Radiation Hazards 6. Ra 9514 Fire Code Of The Philippines 7. Existing Local Codes And Ordinances. 8. And Other Laws That Applies To The Projects Standards: 1. Bureau Of Product Standards (bps) 2 Underwriters Laboratory (ul) 2. Doh Technical Guidelines For Hospital & Health Facilities Planning And Design – Level 3 B. General Drawing Guidelines 1. General All Drawings Shall Be Computer-drafted. Drawings Shall Be Submitted Both In Printed And Electronic Copies. Keep The Same Orientation For All Plans. The North Orientation Shall Be Indicated In All Architectural Floor Plans. The Orientation Of The Architectural Plans Shall Be Consistent With All The Engineering Plans. Existing Buildings And New Works Shall Be Clearly Indicated And Labeled In The Site Plans. Detailed Plans Shall Have A Scale Not Smaller Than 1:50 Meters. Spot Detailed Plans, Elevations, And Sections Shall Have A Scale Not Smaller Than 1:10 Meters. Avoid Notes Such As ‘see Architectural Detail’ Or ‘see Structural’. Always Refer With A Callout To The Specific Detail Drawing And Sheet Number. 2. Site Plans The Site Plans Shall Have A Scale Not Smaller Than 1:500 Meters. 3. Floor Plans All Plans Shall Be 1:100 Meters. The Same Scale Shall Be Used For The Rest Of The Architectural, Structural, Sanitary, Plumbing, Electrical And Mechanical Plans, Except For Each Trade’s Site Plan, Detailed Plans And Spot Details. Elevation Callouts Shall Be Indicated On The Floor Plans And Shall Be Consistent With The Elevation Drawing. Section Line Callouts On The Floor Plans Shall Be Consistent With The Section Drawing. Floor Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Floor Finishes And Wall Finishes. Floor Elevations Shall Be Indicated In The Floor Plans. This Shall Be In Reference To The Natural Grade Line Or The Established Finished Floor Lines Of The Adjoining Existing Buildings. The Location Of Mechanical Equipment, E.g. Air Conditioning Shall Be Indicated In The Floor Plans. This Shall Be Consistent With The Mechanical And Electrical Plans. Door Callouts Shall Be Circles With The Proper Numbering, E.g. D-01. Window Callouts Shall Be Hexagons With The Proper Numbering, E.g. W-01. 4. Elevations And Sections Finish Floor Lines And Top Of Truss Lines Shall Be Consistent In All The Elevations, Sections And Structural Plans And Details. 5. Reflected Ceiling Plans Reflected Ceiling Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Ceiling Finishes And Lighting Fixtures. Ceiling Height Relative And In Reference To The Finish Floor Line Shall Be Indicated In The Reflected Ceiling Plans In Each Room With Boxed Dimensions. This Is To Ensure That The Ceiling Heights Of All Rooms Are Established Whether Or Not Reflected In The Sections. The Description And Location Of The Fixtures, E.g. Lighting, Smoke Detectors, Air Condition Vents, Exhaust Fans, In The Reflected Ceiling Plans Shall Be Consistent With The Electrical And Mechanical Plans. 6. Roof Plans Location Of All Downspouts Shall Be Indicated In The Roof Plans. 7. Doors And Windows Door And Window Schedules Shall Indicate The Type Of Door Or Window, The Number Of Sets, The Location/s Of The Door Or Window, The Materials And Accessories Included And Other Special Specifications, E.g. Color Or Finish. All Windows Above Ground Floor Should Be Of Awning With An 45 Deg. Opening Angle. 8. Details Provide A Minimum Of One (1) Bay Section Of A Scale Not Smaller Than 1:50 Meters For Each Major Building Preferably Cut Along The Area With Special Construction Design. Provide Spot Detail Plans, Elevations And Sections Of A Scale Not Smaller Than 1:10 Meters For Special Designs With Aesthetic Treatment And Ornamentation. Provide Detailed Plans Of A Scale Not Smaller Than 1:50 For All Areas Needing Tile Pattern, E.g. Lobby, Corridor, Entrance Walk, Showing The Position And Pattern Of Tiles. Centerline Location Of Plumbing Fixtures Shall Be Indicated In Detailed Plans With Lines Of Reference And Its Corresponding Dimensions. This Is To Indicate The Exact Locations Of The Plumbing/sanitary Roughing-ins. C. Site Works 1. The Master Site Development Plan Of The Hospital Shall Include The Following: Contour And Survey Of The Lot, Including Bearing And Distance Of The Property Line Road Network And Curbs And Sidewalks Parking Spaces Reference Location Of Existing Trees Reference Location And Footprint Of Existing Buildings, With The Corresponding Building Names And Dimensions, Including Distances Between Adjacent Buildings, And Distances Between Buildings And The Nearest Property Line Reference Location Of Utilities, E.g. Water Reservoirs, Septic Tank, Wastewater Treatment Plant, Powerhouse, Transformers, Waste Storage Area, Security Outposts 2. The Layout Of The Buildings On The Site Shall Be Zoned According To The Service It Provides: The Outer Zone Shall Include All Front-line Services, E.g. Emergency, Out-patient, X-ray, Laboratory And Other Ancillary Departments. The Inner Zone Shall Include The Wards. The Deep Zone Shall Include Services Like The Operating Room, Delivery Room, Nursery, Intensive Care Unit And Other Sensitive Hospital Services. The Service Zone Shall Include Non-medical Services But Are Essential To Hospital Operations, E.g. Staff Lounge And Lockers. There Shall Be A Separate Road Network And Entry/exit For The Public And The Service Vehicles, E.g. Ambulance, Waste Collection Vans, Delivery Trucks. In Limited Lot Areas, Buildings Should At Least Be Spaced Four (4) Meters Apart To Allow Natural Light And Ventilation. Covered Walkways Shall Be Provided For Access And Connection To All The Buildings. Ramps Shall Be Provided In All Main Entrances Of The Buildings And Other Access Openings To Walkways Leading To Other Buildings. D. Building Architectural Works 1. Floor Plans The Structural, Sanitary, Plumbing, Electrical And Mechanical Designs Are Required To Refer To The Architectural Plans And Specifications In Case Of Discrepancies. If An Engineering Design Will Have Any Possible Conflict Or Interference On The Architectural Design, The Latter May Be Adjusted Provided That The Aesthetic Value Will Not Be Compromised. The Architectural And Engineering Plans Shall Be Consistent All Throughout In Terms Of Dimensions And Locations Of Columns, Beams, Walls, Roof Line, Conduits, Ducts, Pipes, And Fixtures, Among Others. Column And Beam Grid Lines Shall Also Be Consistent In All The Architectural And Engineering Plans. Verify And Coordinate Floor Plans With The Mechanical, Electrical And Sanitary Design With Regard To The Requirements For Mechanical Rooms, Ahu Rooms, Electrical Rooms, Pipe Chase, And Other Engineering Requirements. Public Toilets Shall Have Provisions And Fixtures For Persons With Disability As Required By Bp 344. If Enough Space Allows, Toilets Specially Made And Designated For Persons With Disability Is Preferable. 2. Walls Exterior Walls Shall Be 200mm. Thick, While Interior Walls Shall Be 150mm. Thick. This Is Indicative Of The Finished Wall Thickness Including The Plastering And Tile Works. Used Soundproofed Wall Materials For Areas With Indicated “soundproofed”. Walls With An Stc Rating Of At Least 45-50 Is Recommended. In Areas Where High Confidentiality Or Privacy Is Required (e.g., Patient Rooms, Doctor’s Offices Near Noisy Zones), Consider An Stc Rating Of 55-60. Double Layer Of Drywall: Use Two Layers Of Drywall On Either Side Of A Metal Or Wood Stud Frame For Enhanced Soundproofing. Acoustic Insulation: Use High-density Insulation Like Mineral Wool Or Acoustic Fiberglass In Wall Cavities To Absorb Sound. Higher Mass: Increase The Wall's Mass With Materials Like Masonry Or High-density Concrete, Which Can Significantly Reduce Sound Transmission. Toilet Wall Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Wall Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters. Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square. All Edges, Corners And Intersections Of Toilet Tiles, Including The Top-most Tile Not Reaching The Ceiling Shall Be Provided With Polyvinyl Chloride Tile Trims. Tile Color And Design Shall Be Approved First Before Installation. 3. Floors If Floor Tiles In Two Adjacent Rooms With Different Material, Color Or Design Meet At The Door Opening, The Cut Shall Be Located Middle Of The Door Thickness When In A Closed Position. Provide Details In The Floor Pattern Design. Floors At The Openings Of Toilets For Persons With Disability Shall Be Sloping. Indicate In The Plans And Sections. The Size Of The Toilet Floor Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Floor Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters. Indicate The Tile Pattern. The Size Of The Pantry/lounge Floor Tiles Shall Be 600mm. X 600mm. Indicate The Tile Pattern. The Size Of The Floor Tiles Of The Offices And Wards Shall Be 600mm. X 600mm, Or Bigger Depending On The Proportion To The Size Of The Room. Indicate The Tile Pattern. The Size Of The Floor Tiles Of The Lobby And Corridor Shall Not Be Less Than 400mm. X 400mm. The Tile Size Of 600mm. X 600mm. Is Recommended For Bigger Areas. Indicate The Tile Pattern. Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square. All Edges, Corners And Intersections Of Toilet Tiles, Shall Be Provided With Polyvinyl Chloride Tile Trims. Tile Color And Design Shall Be Approved First Before Installation. 4. Ceiling Works Ceiling Height For Areas With Special Aesthetic Treatment, E.g. Lobby, Major Conference Room, Auditorium, Executive Office, Shall Be Proportional To The Area Or Room Or As Required By The Designer. However, This Shall Not Be Lower Than 2700mm. Provide Details. If Acoustic Boards On Aluminum T-runners Would Be Used For The Ceiling, Layout Should Be On Center And Avoiding Cut Pieces. If The Remaining Perimeter Of The Ceiling Is Less Than 600mm. Wide, It Shall Be Designed Complimentary With Fiber Cement Boards On Light Gauge Metal Furring. Likewise With Acoustic Boards In Big Areas, E.g. Offices, And Wards, Shall Be Designed In A Way To Break The Redundancy. Provide Details. Soffit Of Exterior Beams And Slabs Shall Have Drip Moulds To Prevent Damage Due To Water Sipping Into The Eaves Or Ceiling. Section Details Shall Be Required To Show The Drip-mould. Acoustic Panels: Adding Absorptive Finishes, Such As Fabric-covered Acoustic Panels, Can Help To Dampen Internal Reflections And Improve Sound Quality Within Rooms, Although These Don’t Block Sound But Reduce Reverberation. Non-cove Light Placement: Instead Of Cove Lighting, Use Flush-mounted Lighting Directly In The Ceiling With Sealed Housings That Prevent Dust Buildup. Fixtures Should Be Durable, Non-reflective, And Easy To Clean Without Requiring Special Maintenance Procedures. 5. Doors And Windows Major Rooms That Require Security Shall Have Sturdy Doors E.g. Wood Panel, And Metal. Minor Rooms That Do Not Require Security Shall At Least Have Wood Flush Doors. Toilets And Other Wet Areas Shall Have Steel Doors. Heavy-use Doors, E.g. Operating Rooms, Delivery Rooms, Should Be Provided With Stainless Steel Kick Or Push Plates And Door Closers. Fire Escape Doors Should Be Provided With Panic Hardware And Door Closers, And Shall Conform With The Requirements Of The Fire Code Of The Philippines. Aluminum Frames Of Glass Doors Shall Be Powder-coated. Door Finish And Color Shall Be Approved First Before Application. Window Sills Shall Be Slightly Sloped Outwards To Prevent Damage To Windows And Paint Due To Water Seepage. Section Details Shall Be Required To Show This Slope. All Doors Of A High-occupancy Room Shall Swing Outwards And As Required By The Fire Code Of The Philippines. Door Jambs With No Moulding/casing Installed On Concrete Walls Shall Have Construction Grooves All Around. Provide Details. All Doors And Windows Shall Have Reinforced Concrete Lintel Beams. Provide Details. Door Seals And Frames: For Soundproofed Rooms, Also Use Solid-core Doors With Perimeter Seals To Prevent Sound From Leaking Through Door Frames. 6. Stairs, Ramps And Corridors Ramps For Persons With Disability Shall Have A Slope Not Higher Than 1:12. Handrails And Clearances Shall Conform With The Requirements Of Bp 344. Regular Stairs Shall Have Risers At 150mm. High And Treads At 300mm. Wide. Fire Stairs Could Have A Maximum Riser At 200mm. And Tread At 250mm. Handrails Shall Be 1100mm. High. Clearances Shall Conform With The Requirements Of The Fire Code Of The Philippines. Corridors Shall Have A Minimum Unobstructed Width Of 2450mm. This Shall Be Measured Clear From The Surface Of The Finished Wall And Not On-center Of The Rough Chb Wall. Corridors Shall Not Be Areas For Temporary Or Permanent Storage Of Stretchers, Wheelchairs, Trolleys, Food Carts, Oxygen Tanks Or Other Movable Hospital Equipment. Storage Or Parking Spaces Shall Be Provided For These. Corridors And Exit Doors Shall Conform With The Requirements Of The Fire Code Of The Philippines. 7. Fixtures And Accessories Three-way Electrical Light Switches Shall Be Provided At The Foot And The Top Of The Stairs Per Floor. Likewise, At Both Ends Of A Long Corridor. Electrical Light Switches Shall Be Located By The Knob Side Of The Door. Electrical Switches And Outlets Shall Be Installed Plumb And Level. Public Toilets Shall Always Be Provided With Heavy-duty Soap Dispensers And Electric Hand Dryers. Public Toilets Shall Always Be Provided With Stainless Steel Handrails In Conformity To The Requirements Of Bp 344. A Drainage Line Shall Be Provided For Window-type Air Conditioners. Likewise, Split-type Air Conditioners Located In The Interior Part Of The Building Shall Be Located Adjacent To Areas With Drainage Lines, E.g. Toilets, Downspouts, Balconies. Seal Gaps And Openings: Ensure All Joints, Gaps, And Penetrations (e.g., Electrical Outlets, Ducts) Are Sealed With Acoustical Caulk Or Gaskets To Prevent Sound Leakage. Sterile Area Lighting Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. 8. Roofing Works The Section Of The Roof Gutters Shall Be Designed, In Case Of A Clogged Downspout, So That The Overflow Of Water Will Be Directed Outside Of The Building And Not Towards The Eaves Or Interior Ceiling To Prevent Any Damage. Provide Details. Avoid Valley Or Inside Gutters In Roof Design. But In Cases Required In Aesthetic Design, Valley Or Inside Gutters Shall Be In Stainless Steel Or Concrete Gutters With Membrane-type Waterproofing, And The Section Shall Be Designed With A Capacity For Big Volume To Prevent Any Damage Due To Overflow. Provide Details. Parapets, Designed As A Roof Protection From The Winds, Must Be Designed To Satisfy The Preceding Parameters. Provide Details. The Slope Of The Roof Shall Not Be Less Than 30 Degrees. 9. Painting Painted Ceiling Shall Be In Flat Latex Finish, While Cornices And Mouldings Shall Be In Gloss Enamel Finish. Painted Interior Wall Shall Be At Least In Semi-gloss Latex Finish For Ordinary Rooms, E.g. Offices, Unless Specified To A Higher Type Of Paint. Patient-related Rooms, E.g. Emergency Rooms, Out-patient Departments And Wards, Shall Be In Anti-bacterial And Odor-absorbent Paint Finish. Special Rooms, E.g. Operating Rooms, Delivery Rooms, And Laboratories Shall Also Be In Anti-bacterial And Odor-absorbent Paint Finish. Painted Exterior Wall Shall Be At Least In Moisture-resistant/water-repellent Solvent-based Paint Finish, Textured Or Smooth, Unless Otherwise Specified. Paint Color And Shade Shall Be Approved First Before Application. D. Specific Requirements 1. Provide Spot Detail Plans And Sections Of The Following: Gutter, Eaves, And Parapet Ceiling - Covelight, Special Connections And Design, Mouldings, Valances Stairs - Handrail, And Baluster Design Ramps - Handrail Design And Floor Pattern Doors, Windows And Gates - Grille Works, Special Architectural Treatment And Design, E.g. Façade Design, Special Window And Door, Counters Special Carpentry Works, E.g. Partitions, Cabinetry Building And Room Signages And Wayfinding Systems All Pwd Toilets Shall Be Labelled “all Gender / Pwd Toilet” Other Details As May Be Required 2. Provide Room Data Sheets, Including Detail Floor Plan, Ceiling Plan And Sections Of The Following Rooms, In Coordination With The Requirements Of The Electrical, Sanitary And Mechanical Designs: A. Cooking Area, Including Furniture And Equipment With Specific Dimensions Of The Location Of Fixtures And Accessories, And In Coordination With The Requirements Of The Electrical And Mechanical Engineering Design. B. Hospital Staff Dining C. D. (all Blanks Shall Be Filled As Required By Or Applicable To The Project.) E. Summary Of Materials Materials To Be Used Shall Be Fire-resistant, Non-toxic, Moisture-resistant And Termite-resistant, E.g. Fiber Cement Board, Light-gauge Steel Frame, Polyvinyl Chloride Ceiling Panels. Wet Areas, E.g. Toilets, And Pantry/lounge Shall Use Non-skid/non-slip Vitrified Ceramic Floor Tiles. Heavy Traffic Areas, E.g. Lobby, And Corridor Shall Use Heavy-duty Seamless Granite Floor Tiles Or A Higher Type Of Floor Material. Ramps And Stairs Shall Use Non-skid/non-slip Floor Tiles, Materials As Specified. Aluminum T-runners Shall Be Powder Coated. Metal Rod Hangers With Adjustable Clips, And Not Galvanized Iron Wires, Shall Be Used To Support And Suspend The Aluminum T-runners And Light Gauge Metal Furrings. Roofing Sheets Shall Be Ga.# 24 Aluminum-coated, Pre-painted, And Pre-formed. F. Drawing Requirements: See Attached Doh Checklist Of Drawings. -end Of Architectural Design Parameters- Xv. Design Parameters (structural/civil Works) A. Codes And Standards The Civil/structural Design Shall Be In Accordance With The Following Codes And Standards Codes 1. National Structural Code Of The Philippines (nscp) 2010 2. National Building Code Of The Philippines And Its Revised Irr 3. Accessibility Law 4. Local Codes And Ordinances Standards 7. Bureau Of Product Standards (bps) 8. Philippine National Standards (pns) 9. Dpwh Blue Book 10. American Concrete Institute (aci) 11. American Society For Testing Materials (astm) 12. American Welding Society (aws) B. Site Works Based On The Master Site Development Plan Of The Hospital, Provide Where Applicable Complete Design And Details Of Hospital Road (concrete With Curb And Gutter, Including Drainage) Network, Walkways, Parking Areas And Fencing. 1. The Main Hospital Road Shall Be Capable Of Two-way Traffic (at Least 6mts. Width) With A Minimum Thickness Of 150mm (8 Inches). Concrete Strength Should Be At Least 3000psi. Interior Roads (leading To Support Facilities) Shall Be Designed To Accommodate Delivery Vehicles, And Fire Trucks In Case Of Emergency. 2. Walkway Should Be At Least 100mm Thk. With Concrete Strength Of 2500psi. Ramps Should Be Provided, Instead Of Steps, For Any Change In Elevations. 3. Parking Area Slabs Should Be At Least 150mm Thk. With Concrete Strength Of 3000psi. 4. Fences Should Be Seen Through In Front Of The Hospital While The Tree (3) Other Sides Should Be Concrete Hollow Blocks With Minimum Height Of 2 Meters And To Be Provided With Perimeter Lighting. See-through Fence Design Will Be Made Of 32mm Square Bars Spaced At 100mm On Center And Provided With Three (3) Concrete Hollow Blocks (45mm High) Zocalo Walls. C. Buildings 1. The Hospital Buildings Should Be Designed Using A Seismic Importance Factor Of 1.5 For The Immediate Occupancy Category. Buildings Should Be Designed In Accordance With Nscp Requirements Up To Magnitude 7 For Those Near Seismic Source Type A. Seismic Gaps Between Buildings (old And New) Should Be Properly Observed. 2. The Hospital Buildings Should Be Designed Also Using Wind Importance Factor Of 1.15 (especially For Design Of Trusses/roofing System). Concrete Gutters And Parapet Walls Should Be Provided As Additional Protection To The Roofing System During Strong Typhoons. Wind Velocity Of 300-350 Kph Shall Be Considered Upon The Recommendation Of Structural Engineer 3. The Structural Designer Should Verify With Philippine Volcanology And Seismology (phivolcs) The Distance Of The Proposed Hospital To Nearest Active Fault Lines And With The Denr For Geo-hazard Mapping. 4. Soil Investigation (at Least Three Boreholes) Should Be Conducted To Determine Soil Bearing Capacity And Recommended Foundation Design (applicable Even For One Storey Structure). 5. The Structural Designer Is Encouraged To Use Fire-resistive And Non-toxic Materials. D. Details – The Following Shall Be Provided: 1. Connection Details Of Beams And Columns Following The Requirements Of Nscp On Confined Areas. 2. Connection Of Trusses To Beams And Columns. 3. Splicing Details Of Reinforcing Bars On Columns And Beams And The Required Bar Cut-off Points. 4. Details For Connection Of New Construction & Old Construction Structural Members Such As Expansions Joints For Thermal Expansion/contraction. 5. Include Thermal Expansion/contraction Prevention Methodologies Specifically On Soft Joints Areas Between Structural And Architectural Members. E. Summary Of Materials 1. Concrete Shall Be Portland Cement And Conforming To Astm Specification C150, Type I To Type Ii 2. Coarse Aggregates Shall Consist Of Washed Gravel, Crushed Stone Or Rock Or A Combination Thereof Conforming To Astm C33 3. Concrete Hollow Blocks Shall Be A Standard Product Of Recognized Manufacturer Conforming To Pns 16 With At Least 350psi Strength. 4. Reinforcing Bars Shall Conform With Pns Grade 60 For 16mm Dia. And Above And Pns Grade 40 For 12mm Dia And Below. 5. Structural Steel Shall Conform With Astm A36/a6m 6. Bolts And Studs Shall Conform With Astm A 325 7. Welding Electrodes Shall Be E60 Or E 70 And Conform With Aws F. Drawing Requirements: See Attached Checklist -end Of Structural/civil Works Design Parameters- Xvi. Design Parameters (sanitary/plumbing Works) A. Codes And Standards The Sanitary/plumbing Design Shall Be In Accordance With The Following Codes And Standards. Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. National Plumbing Code Of The Philippines (npcp) 4. Sanitation Code Of The Philippines 5. Existing Local Codes And Ordinances. Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards For Drinking-water 3. Underwriters Laboratory (ul) 4. Doh National \ Laboratory (nrl) 5. Doh Health Care Waste Management Manual 6. National Water Resources Board (nwrb) 7. National Plumbers Association Of The Philippines (nampap) 8. Philippine Society Of Sanitary Engineers, Inc. (psse) B. Site Works Based On The Master Site Development Of The Hospital, The Site Works Shall Provide Complete Layout Of The Following: 1. Storm Drainage Network, Indicating Drainage Manholes And Pipe Culvert; 2. Sewerage Pipe Network, Indicating Sewage Manholes, Sewage Pipes And The Location Of The Proposed Sewage Treatment Plant; And 3. Water Supply Network, Indicating The Location Of Water Service Entrance, Cisterns, Elevated Water Tank And Proposed Pump House. The Storm Drainage Network Shall Accommodate The Magnitude Of Peak Rates Of Surface Run-off Including Drainage Coming From The Buildings. The System Shall Be Capable Of Handling The Design Flows Routing To The Designated Outfall; For Rainfall Calculation And Sizing Of Drainage Pipes, Refer To Table-d2, Appendix-d, National Plumbing Code Of The Philippines And Current Rainfall Record From Pagasa. The Sewerage Pipe Network Design Shall Accommodate All Sewage Coming From All The Facilities, Conveyed By Gravitational Flow Leading To The Sewage Treatment Plant; Per Capita Wastewater Demand: 100-130 Gal/capita/day Per Bed C. Building Facilities Sanitary/plumbing System 1. Sewer Line And Vent System Provide Complete Sewer Line And Vent System From All (domestic) Plumbing Fixtures And Floor Drains, Laid By Gravity Flow Leading To The Sewage Treatment Plant (stp); For Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp 2. Wastewater Line And Vent System For All Wash Areas Dealing And Generating With Oil/grease, Provide Separate Wasteline And Vent System And Solely Tap To The Proposed Grease Trap And Then Connect Its Effluent To The Sewage Treatment Plant. For Estimated Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp Waterline System Provide Complete Cold Water Supply Pipes To All Plumbing Fixtures. From The Main Water Source, The Water Shall Be Pumped To The Elevated Water Tank (ewt) And Conveyed To The Fixtures By Gravity System And Or Distributed To Fixtures By Transfer Pumped With Constant Pressure Through A Pneumatic Storage Tank, Whichever Is Feasible. 4. Storm Drainage System Complete Storm Drainage System Shall Be Provided For All Roofs, Canopies, Concrete Ledges And Balconies Including Condensate Drains Laid For Gravity Flow Connected To A Leader/pipe Line Leading To The Natural Ground Level Storm Drainage Network. D. Specific Requirements Provide Details Of The Following: 1. Grease Trap (for Dietary) 2. Provision Of Water Softener 3. Fiberglass Pressure Tank E. Summary Of Materials Sewer And Vent Pipes; Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings) Storm Drainage Pipes; Downspouts, Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings, Bps Certified) Drainage Pipes; 250mm Dia. And Below, Non-reinforced Concrete Pipe (nrcdp) 300mm Dia. And Above, Reinforced Concrete Pipe (rcdp) Drainage Manholes; Street Inlet, Curb Inlet, Traffic Type Reinforced Concrete Area Drain/catch Basin, Reinforced Load Bearing Chb Sewage Manholes; Traffic Type Reinforced Concrete With Standard Steel Brass Cover Wastewater Pipeline; Extra Heavy (xh) Single Hub, Hub Less Cast Iron Pipes And Fittings (cip) Conforming To Astm Standard 888 Cleanouts; Cast Iron Brass With Countersunk Plug (bps Certified) Floor Drains/deck Drains; Cast Iron Brass (bps Certified) Gutter Drains; Cast Iron Dome Type Brass (bps Certified) Cold Waterline Pipes; For Buildings, Polypropylene Pn10 Fusion Weld Pipes Including Trims And Fittings (bps Certified) Hot Waterline System; For Buildings, Polypropylene Pn20 Fusion Weld Pipes Including Trims And Fittings (bps Certified) Trench Grating; Galvanized/stainless Steel Iron Grates Plumbing Fixtures Including Trims, Fittings And Accessories; (bps Certified) Water Closet-tank Type Push Button Flush Lavatory - (pedestal/counter Type) With C-spout Spray Faucet Kitchen Sink-ga#16 Stainless Steel Seamless Bowl With Gooseneck Faucet Urinal-wall Hung Flush Valve Type Plumbing Fixtures At Sterile Areas; A. Scrub-up Sink-ga#16 Stainless Steel (single/double Bowl) Compartment With Knee Operated And Or Censor Controlled Spay Faucet B. Surgical Soap Dispenser-ga#16 Stainless Steel Foot Operated C. Laboratory Sink-ga# 16 Stainless Steel Deep Seated Seamless Bowl Compartment With C-spout Spray Faucet F. Drawing Requirements: See Attached Doh Checklist Standards Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096) -end Of Sanitary/plumbing Works Design Parameters- Xvii. Design Parameters (mechanical Works) A. Codes And Standards The Mechanical Design Shall Be In Accordance With The Following Codes And Standards. Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. Mechanical Engineering Code Of The Philippines (me Code) 4. Existing Local Government Codes And Ordinances. Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards (pns) 3. Underwriters Laboratory (ul) And Factory Mutual (fm) 4. International Electrotechnical Commission (iec) 1988 5. National Fire Protection Association (nfpa) 6. National Fire Protection Association (nfpa) 99 Standard For Health Care Facilities. 7. American Society Of Heating, Refrigeration And Air Conditioning Engineers (ashrae). 8. Center For Disease Control And Prevention (cdc) Manual. B. Automatic Fire Sprinkler System The Automatic Fire Sprinkler System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. Site Development Plan And Vicinity Map, Indicating The Location Of The Buildings, Firewater Reserve Tank, Firewater Line, Yard Loop And Private Fire Hydrant. 2. General Notes, Legends And Symbols Including Schematic Diagram Of The Fire Sprinkler System And Schematic Diagram Of Alarm Monitoring System. 3. Floor Layout And Isometric Layout Of The Automatic Fire Sprinkler System Indicating Pipe Sizes And The Location Of The Pipes, Valves, Sprinkler Heads, Riser Nipples, Fire Hose Cabinets, Sprinkler Main Riser, Drain Pipes, Cross Mains, Branch Lines, Inspector’s Test Connections, Hangers And Sway Braces. 4. Equipment Schedule, Detail Drawings, Fire Pump And Jockey Pump Layout. 5. Architectural, Structural, Electrical And Plumbing Drawings Of The Firewater Tank And Pumphouse. An Automatic Fire Sprinkler Shall Be Provided In All Hospital Building Except For Those Fire Resistive One-storey Hospital Building. Hazard Classification Shall Be Light Hazard Occupancy. Area Of Coverage Shall Be 146 Square Meters And Water Density Shall Be 4.07 Lps/sq. M. Protection Area Per Sprinkler Head Shall Be 20 Square Meters At 2.2 Meters Minimum Distance Between Sprinklers And 4.2 Meters Maximum Spacing. All Floor Control Valves Shall Be Equipped With Supervisory Switch, Water Flow Detector And Drain System. Water Supply Shall Be Horizontal Split Case Centrifugal Fire Pump With Diesel Engine Or Ac Motor And A Vertical In-line Jockey Pump With Controller. Firewater Reserve Tank Shall Be Ground Level Monolithic Concrete Tank Sized For A Minimum Of 30 Minutes. Hydraulic Calculations Report Shall Be Based On Npfa-13 Format. C. Ventilation And Air Conditioning System The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System. Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Operating Rooms, Delivery Rooms, Offices And Other Areas Where Conditioned Air Is Necessary. Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations. Split Type Air Conditioners Will Be Used At Areas With Larger Capacities. Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure. Centralized Air Conditioning Will Be Used As Indicated On Space Requirements (e.g. Sterile Hallways). Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient. Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets. Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, As Mentioned On Space Requirements. D. Specific Requirements Provide Details Of The Following: 1. Lpg Pipeline 2. Kitchenhood And Smokestack E. Summary Of Materials 1. Automatic Fire Sprinkler System A. The Fire Pump Shall Be Ul Listed/fm Approved, Diesel Engine Or Electric Motor Driven, Designed Specifically Intended For An Automatic Water Sprinkler Protection System. B. The Jockey Pump Shall Be Ul Listed/fm Approved, Electric Motor Driven, 220v, 3-phase, 60 Hertz, And Electric Power Connection. C. Sprinkler Head Shall Be Ul Listed/fm Approved, Pendant, Upright Or Sidewall Unit, 83 Lpm Flow Capacity Per Head And Temperature Fusing At 57.5° C To 74°c. D. The Alarm Assembly Shall Be Ul Listed/fm Approved, Constructed And Installed That Any Flow Of Water From The Sprinkler System Equal To Or Greater Than That From The Single Automatic Head Shall Result In An Audible And Visual Sign In The Vicinity Of The Building. E. Alarm And Supervision System Of The Automatic Water Sprinkler Shall Include The Monitoring Water Flow Switch At Each Floor Of The Building, Fire Pump And Jockey Pump Running Condition And Power Supplies, Level Of Water In The Reservoir And Control Valves. F. Pipes Shall Be B.i. Schedule 40. Screw Fittings Shall Be Used For Inside Piping. 2. Air Conditioning And Refrigeration System A. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. B. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. C. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethelene Film, Which Shall Be Overlapped Not Less Than 50mm. D. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. E. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Mechanical Works Design Parameters- Xviii. Design Parameters (electrical/auxiliary Works) A. Codes And Standards The Electrical System Design Parameters Shall Be In Accordance With The Following Codes And Standards. Codes: 1. Philippine Electrical Code 2. National Electrical Code 3. Fire Code Of The Philippines 4. National Building Code Of The Philippines And Its New Irr 5. Existing Local Codes And Ordinances Standards: 1. Bureau Of Product Standards (bps) 2. Underwriters Laboratory (ul) 3. National Fire Protection Association 4. International Electrotechnical Commission (iec) 5. Illumination Engineering Society (ies) 6. National Electrical Manufacturer’s Association (nema) 7. Doh Manual On Technical Guidelines For Hospital And Health Facilities Planning And Design B. Building Facilities Electrical System 1. Lighting System Provide And Install Adequate Normal Branch Circuits For Lighting System To All Areas Using The Standard Lighting Design Analysis. Utilize The Standard Illumination Requirements Per Area Of Concern Using The Preferred Particular Type Of Luminaires. 2. Power System Provide And Install Adequate Normal Branch Circuits For The Power System. 3. Standby/emergency System Provide And Install Adequate Life Safety And Critical Emergency Branch Circuits For Lighting Or Utilization Equipment Connected To The Alternate Power Source. 4. Auxiliary System Provide And Install The Following Auxiliary System: Communication System A. Telephone System B. Local Area Network System C. Public Address Paging System D. Private Branch Exchange (pabx) E. Master Or Cable Antenna Television Fire Alarm System Security System 5. Lightning Protection System The Building Lightning Protection System Shall Include Roof-mounted Air Terminals Grounding Conductors, Ground Rods, Conduits, Clamps, And Auxiliary Equipment As Required For A Complete And Operational Lightning Protection System. 6. Provide Details Of The Following: Lighting Fixtures/luminaires Panelboard And Circuit Breakers Switchgear And Other Metering Devices Electrical And Hospital Equipment Installation And Termination Of Auxiliary And Other Special Devices And Equipment Power And Telephone Handholes (as May Be Required) Pedestal And Service Entrance To Bldg. Grounding System Layout Substation/power House And Electrical Room Transformer And Generator Mounting Others As May Be Required. C. Summary Of Materials General Lighting Luminaries: Fixtures Type Shall Be As Indicated On The Lighting Layout Plan. 1. Fluorescent Lamp Shall Be Linear, Circular Or Self-ballasted Compact Fluorescent Lamps. 2. Fluorescent Lamps Shall Be Cool Or Warm White And 3. Lamp Holders Shall Be Made Of Thermosetting Plastic. 4. Fluorescent Ballast: Magnetic Or Electronic Type With High Power Factor Or High Frequency Energy Saving Type. 5. Fluorescent Fixture Housing Shall Be Steel Sheet With High Reflectance Powder Coat Paint Finish. 6. Downlights And Pin Lights Shall Be Of Heavy Gauge Spun Aluminum Equipped With Lamp As Indicated On The Drawings. 7. Other Special Lighting Requirements Shall Be As Approved By The Implementing Agency. 8. Sterile Areas/zones Lighting Specifications: A. Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. B. Lux Level: Aim For 300-500 Lux For General Sterile Areas; 1000 Lux Or More May Be Needed In Surgical Suites Or Examination Zones Or As Specified On Manual Of Technical Guidelines For Hospital Planning And Design (level 3) Wiring Devices: Wiring Devices Shall Be Non-automatic Control Devices, The Contact Is Guaranteed By The Pressure Of The Special Spiral Springs. 1. Switches Shall Be Of 15a, 250v Or 300v Except As Otherwise Noted And Approved. Terminals Shall Be Screw-type Or Quick-connected Type. 2. General Use Receptacle Shall Be 15a, 240v Grounding Type Unless Otherwise Indicated On The Drawings. 3. Special Purpose Receptacles Shall Be As Called For On The Drawings. 4. Matching Plugs Shall Be Supplied. Panelboards And Circuit Breakers: The Panelboard And Circuit Breakers Shall Be Equipped With Molded-case Circuit Breakers And Shall Be The Type As Indicated In The Panelboard Schedule And Details. 1. Provide Molded-case Circuit Breakers Of Frame, Trip Rating And Interrupting Capacity As Shown On The Drawings. The Circuit Breakers Shall Be Quick-make, Quick Break, Thermal-magnetic, Trip-indicating And Shall Have Common Trip On All Multiple Breakers With Internal Trip Mechanism. 2. All Current-carrying Parts Of The Panelboards Shall Be Plated. Provide Solid Neutral (s/n) Assembly When Required. The Assembly Shall Be Isolated From The Enclosure. Electrical Conduits, Boxes And Fittings: All Conduits, Boxes And Fittings Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. 1. Rigid Steel Conduits (rsc) 2. Rigid Metal Conduits (rmc) 3. Intermediate Metal Conduits (imc) 4. Electrical Metallic Tubing (emt) 5. Unplasticized Polyvinyl Chloride (upvc) If Required Shall Be Schedule 40. Conductors: Wires And Cables Shall Be Of The Approved Type And Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. 1. The Conductors Used In The Wiring System Shall Be Of Soft-annealed Copper Having A Conductivity Of Not Less Than 98% Of That Of Pure Copper And Insulated For 60° C Temperatures. 2. All Conduits Of Convenience Outlets And Wire-ways For Lighting Branch Circuit Home-runs Shall Be Wired With A Minimum Of 3.5 Mm Square In Size. Master Antenna Television (matv) And Cable Television (catv) System: 1. Two Sources Of Tv Signals Shall Be Provided To The Building. One (1) Shall Be From A Master Antenna Installed At The Roof Or Within A Suitable Area Of The Building And The Other Will Be From A Commercial Cable Television Service. 2. The Master Antenna System Shall Consist Of Fm, Vhf And Uhf Antennas, Combiner, Distribution Amplifier, Coaxial Cables, Splitters, Tap-offs And Tv Outlets. 3. There Shall Be Individual Trunking For Master Antenna And Cable Television Rising In The Building. Structured Cabling & Telephone System: 1. A Minimum Provision For Estimated 500 Mixed Pabx Extension And Direct Telephone Lines Shall Be Required For Tertiary Hospitals. 2. Final Details Of The System Shall Follow Specific Requirements, Quantity And Type Of Service. Fire Detection And Alarm System: 1. The Fire Detection And Alarm System Shall Be Of Multiplex, Microprocessor- Controlled Addressable Or Zonal Conventional Fire Detection, Alarm And Communication System. 2. The System Shall Consist Of Full Integration Automatic Fire Detection, Voice Alarm Communication And Fire Fighters Telephone System. 3. The System Shall Consist Of Control Station, Mimic Panel Initiating And Indicating Devices, Control Modules And System Of Wirings. 4. Actuation Of The Protective Signaling System Shall Occur By Manual Pull Station, Automatic Smoke Or Heat Detector, Sprinkler Flow Switch And Tamper Switch. 5. The System Shall Be Able To Monitors The Status Of Flow Switches And Supervisory Switches Installed At The Sprinkler System Risers. These Monitoring Points Are Also Addressable Or The Conventional Zonal In The Same Way As The Detectors Are Making Them Easily Recognizable At The Control Panel. 6. Occupant Notification Shall Be Accomplished Automatically. Notification Will Be General, Audible Alarm Type Complying With Appropriate Section Of Nfpa. 7. The System Shall Be Installed With Provisions For Future Connection To The Nearest Fire Services Station In The Locality. Security System: 1. The Security System Shall Include Intrusion Detection And Alarm, Cctv, Access Control Or As Maybe Required. Ventilation And Air Conditioning System The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System. A) Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Radiologic And Imaging Area, Operating Rooms, Delivery Rooms, Laboratories, Critical Care Areas, Offices And Other Areas Where Conditioned Air Is Necessary. B) Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations. C) Split Type Air Conditioners Will Be Used At Areas With Larger Capacities. D) Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure. E) Centralized Air Conditioning Will Be Used Only If Feasible. F) Design Of All Critical Areas Shall Be Laminar Or Positive Pressure, Wherein The Supply Air Is 10% More Than Exhaust Air. G) All Infectious Isolation Rooms, Such As Tb And Sars, Shall Be Negative Pressure, Wherein The Exhaust Air Is More Than 10% Of The Supply Air. H) Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient. I) Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets. J) Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, Such As Patient Wards, Work Areas, Etc. Air Conditioning And Refrigeration System 1. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. 2. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. 3. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethylene Film, Which Shall Be Overlapped Not Less Than 50mm. 4. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. 5. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Electrical Works Design Parameters- Xix. Design Parameters (green And Safe Health Facilities) Codes And Standards Green And Safe Health Facilities Shall Be In Accordance With The Following Laws, Codes And Standards. Global Initiatives & Developments: 1. World Health Assembly Resolution On Universal Health Care (2019) 2. World Health Resolution On Climate Change And Health (2008) 3. Un Resolution On Sustainable Development Goals (2015) 4. Global Action On Patients’ Safety Laws And Codes: 1. Sanitation Code Of The Philippines Irr Of Chapter Xvii 2. The Local Government Code Of 1991 3. Clean Water Act Of 2004 4. National Building Code Of The Philippines (pd 1096) 5. General Appropriation Act Fiscal Year 2021 (ra 11518) 6. Occupational Safety And Health (ra 11058) 7. Safe Hospital Initiative (2011) 8. Universal Health Care Act (ra 11285) 9. Implementing Rules And Regulations Of Accessibility Law (ra 344) 10. Ecological Solid Waste Management Act Of 2000 (ra 9003) 11. Climate Change Act Of 2009 (ra 9729) 12. Other Related Standards A. Guidelines The Green And Safe Hf Initiative Represents A Climate Smart Paradigm Shift, Away From Traditional Disaster Response To One That Proactively Seeks To Minimize The Health Impact Of Disasters And Emergencies Through Climate Adaptation And Mitigation Measures (including Climate-proofing And Reduction Of The Environmental Footprint), And Preparedness. Consequently, It Is Essential That This Green Manual Is Incorporated Into The Hospital And Hf Development Agenda That Are Backed With Earmarked Resources In The National Budget, And That Has Governance And Support From The Highest Levels Of Government. The Department Of Health Shall, As Much As Possible, Promote The Greening Of Hospitals And Health Facilities, Including The Improvement Of Energy And Water Efficiency And Conservation, Sustainable Cooling Systems, And Sustainable Healthcare Waste Management In Hospitals. In Line With Its Continuing Efforts In Green And Safe Hfs, The Doh Shall Encourage National And Local Government Hospitals And Other Hfs To Seek Green Certifications From Green Building Rating System/s For Their New Construction Or Expansion, Repair And Renovation Projects. B. Criteria And Compliance System For Outstanding Green And Safe (climate Smart) Health Facilities. Criterion Compliance 1. Governance – Leadership And Management, Trainings, Proper Implementation, Commitment 2. Energy Efficiency – Reduction Of Energy Consumption, Use Of Renewable And Clean Energies 3. Water Efficiency, Sanitation And Hygiene – Adequate Water, Water Reuse/recycling, Water Conservation, Rainwater Harvesting. Safe Drinking Water, Proper Use And Maintenance Of Sanitary Toilet Facilities 4. Health Care Waste Management Waste – Segregation, Collection, Storage, Transport, Treatment, Proper Waste Disposal, Recycling 5. Environmentally Resilient Health Facility – Structural Member, Non-structural Member, Emergency And Disaster Preparedness Plan 6. Site Sustainability – Healing Gardens Within, Fresh Air, Herbal Plants, Accessibility, Existence Of Alternative Routes 7. Material Sustainability – Use Of Sustainable Materials, Procurement Of Sustainable And Recyclable Products, Less Use Of Hazardous And Toxic Substances 8. Indoor Environmental Quality – Lighting, Ventilation, Interior Design, Air Quality Management C. Energy Efficiency Orientate Building & Façade Design To Mitigate Heat Gain. The East And West Facades Receive The Greatest Solar Radiation, And Should Be Designed To Avoid Direct Sun. Use Of Glass/glazing With A Lower U-value And Shading Coefficient Reduce Solar Heat Gain. Allow Provision For Easy Access For Maintenance And Cleaning Especially For Curtain Wall System. Consider Lifespan, Durability And Life Cycle-costing When Selecting Façade Materials. Install And Use Energy-efficient Lighting Fixtures I.e. Led, Cfl, Slim Type Fluorescent, Etc. Skylights (if Applicable) And Windows To Maximize Natural Lighting And Ventilation On Selected Areas. Utilizing Daylight As Possible. Use Of Appliance With Inverter Technology With Variable Frequency Drive Technology. Window And Door Assemblies Shall Have Complete Gaskets, Weather Stripping, Door Bottom Sweeps And Seals. All Operable Windows Shall Be Provided With Safety Features For Protection Against Strong Winds, Water Penetration And Protection For Building Occupants Including Child Safety And Security. Specific Air Exchange Rates Are Usually Attained Through Artificial Ventilation. Adequate Ventilation Throughout The Facility Contributes To Maintaining A Hygienic Environment. Presence Of Functional Windows And Doors, That Allow At Least 6-8 Air Changes Per Hour For Natural Ventilation. For Airborne Infection Isolation Room/s And Er/triage Areas, Greater Or More Than 12 Air Changes Per Hour Is Recommended, While Up To 15 Air Changes Per Hour May Be Recommended For Operating Procedure, Or Delivery Rooms. Light-colored Building Envelopes Is Also Recommended To Reduce Heat Transfer From The Outside To Inside Of The Building By Having Surfaces With High Solar Reflectance Index (sri). D. Water Efficiency, Sanitation And Hygiene Optimize Water Conservation Through Installation Of Rainwater Harvesting Cistern Tank Use Of Waterless Urinals And Dual Flush Water Closets. Use Of Low-flow & Water Efficient Faucet And Hand-held Bidets. Use Of Water-saving Shower Heads For Hospitals, There Must Be At Least One Water Closet For Every Eight Patients In Compliance With Ra 4226 – Hospital Licensure Act. A Separate Toilet For Male And Female Is Preferred, And Shall Be Pwd Accessible. And, A Separate Toilet For The Staff, With A Provision Of One Toilet For Every Fifteen Personnel Shall Be Applied. Waterless Urinals Must Be Provided For Male Toilets. There Should Be Sufficient And Functional Hand-washing Facilities. E. Environmentally Resilient Health Facility Ground Floor Must Be Above Ground Line And Anticipated Flood Level. F. Material Sustainability Building Materials, If Applicable, Must Be Locally Sourced To Minimize Carbon Footprint. Rapidly Renewable And Sustainable Materials Are Also Recommended. Refer To Sec. 16.3.4 Of Doh Green And Safe Health Facilities Manual For List Of Sustainable Construction Materials That Can Be Used. Use Of Materials (specifically Wet-applied Materials) That Are Low In Vocs (volatile Organic Compounds) G. Site Sustainability Adopt The Development Controls Indicated In The National Building Code Of The Philippines To Establish The Extent Of The Health Facility Site Can Develop. Biophilic Design Is Recommended To Help Reduce Stress, Improve Cognitive Function And Creativity, Improve Patients’ Well-being And Expedite Healing. Porous Pavement Is Recommended At The Site Development To Alleviate Flooding. Landscape Swales Is Also One Solution. H. Indoor Environmental Quality Harvest Natural Daylight If Applicable. Acoustic Quality, Especially In Areas/rooms That Needs To Be Soundproofed, Shall Be Maintained. Use Of Acoustic Privacy Partitions Is Required. Separate Entrances For Ambulances And Walk-in Patients. In Procedure Rooms With Windowless Areas, Backlit Photomurals Or Artificially Illuminated Glass Artwork Can Alleviate Feeling Of Claustrophobia. In Wards And Recovery Rooms, Provide Windows And Natural Illumination As Much As Possible. Provide Acoustic Privacy In Patient Rooms, Offices, And Examination Rooms With Partitions Of Sound Transmission Class (stc) Of 45. Noise Level In The Operational Rooms Must Follow The Minimum Noise Standards In Accordance To The Doh Manual Of The Technical Guidelines For Hospital Planning And Design (level 3) Drawing Requirements: See Doh Standard Checklist Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096). Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation. -end Of Green And Safe Health Facilities Design Parameters- Xx. Build Aspect Furnish Labour, Materials, Equipment, Paint, Tools And Other Facilities To Complete The Entire Building Including Architectural, Structural/ Civil, Electrical, Mechanical, Sanitary, Communication, Fire Protection, And Other Related Works To Complete The Scope As Specified And/or As Shown On Drawings And Plans 1. General Requirement Contractor’s Temporary Facility And Lay Down Yard. Communication And Transmittal, Reproduction, Tarpaulin/billboard And Photos Material Testing (rsb, Chb, Concrete, Steel) Safety Requirements (warning Signs, Hardhat, Etc.) As Built Plan Demolition, Clearing Work, Permits And Licenses 2. Other Items Of Work Demolition Of Existing Structures In Affected Areas Or Where The Proposed Project Shall Be Situated, Clearing And Disposal Of All Debris Generated During Construction. All Serviceable Materials Shall Be Turn Over To Doh-dedvmh Through Its Representative Soil Excavation And Soil Treatment Restoration Of Any Damaged Properties During The Construction Permit Fees, And Other Necessary Documents For The Project Shall Be Shouldered By The Contractor Temporary Facilities Shall Be Provided During The Construction Period, To Be Constructed Within The Hospital Compound, Which Shall Serve As The Field Office, Storage Of Materials And Bunkhouse For The Workers. No Implementation Of The Project Without An Approved Plan And Other Related Documents. Strict Implementation Of (dole Guidelines And Other Standards Applicable) Health And Safety Rules. Shall Abide By The Medical Center Hospital House Rules Conduct Weekly Progress And Coordinative Report To The Agency Or Its Representative Other Items Of Work Not Mentioned Herewith But It Is Very Necessary For Execution And Completion Or Works Shall Be Included And Charge To The Contractor 3. Pre-installation Requirements All Tests To Be Conducted Shall Be Witnessed By The Hospital Representatives. Soil Investigation Concrete Strength Testing Reinforcing Bar Strength Testing Concrete Masonry Unit (cmu) Testing All Plumbing And Sanitary System Automatic Fire Sprinkler System Ventilation And Air Conditioning System All Electrical System And Other Tests That Necessary To Perform To Ensure The Quality Of The Project All Certifications And Reports Under Post-installation Requirement Shall Be Submitted To The Hospital Representatives. The Contractor Shall Submit A Sample Of Materials For Approval Of The Medical Center Chief Prior To Installation. No Implementation Or Execution Of Work In Any Discipline Without The Approval Of Medical Center Chief Or Through Its Representative Any Request For Inspection, Approval, Concrete Pouring, Testing And Commissioning Must Be Address To Medical Center Chief Or Must Adhere To The Reporting Protocol As Mentioned Above. -end Of Build Aspect- Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Drawings (as Applicable) A – 1 (a…n) Perspective, Site Development Plan, Vicinity Map/location Plan (2.00 Kms. Radius) Table Of Contents A – 2 (a…n) Floor Plans (scale 1:100m Minimum) Including Furniture Layout When Necessary A – 3 (a…n) Four (4) Elevations (scale 1:100m Minimum) A – 4 (a…n) Two (2) Sections (scale 1:100m Minimum) Including Spot Details When Necessary A – 5 (a…n) Roof Plan/s Showing Downspouts (scale 1:100m Minimum), Including Detail Of Gutter, Downspout, Etc. A – 6 (a…n) Reflected Ceiling Plan/s (scale 1:100m Minimum), Including Details A – 7 (a…n) Details Of Stairs, Fire Escapes/exits, Accessible Ramps, Etc. (scale 1:50m), Including Details Of Railings, Treads, Risers, Etc., In The Form Of Plans, Elevation/section A – 8 (a…n) Details Of Toilets (1:50 M) Including Accessible Toilets In The Form Of Plans, Elevation/section A – 9 (a…n) Details Of Specialized Design Features (scale 1:50 M) Such As Partitions, Cabinets, Etc. And Accessible Design Features A – 10 (a…n) Detail Of Typical Bay Section From Ground To Roof (scale 1:50 M) A – 11 (a…n) Details Of Special Elevations/section Rooms (1:50m) In Form Of Plans, A – 12 (a…n) Schedule Of Doors, Gates, Emergency Exits, Etc. (scale 1:50 M), Including Specifications For Materials And Hardware A – 13 (a…n) Schedule Of Windows (scale 1:50 M), Including Specifications For Materials And Hardware A – 14 (a…n) Schedule Of Finishes For Interior And Exterior Floors, Walls, Ceilings Architectural Technical Specifications Architectural Scope Of Works Architectural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 1 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Interior Design Drawings (as Applicable) Aid – 1 (a…n) Floor Plans Showing Layout Of Floor Finishes (scale 1:100m Minimum) Aid – 2 (a…n) Floor Plans Showing Layout Of Furniture/finishing Partitions, Cabinets, Etc. (scale 1:100m Minimum) Aid – 3 (a…n) Interior Elevations And Sections Showing Wall Patterns, Ceiling Sections, Etc. (scale 1:100m Minimum) Aid – 4 (a…n) Details Of Partitions, Cabinets, Furniture, Ceiling And Other Interior Design Features (scale 1:100m Minimum) Aid – 5 (a…n) Architectural Interior Perspective/s Architectural Interior Design Technical Specifications Architectural Interior Design Scope Of Works Architectural Interior Design Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 2 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Structural Drawings (as Applicable) S – 1 (a…n) General Notes And Construction Standards S – 2 (a…n) Site Development Plan S – 3 (a…n) Foundation Plan/s (scale 1:100m Minimum) S – 4 (a…n) Floor Framing Plan/s (scale 1:100m Minimum) S – 5 (a…n) Roof Framing Plan (scale 1:100m Minimum) S – 6 (a…n) Schedule And Detail Of Footings And Columns S – 7 (a…n) Schedule And Detail Of Beams And Floor Slabs S – 8 (a…n) Detail Of Trusses S – 9 (a…n) Details Of Stairs, Ramps, Fire Exits S – 10 (a…n) Other Spot Details Structural Analysis And Design (for 2 Storey Building And Higher) Boring And Land Test Results (for 3 Storey Building And Higher) Seismic Analysis Structural Technical Specifications Structural Scope Of Works Structural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 3 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Electrical Drawings (as Applicable) E – 1 (a…n) General Notes And Legends E – 2 (a…n) Location And Site Plan E – 3 (a…n) Lighting Layout (scale 1:100m Minimum) Including Details E – 4 (a…n) Power Layout (scale 1:100m Minimum) Including Details E – 5 (a…n) Auxiliary System Layout (scale 1:100m Minimum) Including E – 6 (a…n) Schedule And Detail Of Loads E – 7 (a…n) Riser Diagram E – 8 (a…n) Other Detail Electrical Computation Design Analysis Electrical Technical Specifications Electrical Scope Of Works Electrical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 4 Of 6 Electronics/auxiliary System Ready For Integrated Communications 1. Telephone System 2. Paging System 3. Lan System 4. Fire Alarm System 5. Security System Cctv 6. Integrated Communications And Systems Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Plumbing/sanitary Drawings (as Applicable) P – 1 (a…n) General Notes And Legends P – 2 (a…n) Location And Site Plan P – 3 (a…n) Storm Drainage Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Main Drainage Line P – 4 (a…n) Waterline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line From Main Water Source When Applicable P – 5 (a…n) Sewerline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Septic Tank Or Existing Sewerline P – 6 (a…n) Isometric Layout, Showing Waterline, Sewerline And Drainage Line P – 7 (a…n) Detail Of Connections, Catch Basins, Downspouts, Etc. P – 8 (a…n) Detail Of Septic Tank/sewer Treatment Plant Design Analysis Sanitary Technical Specifications Sanitary Scope Of Works Sanitary Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 5 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Mechanical Drawings (as Applicable) M – 1 (a…n) General Notes And Legends, Site Development Plan, Location Plans M – 2 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Showing Ventilation And Air Conditioning Systems And Other Installations M – 3 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Gas Pipeline System And Details M – 4 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Air-conditioning Systems And Details M – 5 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Fire Suppression Systems, Fire Sprinkler System, Wet Stand Pipe, Dry Standpipe And Other Installation M – 6 (a…n) Details Water Tank, Flow Diagram (scale 1:50m) M – 7 (a…n) Details Of Firewater Supply Sytem (scale 1:50m) M – 8 (a…n) Detail Of Elevators, Escalators, Dumbwaiters, Etc. (scale 1:50m) M – 9 (a…n) Detail Of Other Machinery/equipment (scale 1:50) M – 10 (a…n) Longitudinal And Transverse Section Of Building (scale 1:100m) Showing Manner Of Support Of Machines/equipment Mechanical Technical Specifications Mechanical Scope Of Works Mechanical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 6 Of 6 General Guidelines • All Construction Works Shall Be Undertaken By Contractor In Accordance With Existing Laws And All Other Applicable Rules And Regulations. • The Contractor Shall Be Responsible In Setting Out Reference Lines, Elevations (lines And Grades) Prior And During The Execution Of The Works. All References Shall Be Maintained And Protected By The Contractor At His Own Expense. Disturbed References Shall Be Restored To Its Original Position Without Extra Cost To Devmh. • The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Equipment, Which May Be Required. • The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Approved Pert/cpm Network Diagram Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Shall Complete The Works By The Intended Completion Date. • The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. • During On-going Construction And Before The Turn-over Of The Project, Engineering & Facilities Management Staff, End-users, Twg And Bac Shall Inspect The Works Undertaken By Contractor. Hospital Engineers And End-users Discover Any Deviations By Contractor From The Approved Construction Plans, Contractor Shall Be Required To Rectify All Such Deviations, Within Such Period Required By Client. • Contractor Shall Have Full Responsibility For Any And All Damages To Existing Hospital Facilities, Utilities, And/or Any Portion Of The Hospital’s Common Area, Due To The Works Undertaken By Contractor, Whether Accidental Or Intentional. • No Variation Order Shall Be Undertaken Unless Verified By Hospital Engineer And Approved By Executive Committee. • Contractor Shall Not Cover Or Block Stub-outs (cleanouts, Water Source, Exhaust, Sewer, Drainage, Etc.) When Not Utilized. Said Stub-outs Shall At All Times Be Free Of Obstructions And Easily Accessible. • Contractor Shall Secure A Utility Tapping Permit Prior To Tapping From Utility Provision. • Electricity And Water Consumed During Construction Shall Be Charged To Contractor. • End-users Reserves The Right To Inspect The Works At Any Time. • Contractor Shall Insure And Hold Client, Its Affiliates, Officers, Directors, Stockholders, Employees, Agents, And/or Representatives, Free And Harmless From And Against Any Injury, Losses, Claims, Damages, Liabilities, Expenses, And/or Costs Of Litigation, Resulting From Or Arising Out Of The Works Undertaken By Contractor. • In Event Of Force Majeure, The Contractor Shall Rectify, Replace Or Build The Unfinished Projects When It Is Not Yet Completed And Accepted W/o Additional Cost For The Procuring Entity. • Contractor Shall Comply With The Construction House Rules Of This Hospital.
Municipality Of Carmen, Bohol Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 115 Million (USD 2 Million)
Details: Description I. Project Description The Project Involves The Design And Build Of A 3 Mld Water Treatment Facility, Inclusive Of A 3 Mld Water Treatment Plant (wtp), Raw Water Abstraction Facility, Raw Water Pipeline, Raw Water Impounding Lagoon, Product Pumping Station, 3 Phase Power Transmission Line And Product Water Transmission And Distribution Pipelines To Barangays Poblacion Norte And Poblacion Sur. It Also Includes One (1) Month Proving Period With Performance Guarantees On Specific Usages Of Power And Chemicals For The Production Of Potable Water That Meets The Philippine National Standards For Drinking Water. Ii. Conceptual Design The Project Concept Is To Construct A 3 Mld Water Treatment Facility Using Socon River As Raw Water Source. The Raw Water Will Undergo Series Of Processes To Remove Sediments, Microbes And Other Impurities To Ensure That The Water Reaching To The Consumers Complies With The Quality Set Forth In The Philippine National Standards For Drinking Water, Pnsdw. The Product Will Be Distributed To Barangays Poblacion Norte And Poblacion Sur. Iii. Proposed Project Components: 1. Raw Water Abstraction (intake) Facility 2. Raw Water Transmission Line 3. Impounding (raw Water) Lagoon 4. Lagoon Pumping Station 5. 3 Mld Water Treatment Plant 6. Residual Management Facility (sludge Lagoon) 7. Product Water Pumping Station 8. Power Supply 9. Product Water Transmission Line 10. Product Water Distribution Lines, Valves, Fittings And Other Appurtenances 11. Site Development • General Earthworks • Fence Below Are The Coordinates Of The Proposed Locations Of The Facilities: Table 1. Location Of The Proposed Facility Facilities Location Proposed Location Of The Facility 9°49’40” N, 124°12’43” E Iv. General Map Showing The Location Of The Proposed Water Treatment Facility V. Conceptual Design Of A 3 Mld Water Treatment Facility Vi. Approved Budget Of Contract The Total Capital Expenditure (capex) Requirement For This Project Is Php 115,000,000.00. The Project Is Financed Through A Term Loan Agreement With The Development Bank Of The Philippines. Progress Payments To The Contractor Shall Be Governed By The Terms And Conditions Set Forth In The Omnibus Term Loan Agreement And The Deed Of Undertaking, Duly Executed Between The Development Bank Of The Philippines And The Municipality Of Carmen, Bohol. Furthermore, These Payments Shall Adhere To The Pertinent Provisions Of The Implementing Rules And Regulations Of Republic Act No. 9184, The Relevant Coa Rules And Regulations, And Any Other Applicable Laws. These Terms And Conditions Are Hereby Formally Communicated To All Prospective Bidders Through This Provision. Table Below Summarizes The Component Cost Of The Capex. Capex Summary Component Cost, Php Site Development And Fencing Raw Water Abstraction Facility Raw Water Transmission Pipeline Raw Water Impounding Lagooon 3 Mld Water Treatment Plant Residual Management Facility Product Pumping Station Power Supply Product Water Transmission Pipeline Product Water Distribution Lines, Valves, Fittings And Other Appurtenances Engineering & Design Commissioning & Proving Period Temporary Facility Total Project Cost Php 115,000,000.00 Vii. Proposed Design & Construction Schedule The Project Must Be Completed Within One (1) Year From Receipt Of Notice To Proceed. Viii. Contractor’s Track Record And Performance Guarantee The Contractor Must Show Proof That It Has Previously Installed A Water Treatment Plant (“wtp”) With A Proven Capacity Of No Less Than 3.0 Mld Capable Of Treating River Water At Turbidity Level Up To 5,000 Ntu. The Said Wtp Should Demonstrate A Low Energy Consumption Not Exceeding 0.15 Kwh/m3 Within The Wtp Battery Limit. The Contractor Must Be Able To Successfully Demonstrate During The 7-day Performance Test That The Wtp Has Continuously Operated At A Production Rate Of No Less Than 3.0 Mld, Energy Consumption Not Exceeding 0.15 Kwh/m3 And Product Water Quality That Meets The Specifications Of The Philippine National Standard For Drinking Water. The Contractor Must Incorporate In The Design Of Its Wtp A Feature That Will Allow 100% Water Recovery And Zero Effluent Discharge. Ix. General Scope Of Works Of The Contractor The Contractor Is Required To Perform The Following Scope Of Works: 1. Review Of Existing Information Review The Basic Design Parameters And Detailed Scope Of Works. The Contractor Shall Ensure That It Has First-hand Information On The Site Development Plan, Construction Data, Geo-hazard Maps, Elevation And Other Gis Maps And Other Documents That Are Readily Available From The Project Owner. Such Will Be Used To Define Project Design Criteria And Serve As Basis For Any Changed Conditions And Establish Project Cost Estimates. Should Any Of These Data And Other Pertinent Data Be Unavailable, The Contractor Shall Carry Out The Needed Testing/investigation To Complete The Needed Design Data. 2. Field Survey And Site Inspection The Contractor Shall Conduct The Appropriate Site Survey Including Staking, Establishing Of Horizontal And Vertical Control Points, Benchmarks, Traverse And Profile Survey, And Stream Flow. 3. The Contractor Shall Have Inspected The Site And Its Surroundings And Orient Himself With The Following: A. Location And Nature Of Work; B. Climatic Conditions; C. Nature And Condition Of The Terrain; D. Geologic Conditions At The Site; E. Transportation And Communication Facilities; F. Availability Of Construction Materials, Labor, Water Services, Electric And Power Supply; G. Location And Extent Of Aggregate Sources; And H. Other Factors That May Affect The Cost, Duration And Execution Of The Work. 4. Pipeline And Structural Analysis The Contractor Shall Prepare The Necessary Structural Analyses, Calculations And Design Of Structural Members In Accordance With The National Building Code Of The Philippines, National Structural Code Of The Philippines And Other Relevant Codes. The Design Of The Main Structure And Its Appurtenances Shall Take Into Account Prevailing Conditions Of The Area To Attain The Optimum Safety Of The Whole Structure. The Contractor Shall Prepare The Pipeline Design On The Basis Of Data Obtained From Site Investigations And Survey Of The Proposed Water Source, Site For Water Treatment Plant, And The Location Of Pipelines, Materials And Other Investigations Necessary In Standard Engineering Practice To Ensure High Efficiency Of The Proposed Water System. 5. Hydraulic Analysis The Contractor Shall Make A Hydraulic Analysis That Form Part Of The Technical Documents To Be Submitted To Ascertain That The Water System Could Provide The Required Flow And Pressure Based On The Designed Population And Planning Period. At The End Of The Design Stage, The Contractor Is Expected To Produce The Appropriate Design And Construction Plans. 6. Permits And Licenses The Contractor Shall Be Responsible For The Application Of Necessary Permits, Clearances And Licenses From Local And National Agencies Having Jurisdiction Over The Project. No Commencement Of The Project Without First Securing The Said Documents. 7. Construction Works The Contractor Shall Perform The Following Construction Activities But Is Not Limited To The Following: A. Mobilization/demolition The Contractor Shall Mobilize And Bring Out Into Work, All Personnel, Plant And Equipment, In Accordance With His Approved Construction Program, Equipment Moving And Utilization Schedule And Manpower Schedule, From Its Regular Place Of Business To The Site To Undertake The Contract. Mobilization Shall Include The Obtaining And Transporting To Jobsite Of Equipment, Materials, Tools, Personnel, Constructional Plant And All Necessary Items For The Execution And Completion Of The Work And Shall Also Include The Setting Up And Verification Of All Equipment And Instruments Until It Is Rendered Operable. Demobilization Shall Include Dismantlement And Removal From The Site Of The Contractor’s Materials And Equipment And All Temporary Facilities. It Shall Also Include A Clean-up Of The Site After Completion Of The Contract As Well As Transportation From The Site Of The Contractor’s Personnel. B. Site Clearing And Proper Waste Disposal General Site Clearing Operations Include The Removal Of Demolished Materials And Objectionable Matter, Protection And Clearing To Allow For New Construction. The Contractor Is Obliged To Provide Barricades, Coverings, Or Other Types Of Protection Necessary To Prevent Damages. Likewise, He/she Is To Dispose Of Materials, Trash And Debris In A Safe And Acceptable Manner In Accordance With Applicable Laws And Ordinances. Burying And Burning Of Trash And Debris At The Site Will Not Be Permitted. Trash And Debris Shall Be Removed From The Site At Regular Intervals To Prevent These From Accumulating And Ultimately Delaying The Course Of The Work. Site Works B.1. Excavation, Foundations, Anchorage The Design And Quality Of Structural Materials To Be Used Shall Be In Conformity To The Governing Laws And To The Acceptable Engineering Practices. Footings, Foundation Elements And/or Anchorage Systems Shall Be Of The Appropriate Type, Of Adequate Size/s And Capacity In Order To Safely Sustain The Superimposed Loads Under Seismic Forces, Lateral Earth Pressure Or Any Condition Of External Forces That May Affect The Stability Of The Structure. Excavated Soil Shall Be Coordinated With The Lgu-carmen For Proper Disposal. C. Conduct Of Potability Test After Project Completion And Commissioning, The Contractor Should Conduct Water Potability Test With The Presence Of The Representative Of The End-user. X. Specifications & Parameters A. Scope Of Design And Build Of The Water Treatment Facility And Related Works The Necessary Works For The Design And Build Of The Water Treatment Plant Including Raw Water Abstraction Facility And Pipeline, Product Pumping Station, Potable Water Transmission Pipeline, Power Supply, Metering House And Interconnection At The Delivery Points Shall Include But Not Be Limited To The Following: 1. Design And Construct A 3 Mld Raw Water Abstraction Facility And Raw Water Transmission Pipeline. 2. Design And Construct A 30,000 Cubic Meter Raw Water Impounding Lagoon. 3. Design And Construct A Water Treatment Plant (wtp) That Can Treat Raw Water With A Turbidity Of Up To 5,000 Ntu With 100% Water Recovery And Zero Effluent Discharge. 4. Design And Install A Product Pumping System That Will Pump The Potable Water To The Target Areas. 5. Design And Construct The Power Supply System Needed To Run The Water Treatment Facilities Inclusive Of 3-phase Power Transmission Line, Transformers And Standby Generator Set. 6. Design And Install Product Water Transmission Line And Distribution Line For The Target Service Areas. 7. The Product Pumping And Pipe Sizing Must Be Designed That There Will Be At Least 10 Psi During Peak Hours. 8. Conduct Soil Investigation And Topographic Survey Of The Wtp Site. 9. Design And Construct Associated Civil Works Including Site Development For The Water Treatment Facilities, Site Utilities, Water Supply, Sewer And Drainage System. The Civil Works Shall Include But Not Be Limited To Foundation Works, Formworks, Concreting, Painting And Fencing. 10. Design, Supply And Install All Mechanical And Electrical Components Including Lightning Protection System For The Water Treatment Facilities, Instrumentation And Control Equipment And Accessories That May Be Deemed Necessary For The Efficient And Ease Of Operation Of The Water Treatment Facilities. 11. Provide Appropriate Electromagnetic (if Applicable) Flow Metering Devices For Inflow And Outflow Measurements. 12. Design And Construct Support Facilities Such As Chemical Storage & Control Room, Fence, Road Network, Etc. 13. Supervise Commissioning And Performance Testing Of The Wtp For One (1) Month Upon Issuance Of Mechanical Completion. 14. All Other Works Which May Be Reasonably Implied Or Nor Explicitly Described But Are Needed To Have A Complete And Efficiently Functioning Plant Shall Be Implemented/constructed By The Contractor At No Additional Cost To The Procuring Entity. B. Performance Specifications Of The Water Treatment Facilities And Related Works 1. Design Flowrates The Water Treatment Facilities Shall Be Designed For A Capacity Of 3 Mld. 2. Required Treatment Facilities And Performance Efficiency A. The Treatment Plant Shall Produce Treated Water Effluent Conforming To The 2017 Philippine National Standards For Drinking Water (pnsdw) As Shown In Table Below. The Wtp, Intake And Related Facilities Shall Be Designed With Expected Life Of 25 Years. Table 1. 2017 Philippine National Standards For Drinking Water Parameter Unit Analysis Taste Unobjectionable Odor Unobjectionable Color Apparent Tcu 10 True Tcu 5 Turbidity Ntu 5 Aluminum Mg/l 0.20 Chloride Mg/l 250 Copper Mg/l 1.0 Hardness Mg/l 300 As Caco3 Hydrogen Sulfide Mg/l 0.05 Iron Mg/l 1.0 Manganese Mg/l 0.4 Ph 6.5-8.5 Sodium Mg/l 200 Sulfate Mg/l 250 Total Dissolve Solids Mg/l 600 Zinc Mg/l 5 Arsenic Mg/l 0.01 Boron Mg/l 0.5 Cadmium Mg/l 0.003 Lead Mg/l 0.01 Benzene Mg/l 0.01 E. Coli Or Thermo Tolerant (fecal) Coliform Bacteria No./100 Ml Nil B. Design And Operate The Plant Free From Any Discernable Odor And Noise Louder Than 55 Decibels At The Site Boundary. C. The Contractor Must Incorporate In The Design Of Its Wtp A Feature That Will Allow 100% Water Recovery And Zero Effluent Discharge D. The Annual Average Chemical Usage Should Not Exceed Php 1.00/m3 E. The Power Unit Usage Within The Proposed Wtp Battery Limit (excluding Intake And Product Pumping) Should Not Be More Than 0.15 Kwh/m3. F. The Raw Water Pipeline And Product Water Pipelines Must Withstand A Pressure Of At Least 100 Psi. 3. Minimum Design Requirement The Water Treatment Facilities Must Be Designed To Prevent Total Plant Shutdown When Undergoing Pump Maintenance Works. As Such, There Should Be At Least One Duty And One Stand-by Item Of Equipment To Allow The Plant To Operate At Any Given Time With A Full Process Flow Capacity At The Desired Efficiency During Equipment Replacement/repair Or Maintenance Servicing Or Cleaning. Equipment Upon Which The Plant Is Dependent For Full Operation Must Also Be Provided With Standby. A. Design All Plant Structures To Withstand Pressures And Seismic Loading In Accordance With The National Structural Code Of The Philippines. However, For Structural Concrete, The 28-day Compressive Strength Shall Not Be Less Than 21 Mpa. B. The Minimum Design Requirement For All Buildings Shall Be Concrete Foundations And Floors, Concrete Structural Elements, Galvanized Steel Trusses And Roof Frame, Reinforced And Filled Concrete Block Walls With Rendering And Painting, Bonded-color Steel Roofing System, Suspended Ceilings, Tiled Floors For Office Areas, Ceramic Tiling For Showers, Toilets And Similar Areas, Concealed And Under-floor Service Conduits And Pipelines And Air Conditioning For Office Areas. C. Electrical Power Supply And Control System And Requirements I. The Electrical Power Supply And Control System Shall Include But Not Limited To The Main And Branch Circuit Overcurrent Protective Devices, Motor Controllers Including All Protective And Monitoring Relay Systems Required For The Complete Operation Of The Plant And All Necessary Wiring, Conduits And Grounding Systems. Electrical Power And Control System Shall Be Wired So That The Various Items Of Plant Equipment Can Be Operated Either Manual Or Automatic To Achieve The Intended Sequence Of Operation. Process Control Shall Be Situated At The Motor Control Centers (mcc). Ii. Factory Wired Plant Components Shall Be Interconnected So As To Be An Integral Part Of The Plant. Iii. Provide Surge Protection To Prevent Damage To Electric Motors And All Other Electrical And Electronic Components During Fluctuation Of Voltage, During Resumption Of Power Supply After A Power Interruption And From The Effects Of Lightning. 4. Facilities Description And Specifications All Processes And Facilities Shall Be Designed To Meet The Performance Requirements For The Proposed Project. The Inter-connectivity Between Various Plant, Support Services And Structures Must Be An Integrated Approach To Meet Operational Performance, Flexibility, Maintenance And Reliability Criteria. The Power Unit Usage Within The Battery Limit Of The Proposed Wtp Shall Not Be More Than 0.07 Kwh/m3. The Water Treatment Plant May Include But Not Be Limited To The Following Main Process System, Support Systems And Relevant Facilities: A. Raw Water Abstraction Facility The Raw Water Abstraction Facility And Pipeline Shall Have A Capacity Of 3 Mld. The Natural Flow Of The River Shall Not Be Obstructed Or Changed By Constructing A Dam, Weir, Or A Similar Structure That Could Result To Flooding Of The Nearby Properties. The Abstraction Facility Shall Consist Of The Following: • Intake Weir, Water Collection Channel And Water Collection Well • 2 Units Submersible Non Clog Pump (1 Running And 1 Spare) With Motors And Variable Frequency Drive • Pipe Lay-out • Electrical Systems And Controls B. Raw Water Pipeline The Raw Water Pipeline Must Be Made Of Spiral Welded Steel Pipe. Pipes To Be Used Must Pass The Required Test Set By The Appropriate Authority. Pipes Shall Be Laid At A Minimum Depth Of 60 Cm. Pipe Sizing Should Be In Conformance To The Hydraulic Analysis C. Raw Water Impounding Lagoon The Impounding Lagoon Have A Capacity Of A Least 30,000 M3 And Will Be Lined With Hdpe Geosynthetic Lining The Lagoon Will Also Be Installed With The Pumping System That Will Pump Water From The Lagoon To The Water Treatment Plant. The Lagoon Pumping Station Will Comprise Of 2 Units (1 Pump Running And 1 Pump Spare) Submersible, Non-clog Pumps, With A Capacity Of 3mld And A Head Of 15 Meters. D. Water Treatment Plant The 3mld Water Treatment Plant (wtp) Must Be Able To Handle And Process Incoming Raw Water With Turbidity Levels Up To 5,000 Ntu. The Wtp Shall Include But Not Limited To Receiving Well, Mixing Channel, Flocculation Basin, Sedimentation Basin, Rapid Sand Filters, Chlorination, Chemical Dosing Equipment, Clear Water Tank And Sludge Management. The Wtp Shall Be Able To Produce An Effluent That Meets The Parameters Prescribed In The 2017 Philippine National Standards For Drinking Water (pnsdw). The Wtp Should Make Use Of Gravity Flow To The Extent Possible Which Minimizes The Use Of Energy For Pumping Resulting In Low Operation Costs. It Shall Incorporate A Zero Effluent Discharge Design And Will Make Use Of An Activated Filter Media System. • Receiving Well Provide A Receiving Well At The Proposed Wtp (with A Flow Measurement Or Device) To Receive Raw Water From The Intake Facilities. Pre-chlorination And Coagulant Dosing Shall Be Done At The Receiving Well • Rapid Mix-flocculation-sedimentation Provide A 2-stage Flocculation Chamber With Agitators For Proper Dispersion And Formation Of Flocs And A Sedimentation Basin For The Separation Of The Flocs By Gravity Settling. It Shall Have Provision For Removal Of Sludge. It Should Minimize Hydraulic Head Losses Between Units To Allow Future Changes In Processes Without The Need For Re-pumping. Rapid Mix The Rapid Mix Shall Mean The Rapid Dispersion Of Chemical Through The Water To Be Treated, Using Violent Agitation. The Tanks Should Be Made Of Concrete, Equipped With Devices Capable Of Adequate Mixing For All Process Treatment Flowrates. The Retention Time Should Not Be More Than 10 Seconds. The Rapid Mix Shall Be Designed In Close Proximity With The Flocculation Tanks. Flocculation Flocculation Shall Mean The Agitation Of Water At Low Velocities For Long Periods Of Time. Inlet And Outlet Of The Tanks Shall Be Designed That It Will Minimize Short-circuiting And Destruction Of Flocs. The Tanks Shall Be Made Of Concrete And Waterproof From Wall To Wall. Drain Or Pump Shall Be Provided To Handle Dewatering And Sludge Removal In A Short Period Of Time, When Necessary. The Inlet And Outlet Velocity Should Be Between 0.15 M/s, And 0.45 M/s With A Detention Time For Flocs Formation Of At Least 20 Minutes. Sedimentation Sedimentation Shall Follow Flocculation. The Following Criteria Shall Apply To Conventional Sedimentation Units: - The Sedimentation Tank Shall Complete With Inlet And Outlet Structures, Sludge Collection And Removal Mechanism, Isolation Valves And Gates, Drainage And Safety Ladder, Catwalks And Manholes. - The Surface Overflow Or Settling Rate Should Not Be More Than 2.0 M/h. - Inlet Shall Be Designed To Distribute The Water Equally And Uniformly. The Inlet Velocity To The Sedimentation Tanks Should Not Be More Than 0.3 M/s. - Basins Should Be Provided With Sludge Collection And Removal Mechanism. Valves Shall Be Provided To Isolate For Maintenance Purposes. It Shall Be Designed To Eliminate Or Minimize Clogging. Cleaning Or Removal Of Sludge Through The Use Of Sludge Disposal Pump Shall Be Designed In Such A Way That It Could Be Facilitated/completed In A Short Period Of Time. The Sludge Shall Be Conveyed To The Sludge Lagoon Through The Drainage Facilities. • Filtration System The Filtration System Shall Serve As The Final Stage Of Treatment To Remove Suspended Solids And Colloids. It Shall Compose Of The Activate Media Filter System. The Proposed Filter Shall Also Include The Following: A Minimum Of 8 Units Of Filters With Capability To Meet Plant Capacity Even If One (1) Filter Is Taken Out For Service Or Backwashing; An Automatic Backwashing System Complete With Controls And Motorized Gates And Valves; Wash Water Collection System And An Underdrain System That Efficiently Collect The Filtered Water. Filter Run Time Should Be Between 24 And 72 Hours. Each Filter Bed Shall Be Designed For A Filtration Hydraulic Loading Rate Of Not More Than 12 M3/m2-hr When One Filter Is Out Of Service. The Multimedia Filter Shall Operate 24 Hours Per Day Whole Year Round At The Design Capacity Of 3 Mld Regardless Of The Quality Of The Raw Water. The Filter System Shall Be Designed Such That No Power Is Required During Normal Operation And During Backwash Time. The Production Capacity Of The Filtration System Should Not Be Affected And Remains The Same At 3 Mld Even When One Cell Is Undergoing Backwash Operation. - The Filtration System Shall Be Structurally Designed Sound And Safe, Made Of Reinforced Concrete, Complete With Vertical Walls Within The Filter With No Protrusion Of The Filter Walls Within The Filter Media; Head Room To Permit Normal Inspection And Operation; Walkways, Ladder Rungs And Manhole Covers Shall Be Provided As Necessary For Easy Access And Maintenance. Walkways Shall Be Provided With Stainless Steel Safely Handrails. - Appurtenances The Following Shall Be Provided For Each Filter Cell: Water Inflow Control, Backwashing Pipes And Valves, Underdrain That Will Allow Filtered Water To Flow By Gravity At Wtp Capacity And Reverse Flow During Backwashing By Gravity To Remove Accumulated Sludge. • Disinfection Facility The Disinfection Facility Shall Cover The Pre Chlorination And Post Chlorination Requirement Of The Water Treatment Plant. Provide A Disinfection System That Will Be Used To Kill Pathogenic Microorganisms. There Should Be Sufficient Excess Of Chlorine For Disinfection Including A Free Residual Chlorine Concentration Of 0.5 – 0.7 Mg/l. The Disinfection System Shall Include All Equipment Such As Chlorine Dosing Pump And Other Miscellaneous Items Necessary For Disinfection Using Granular Chlorine. The Chemical Dosing System Shall Be Located Near The Receiving Well. A Storage Area Of Capable Of Handling At Least 30 Days Of Chemical Shall Be Provided. The Disinfection Facility Shall Be Capable Of Applying The Following Dosages At The Plant’s Design Flow Rate: Minimum Dose 0.30 Ppm Average Dose 1.00 Ppm Maximum Dose 5.00 Ppm • Chemical Feeding System Provide Complete Chemical Feeding System For Dissolving And Injecting Various Chemicals To Support The Rapid Mix And Coagulation Process. Include Batch Tanks, Storage Tanks, Mechanical Mixers, Metering Screws, Pipe Work, Valves, Fittings And Associated Equipment. The Feeding Systems Shall Be Located Inside The Chemical Building. The System Shall Be Arranged To Accept Chemical Supply In Both Liquid And Powder Forms. Equip The System With Ladders, Walkways, Platforms, Handrails And Cages To Allow Safe Access To The Equipment For Operations Staff. Locate Standpipes And Hoses Near The Equipment For Maintenance. E. Sludge Lagoon The Sludge Lagoon, Or The Residual Management Facility Must Have A Capacity Of At Least 500 M3. This Must Be Designed That There Is 100% Water Recovery And Zero Effluent Discharge. F. Product Pumping Station The Treated Potable Water Will Be Pumped To The Target Service Areas With A Residual Pressure Of No Less Than 10 Psi During Peak Hours. Two Units Of Centrifugal Pump Should Be Installed (1 Running And 1 Spare) Capable Of Delivering The Requirement 3 Mld. G. Power Supply Power Supply Facility Is Inclusive But Not Limited To The Following: • 3- Phase Line With Primary Voltage Recloser (depending On Electric Cooperative Requirement) • Distribution Transformer • Stand By Generator Set With Automatic Transfer Switch The Specifications Of The Transformers And Generator Set Must Be Based On The Calculations On The Total Load Of The Whole Water Treatment Facility. H. Product Water Transmission Pipeline The Potable Water Pipeline Must Be Made Of Hdpe Pipe. Pipes To Be Used Must Pass The Required Test Set By The Appropriate Authority. Pipes Shall Be Laid At A Minimum Depth Of 60 Cm. Pipe Sizing Should Be In Conformance To The Hydraulic Analysis. Quality Assurance For Buttfuse Works Must Be Performed To Ensure That There Will Be No Leaking During Operation. The Pipes Must Be Able To Withstand A Pressure Of No Less Than 100 Psi. Estimated Length Are As Follows: Description Length 10” Mm Ø 2,058 Meters 8” Mm Ø 1,254 Meters 6” Mm Ø 3,882 Meters 4” Mm Ø 464 Meters I. Product Water Distribution Lines, Valves, Fittings And Other Appurtenances The Potable Water Pipeline Must Be Made Of Hdpe Pipe. Pipes To Be Used Must Pass The Required Test Set By The Appropriate Authority. Pipes Shall Be Laid At A Minimum Depth Of 60 Cm. Pipe Sizing Should Be In Conformance To The Hydraulic Analysis. Quality Assurance For Buttfuse Works Must Be Performed To Ensure That There Will Be No Leaking During Operation. The Pipes Must Be Able To Withstand A Pressure Of No Less Than 100 Psi. Corresponding Valves And Fittings Ang Interconnection To The Main Transmission Line Must Be Installed. Estimated Length Are As Follows: Description Length 3” Mm Ø 3,756 Meters 2” Mm Ø 6,900 Meters J. Auxiliary Facilities I. Chemical Storage The Storage Area Should Be Able To Handle Various Chemicals For 30 Days Plant Operation At Full Capacity. The Building Should Satisfy And Follow All The Necessary Safety Requirements In The Operation Of The Chemical Building. Ii. Fence Provide Inter-link Fence Around Entire Parameter Of The Plant Site. Locate Fence To The Correct Boundary And Provide Certified Survey Of Fence After Installation. Include Vehicular Gate At Entrance Roadway And An Adjacent Personnel Gate With Gate Restraints, Chains And Locks. Perimeter Lighting Shall Also Be Provided. Iii. Road Provide Paved Road Network Servicing All Areas Of The Plant And Incorporating Geometric Design And Traffic Management Features To Ensure A Free Flow Of Vehicles. Iv. Support Systems Potable Water Supply System Provide A Complete Potable Water Supply System For Drinking Water, Staff Amenities, Chemical Dilution, Cleaning, Toilets, Lavatories, Essential Process Requirements, Fire Lighting And All Other Applications. Water Shall Come From The Product Water Tank. Drainage System Provide Complete Drainage System (to Flow By Gravity) For All The Buildings, Road Networks, Water Treatment Perimeter, And Essential Area. A Separate Drainage System Shall Be Provided To Convey (by Gravity) The Sludge From The Sedimentation Basin And The Backwash Water From The Rapid Sand Filler And Other Waste Water From The Proposed Wtp Into The Sludge Lagoon Located At The Nearby Existing Wtp. Electrical Power And Control System Provide A Complete Electrical And Control System For The Plant Including The Site. Fire Control & Alarm System Provide A Complete Fire Protection Such As Smoke Detector And Alarm System In All Buildings, Control Room, Laboratory And Related Facilities And Shall Be Complying With The National Building Code Of The Philippines. Provide Fire Extinguishers At Strategic Location Inside The Plant And Support Structures. The Alarm System Shall Be Designed Audible To A Minimum Distance Of 30 Meters. Lightning Protection And Grounding System V. Miscellaneous Items That Are Deemed Necessary Provide All Necessary Items/works To Have A Complete And Efficiently Functioning Plant. 5. Process Performance Test And Guarantee, Proving And Warrantees A. After The Issuance Of The Certificate Of Completion, The Contractor Shall Supervise The Performance Testing Of The Wtp And Training Of The Procuring Entity Personnel Within A Period Of One (1) Month. The Procuring Entity Shall Supply The Operation And Maintenance Manpower And All Materials, Utilities Including Power, Fuel, Lubricants, Chemicals, Facilities, Services And Other Items Needed To Operate And Maintain The Plant. The Contractor Shall Be Responsible For The Cost Of Parts Or The Facility That May Have To Be Replaced During The Proving Period. B. The Contractor Shall For Thirty (30) Consecutive Day Demonstrate That The Completed Wtp Shall Operate In Accordance To Stated Performance Specifications And Parameters. C. The Contractor Shall Be Responsible For Making All Remedial Measures To Bring The Plant Performance And Efficiency To The Specified Level. Failure Of The Contractor To Complete All Remedial Measures Shall Authorize The Procuring Entity To Confiscate The Performance Security Or The Performance Guarantee Bond As The Case May Be And To Retain All Monies Due To The Contractor Without Prejudice To Procuring Entity's Right To File A Damage Suit. D. The Power Unit Cost Per Cubic Meter Of Treated Water At The Proposed Wtp Battery Limit Should Not Be More Than 0.15 Kwh/m3 E. The Annual Average Chemical Usage Should Not Exceed Php 1.00/m3 F. The Contractor Shall Provide One (1) Year Mechanical Warranty. G. The Contractor Shall Provide Lifetime Technical Advisory Service To The Procuring Entity. Xi. Bid Proposal Inclusions In The Preparation Of The Proposal, The Bidder Should Ensure That The Following Are Included In The Submission: 1. Technical Drawings A) Process Flow Diagram And P&id B) Site Development Plan C) Key Components Lay-out Plan D) Electrical Sld And Estimated Energy Requirement E) Conceptual Drawings And 3d Rendition Of The Water Treatment Plant And Other Facilities 2. Schedules A) Pert/cpm Network And Bar Chart/s-curve Schedule (design Stage And Construction Stage Should Be Well Defined In The Schedule. B) Manpower And Equipment Schedule C) Financial Periodic Cash Requirement 3. Capital Expenditures Proposal The Bid Should Have A Detailed Cost Breakdown Of The Components Of The Project: A) Detailed Engineering Design B) Water Treatment Plant C) Support Facilities D) Wastewater And Sludge Management Facility E) Utility Power Supply Including Transformers And Transformer Pad. F) Site Development (fencing, Road Network, Lightings, Drainage, Etc.) G) Commissioning And Testing H) Proving Period Cost Of The Inclusions Such As Hydrological And Geotechnical Studies, Site Surveys, And Insurances, May Be Individually Included In The Cost Breakdown Of The Components Where It Will Be Used. Proposal Should Also Include The Cost Of One (1) Month Of Testing And Commissioning. Cost Of Electricity And Chemicals To Be Used During The One-month Period Of Proof Of System Operations And De-bugging Must Be Become By The Bidder 4. Operations Expenditures Breakdown A Detailed Breakdown Of The Operations Expense Should Be Submitted With The Following Specifications: A) Power: • Include The Estimated Electric Consumption Starting From The Intake And The Wtp Process – Including Wastewater And Sludge Management Facility; • Electric Consumption Should Be Stated In Kwh Per Cubic Meter; • Electric Consumption Should Also Be Stated As A Philippine Peso Value Per Cubic Meter Using Php 9.00 Per Kwh As The Electric Cost. B) Chemicals: • Breakdown Of Chemical Consumption Per Cubic Meter Should Be Presented; • Chemical Consumption Per Cubic Meter Should Be Stated In Philippine Peso Value; Xii. Ded Submittal 1. Design Report, Construction And Shop Drawings A. The Design Report Shall Contain All Engineering Design Details Related To The Project Including Electrical And Mechanical Design, Structural Design And Bill Of Materials. All Design Calculations Shall Be Orderly Compiled And Submitted To The Procuring Entity As An Integral Part Of The Design Report. B. The Technical Specifications Of The Major Equipment Should Be Submitted C. The Drawings Shall Show The Complete Assembly Of The Plant With All The Equipment And Appurtenant Components. The Layout Shall Indicate The Relative Location Of The Plant With Respect To The Boundary Of The Lot. D. The Drawings Shall Show Complete Construction Details For Each Component, Piece Of Equipment, Support Structure And Access Facilities. 2. Drawings A. Drawings For Approval Drawings To Be Submitted By The Winning Bidder For Approval Shall Be Of Size A3. 3. Operation & Maintenance Manuals And List Of Spare Parts Prepare And Submit Draft Operation And Maintenance Manual With Lists Of Spare Parts For The Plant Including All Equipment, Thirty (30) Calendar Days Before The Intended Completion Date. Submit The Completed Operation And Maintenance Manual Within Two Weeks Of Receiving Review Comments In The Form Of Two Digital Copies On Cd And Four Hard Copies Using The Latest Versions Of Word And Autocad With Supplementary Drawing And Image Files In Pdf Format. Manuals Shall Be In Metric, A4 In Size With Three Ring Binders With Durable Hard Covers. Drawings Shall Be In Metric, A3 Size Covers And Held Together Using Three Removable Brass Male/female Screws. All Drawings Shall Be In A3 Size. The Operation And Maintenance Manuals Shall: I. Cover All Aspects Of The Works Ii. Provide 'general Principles Of Operation' For The Plant. The General Principles Of Operation Shall Be Prepared By The Designers And Should Include The Necessary Information For Operators To Effectively Operate And Maintain The Works. Iii. Incorporate Safety, Environmental And Quality Issues. Iv. Have Detailed Indexes And Cross Referencing. V. The Operations Manual And The Maintenance Manual Shall Be Bounded Separately. A. Operation Manual A Single Operation Manual Shall Be Provided For The Operation Of The Plant. The Manual Shall Include But Not Be Limited To: I. Title Page: Project, Procuring Entity's And Contractor’s Name, Address And Telephone Number And Contract Number. Ii. Index: Include A Comprehensive Index Iii. General Description • Location • Site Layout, Process And Instrumentation Diagrams, Hydraulic Profile • Description Of Process And Effluent Criteria • Design Criteria Iv. Safety Management V. Environmental Management Vi. Detail Operation (for Each Process Unit) • Describe Each Process Unit Including Size And Number Of Mechanical/ Electrical Units • Mode Of Operation (start, Shutdown, Manual And Auto Control) • Performance Criteria For Each Process Unit/facility • Sampling Points • Troubleshooting • Record Keeping Requirements • Duty Statements (for Operators) • Operating Procedures (covering Safely And Environmental Procedures) • Environmental And Emergency Response • Sampling And Monitoring Requirements - Include Performance Criteria For Each Process Unit - Monitoring Of The Receiving Environment (waterways, Noise And Odors) • Cross Reference To Maintenance Manuals - Provide Maintenance Manuals To Support This Operations Manual For All Mechanical And Electrical Equipment. B. Maintenance Manual Prepare Maintenance Manuals For All Individual Items Of Equipment. The Manuals Shall Include But Not Be Limited To: I. Title Page: Project, Procuring Entity's Name, Address And Telephone Number, Contractor's Name, Address And Telephone Number And Contract Number. Ii. Index: Include A Comprehensive Index. Iii. Description: A Full Description Of The Equipment With A Tabulation Of Dimensions And Performance Ratings. Iv. Principles Of Operation: Basic Working Description, Including Novel Features And Any Automatic Control. V. Operating Instructions: A Step-by-step Procedure Organized In Sections Containing The Following: • Pre-start Check-up • Starting • Continuous Operation • Stopping • Emergency Stopping • Abnormal Operation (as Applicable) Vi. Installation And Commissioning Instructions: Details Of Standards And Procedures For Transporting And Installing The Equipment. Including A Step-by-step Procedure For Mounting Or Erecting, Wiring And Lubricating The Equipment. Alignment Tolerances And Check Requirements Shall Be Stated. Vii. The Commissioning Instructions Shall Include Step By Step Procedures Before And During Start-up, After Starting And Operational Tests During Continuous Operation. Viii. Routine Maintenance - Step By Step Procedure For Preventive Maintenance Work Carried Out At Intervals Of 2 Weeks Or Less. Ix. Periodic Maintenance: Step By Step Procedure For Fault Correction And Preventive Maintenance Carried Out At Intervals In Excess Of Two Weeks, Involving Replacement Of Spare Parts And Consumables. A List Of Special Tools Shall Be Included. X. Test Data And Troubleshooting: Instructions To Qualified Tradesmen For Assessing The Operational Performance Of The Equipment. Xi. Spare Parts List: Illustrations And Schedules For Identification And Specifications Of All Items In The Equipment. Exploded Diagrams Are Required. The Recommended Spare Parts Stock For One Year Shall Be Indicated. Xiii. Personnel & Equipment Requirement The Bidder Must Demonstrate That It Has Designed And Constructed Similar Water Treatment Facilities And Has The Personnel For The Key Positions That Meet The Following Requirements: Item Position Total Work Experience (years) Similar Work Experience (years) 1 Project Manager 10 5 Design 2 Water Treatment Specialist (chemical Engineer) 5 3 3 Sanitary Engineer 5 2 4 Professional Mechanical Engineer 5 3 5 Professional Electrical Engineer 5 3 6 Structural Engineer 5 2 Build 7 Project Engineer 5 3 8 Civil Engineer 5 3 9 Mechanical Engineer 5 3 10 Electrical Engineer 5 3 11 Safety Officer 5 2 The Contractor Shall Provide Details Of The Proposed Personnel And Their Experience Records. C. Equipment The Contractor Must Demonstrate That It Will Have Access To The Key Equipment Listed Hereafter: Item Equipment Type And Characteristics Quantity 1 Dump Truck 1 2 Backhoe 1 3 Roller Compactor 1 4 Concrete Vibrator 1 5 Bagger Mixer 2 6 Bar Cutter 1 7 Welding Machine 1 8 Boom Truck 1
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Details: Update: On 3/7/2025, The Government Recieved A Question In Regards To Page Limit Requirements Within This Notice. The Government Reaffirms It's Position Of The Initial Page Limit Requirements Stated In This Notice. Further, The Period For Technical Questions And/or Concerns Has Closed As Of Monday, February 24, 2025. Therefore, The Government Encourages All Offerors To Provide The Response To This Notice That Is Most Advantageous Based On Their Understanding Of The Requirement(s) By The Submission Due Date. this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330's Architect-engineer Qualification Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. 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. 1. General Information: veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm-fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Layouts, Specifications, Reports , Construction Cost Estimates, And Construction Period Services For Project # 549-215 Dallas Clc Bed Bath Compliance-minor Design Project Located At The Dallas Veterans Affairs Medical Center (vamc) Community Living Center (clc) Located At 4500 South Lancaster Rd Dallas Tx. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. the Dallas Vamc Is Soliciting Design Services To Expand Patient Bathrooms For Patient Privacy, Replace Roofing, Flooring, Ceiling, Windows, And Replacing Fire Doors. Currently, Patient Bedrooms In The Dallas Community Living Center (clc)-b Wing Share A Bathroom. Thus, The Central Intent Of This Design Project Shall Be To Provide The Necessary Completed Construction Documents In Order To Construct A Restroom For Each Patient Room For Privacy. Moreover, This Project Will Provide New Millwork, Finishes, Updated Lighting And Sinks In The Patient Bedrooms. Overall, The Construction Project Shall Expand The Clc By 3,300 Sq Ft And Renovate 20,000 Sq Ft. Additionally, This Project Shall Bring Hvac Standards Up To New Pandemic Readiness Criteria. The Design Must Comply With The Small House (sh) Model Design Guide Https://www.cfm.va.gov/til/dguide.asp, And Requirements Included In The Va Til. Finally, The Finishes Used In This Project Shall Be Selected By Va And Provided By The Contractor. the A-e Services Design-bid-build Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. 2. Project Information: this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Award Is Projected To Be Made In Early 4th Quarter Fy 2025. The Anticipated Period Of Performance For Completion Of Design Is 235 Calendar Days After Notice Of Award (noa). The Estimated Cost Of Construction For This Project Is $6,837,600.00. Please Note That The 235-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. A Notice To Proceed (ntp) Is Only Applicable To A Construction Project, Not A Design. 3. A-e Selection Process: firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: Sf 330s Will Be Evaluated In Accordance With The Primary And Secondary (if Necessary) Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Requirement. In Accordance With Far 36.602-3(c), At Least Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, As Soon As Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. For This Project, This Will Be In The Form Of Written Responses. The Form Of Discussions Will Be The Same For All Firms. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria Outlined In This Announcement. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations If Applicable. the Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. The Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized For The Highest Rated Firm During The Negotiation Process. An Award Is Intended To Be Made To The Most Highly Qualified Firm As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Price And The Firm Is Found Suitable During The Responsibility Determination. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated In Accordance With Far 36.606. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. 1. Professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate That They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In The State Of Their Home Office And Where The Work Is Being Performed. Please Provide Professional License Numbers And/or Proof Of Licensure. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel. The Lead Designer In Each Discipline Must Be Registered In Accordance With Far 52.236-25. The Board Will Evaluate Resumes For All Proposed Key Personnel. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm-the Va Will Accept A Minimum Of Seven (7) Years) Of Personnel Proposed For Assignment To The Project, And Their Record Of Teaming Arrangements When Evaluating Professional Qualifications. In Order For A Firm Or Individual To Be Permitted By Law To Practice The Profession Of Architecture Or Engineering, It Must Be Licensed By The State In Which It Is Practicing, And A Registered Professional In The State In Which It Is Practicing. Key Positions And Disciplines Required For This Project Include: A) Architect (leed Certification/us Green Build Council Certification) B) Registered Communications Distribution Designer (rcdd) C) Cost Estimator D) Civil Engineer E) Electrical Engineer F) Environmental Engineer G) Fire Protection Engineer H) Industrial Hygienist I) Mechanical Engineer J) Plumbing Engineer K) Project Manager L) Quality Assurance Manager M) Structural Engineer N) Physical Security Specialists O) Commissioning Agent P) Designer/cadd Tech Q) Specification Writer resumes Should: be Limited To Two Pages. cite Project Experience Similar In Size, Scope, And Complexity To The Project Statement Of Work (sow). indicate Proposed Role In This Contract the Government Will Consider 1-2 Additional Pages If There Are Specifics Related To The Technical Qualifications Pertinent For Successful Completion Of This Requirement. the Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority], Of [company Name] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. The Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. 2.specialized Experience (sections F, G, & H) The Evaluation Will Consider The Specialized Experience On Similar Projects As Well As The Technical Capabilities Of The Prime Firm And Any Subcontractors. The Teb Will Evaluate The Effectiveness Of The Proposed Project Team (including Management Structure, Coordination Of Disciplines, Offices And/or Subcontractors, And Prior Working Relationships). The Project Team Members Prior Experience With Each Other, As Well As Their Experience In Projects That Are Similar In Size, Scope, And Complexity. Offeror Must Provide Five (5) Projects, Completed, Or Substantially Completed Within The Past Five (5) Years, That Best Illustrate Specialized Experience Related To This Project Scope, Such As Medical Facilities, Community Living Centers, Nursing And Patient Care Centers, Hospice Care Facilities, And Other Related Projects. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And/or Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competencies Stated Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror By Demonstrating Their Role In The Project For E.g. Listing Themselves As The Prime Contractor, Teaming Partner, Or Subcontractor. Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Contract Number Associated With The Project. Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. 3.capacity (section H) To Accomplish The Work In The Required Time. The Evaluation Will Consider A Firm S Experience With Projects Of Similar Size, Scope, And Complexity And The Available Capacity Of Key Disciplines When Evaluating The Capacity Of A Firm To Perform The Work Within The Required Time. Specifically, The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project. The Board Will Consider The Full Potential Value Of Current A/e Contracts That A Firm Has Been Awarded When Evaluating Capacity. The Offeror Should Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Also, The Offeror Must Provide An Active Project List With Completion Percentages And Expected Completion Dates. The Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. 4.past Performance On Contracts With Government Agencies And/or Private Industry. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Evaluation Will Consider The A-e S Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. The Past Performance Will Be Evaluated For All Projects Provided In Section F To Include A Review Of Contractor Performance Assessment Rating System (cpars) And/or Past Performance Questionnaire (ppq) If There Is No Cpars Data Available. The Following Information Is Required For Each Project Noted In Section F: 1. Contract/task Order Number. 2. Project Title 3. Prime Firm Name 4. Start Date. 5. Completion Date 6. Cpars Or Ppq Attached For The Project. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Evaluations Will Consider Performance Ratings On Recently Completed Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Responsiveness. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Deemed As Non-responsive. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. If There Is No Cpars Data Available, Ppqs Will Be Accepted. Please Utilize The Attached Ppq Document. Completed Ppqs Should Not Be Submitted By The Evaluator To Vha Pcac Directly. Completed Ppqs Must Be Incorporated Into The Sf 330 Submission. The Cpars And Ppqs Will Not Be Counted Toward The Page Limitation For This Submission. For Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations That Are Rated As More Than Satisfactory May Be Given Greater Consideration. The Evaluation Will Assess Performance On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, Responsibility And Responsiveness. 5.experience In Construction Period Services (section H) To Include: 1.professional Field Inspections During The Construction Period 2. Coordination And Validation Of Commissioning Requirements 3. Solicitation Support Services 4.providing A Submittal Register 5.review Of Construction Submittals 6.support In Answering Requests For Information (rfis) During The Construction Of A Project 7.support Of Construction Contract Changes To Include Validating Statements Of Work And Cost Estimates 8. Attendance At Weekly Conference Calls 9.providing Minutes Of Meetings Between The A-e, Va, And Contractors 10.pre-final Inspection Site Visits 11.generation Of Punch List Reports And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. 6.knowledge Of The Locality (section H) To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, And Working With Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located Or How Far Away The Firm/branch Office Is From The Site And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H. secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror's Principal Business Location And The Dallas Vamc Clc At 4500 South Lancaster Rd Dallas, Tx. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm's Sf 330 Submission Highly Qualified Or Not Highly Qualified" 5. Submission Requirements: the Below Information Contains The Instructions And Format That Shall Be Followed For The Submission Of The Sf 330, Statement Of Qualifications: submission Contents- firms Are Required To Submit Three Documents: one Sf 330, Architect/engineer Qualifications, Parts I And Ii, And Any Attachments, As A Pdf On The Sf 330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). one Separate Company Information Document, That Will Not Be Evaluated, Containing The Following Information: Cage Code. Unique Entity Identifier (uei). Tax Id Number. E-mail Address(es) And Phone Number(s) Of The Primary Point(s) Of Contact. Address Of Firm For Correspondence. A Copy Of The Firm S Vetcert And Verification Note: If You Are A Jv, You Must Be Registered In Vetcert As The Jv. The Submission Will Not Be Reviewed If Only A Partner Is In Vetcert But Not The Jv Itself. complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As Attachment A4 And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation. format Of Submissions-the Page Limitation Of The Sf 330 Pdf Submission Shall Not Exceed A Total Of 25 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Every Page In The Pdf Will Count Toward This Page Limit Except Resumes, Copies Of Licensure, If Included, Cpars, Ppqs, And Part Ii Of The Sf 330. Do Not Combine The Company Information Document And Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. Gsa.gov Provides A Standard Fillable Sf 330. The Link To This Form Can Be Found Here: Https://www.gsa.gov/reference/forms/architectengineer-qualifications The Formatting Of The Sf 330 Submission Shall Follow That Of The Standard Form And Cannot Be Manipulated Or Changed, Meaning Each Page Shall Be: In The Default Font And Default Font Size In Black Ink (no Gray, No Colors) Single Spaced (no Less Than 1.0 Is Permitted) 8.5 X11 Paper (except The Organizational Chart In Section D As Long As The Organizational Chart Is The Only Item On The Larger Paper) The Margins Must Be The Pre-defined Margins In The Form-fillable Sf 330 On Gsa.gov's Website (7/2021 Version). All Information Must Be Contained Between The Thick Black Lines At The Top And Bottom, And The Sides May Not Extend Horizontally Beyond These Thick Black Lines. Do Not Shrink The Margins. Any Page That Does Not Comply With These Formatting Instructions (with Information That Extends Beyond These Margins, Uses A Different Font, Uses Less Than Single Line Spacing, Or Any Pages In Excess Of The 25 Pages That Are Not Exempt, Etc.) May Be Determined As Being Nonresponsive. submit One (1) Sf 330, Statement Of Qualifications And Any Attachments, And One (1) Accompanying Company Information Document Containing The Above Sdvosb Information, Via Email To Both The Contract Specialist Doniver.hamilton@va.gov And To The Contracting Officer Gabriel.escarciga@va.gov . Please Cc Procurement Technician Megan.johnson9@va.gov. the Subject Line Of The Email Shall Read: Sf 330 Submission- 36c77625r0035 In 549-215 Dallas Clc Bed Bath Compliance-minor Design Project. The Sf 330 Pdf And Company Information Document Shall Be Submitted In One Email And Have A Total File Size Of Less Than 10 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. technical Questions -all Questions Shall Be Submitted To Doniver.hamilton@va.gov And Gabriel.escarciga@va.gov With The Subject Line Sf 330 Question - 549-215 Dallas Clc Bed Bath Compliance-minor Design Project . The Cutoff For Question Submission Is Monday, February 24,2025 At 5:00pm Est. Questions Will Be Answered Through An Amendment To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. submission Due Dates- All Responses Are Due Via Email On Or Before Thursday, March 13, 2025 At 5:00pm Est. Note: Sf 330 Submissions Received After The Date And Time Specified May Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. All Emails Must Be Received By The Va Email Server By 5:00 Pm Est On The Suspense Date. The Time Will Not Be Based On When Firms Hit Send . Thus, Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. 6. Other Information: all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement Will Result In The Rejection Of The Sf 330 Submission. reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. all Joint Ventures Must Be Sba Certified At Time Of Submission, Written Response Submission, And Award, And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s.
1591-1600 of 1639 archived Tenders