Indiana Bids > Bid Detail

C1DA--AE Project No. 610A4-23-205, Update Facility Building Inform ation Model -- Request for SF330 (Qualification Statements)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159514509724414
Posted Date: Feb 22, 2023
Due Date: Mar 14, 2023
Solicitation No: 36C25023Q0328
Source: https://sam.gov/opp/da477bd4d5...
Follow
C1DA--AE Project No. 610A4-23-205, Update Facility Building Inform ation Model -- Request for SF330 (Qualification Statements)
Active
Contract Opportunity
Notice ID
36C25023Q0328
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

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

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2023 01:04 pm EST
  • Original Response Date: Mar 14, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Ft Wayne Veterans Affairs Medical Center Ft. Wayne , IN 46805
    USA
Description
STATEMENT OF WORK

1. INTRODUCTION: The objective of this project is to perform the annual master Building Information Model (BIM) at Northern Indiana Healthcare System (Fort Wayne Campus) while furthering BIM capabilities to support mission requirements.
2. BACKGROUND: The Architectural documentation already received through Dec 2021 includes accurate room and space layouts, square footage, functional use, department ownership, and other useful information. Space ownership and identification is critical for VA strategic and tactical planning efforts. Changes are constantly made as priorities evolve to facilitate patient care. Maintaining this master record document set aides space management committees and promotes healthful strategic planning. BIM has been a crucial tool in updating the VA CAI database.
3. CONTRACT OBJECTIVE: VA uses Autodesk Revit version 2022 as its BIM system. Utilizing the station s existing model of building architectural space, life safety drawings, and department ownership (as of December 2021) for all VA owned and leased buildings, the architect/engineer (A/E) firm shall validate, capture and incorporate into the model all changes due to building additions, renovation projects and staff/department moves. VISN 10 capital improvement projects are required to be designed utilizing BIM/REVIT (Buildings) or Civil 3D (Site); the A/E shall either merge models from these projects or modify the station s record drawing model to capture small changes from VA staff executed renovation projects. Mechanical, Electrical, Plumbing and Technology (MEP-T) shall be incorporated in the REVIT models if previously designed and civil/site data changes shall be incorporated into BIM/CIVIL-3D, and provided during each submitted review.
4. CONFIGURATION MANAGEMENT: Model updates shall conform to most recent version of the VA BIM Manual found at the VA Technical Information Library (https://www.cfm.va.gov/til/projReq.asp) and the existing VISN 10 BIM configuration (also known as formatting).
5. DELIVERABLES: The A/E shall deliver submittal documents that include:
a. Updated station record drawing model in .rvt and .pdf format
b. Updated Life Safety record documents in .rvt and .pdf format
c. The updated architectural plan of each building floor showing department color coding and associated tables (detailed below) in .pdf format.
d. Tables showing by building each room number, room NUSF and room department owner. Also provide in .xlsx format.
e. Tables showing by each building floor each department GSF and the net change from the previous model update. Also provide in .xlsx format.
f. Tables showing for the entire station each department GSF and the net change from the previous model update. Also provide in .xlsx format.
g. Collected source documents containing MEP-T and civil/site data information used into the updated model.
h. Report of findings document on any discrepancy or issues determined for VA documents provided.
i. Provide MEP drawings from as-builts.
j. Update Statement of Conditions (SOC) drawings.
k. Updated Site and site Utility plans identifying boundary survey information/ utilities /Manholes / Tanks and other smart linkage information specific to the Grounds/Site of the entire campus.
l. Tables showing by building each room number, room NUSF and room department owner and quantity of Acres on each site. Also provide in .xlsx format.
m. Bi-annual drone fly-over of the campuses. This bi-annual documentation shall be done in both in winter and summer to obtain snow-free and leaf-free aerial photography when the sun is 30 degrees or more above the horizon for three or more hours. Skies shall be clear (defined as when cloud shadows will not appear on more than five percent (5%) of the area in any one photo), free from excessive smoke, fog or haze, and well-defined images can be resolved. Ground conditions shall be free of snow, ice, leaves and excessive soil moisture. Rivers and streams shall be within their normal banks. The winter photography shall be a vertical orthographic visual of the entire campus boundary/site. The summer photography shall be a pictorial angular view of the campus displaying ideal weather conditions to provide an excellent pictorial image of the campus from various view site locations. These photo captures will be displayed in various media presentations and hung in picture frames representing the VISN 10 stations and the respective current annual views. Data acquired from the drone may assist in the updating of the station s documents. All permissions to fly these drones must be obtained from the Federal Aviation Administration (FAA), any adjacent U.S. Department of Defense (DOD) or state National Guard installation (as applicable) and the VA station.
n. Import existing CAD files into Revit files.
o. Files and deliverables will be transmitted utilizing the Federal Government s MAX.gov File Transfer Protocol (FTP) website (https://drive.max.gov). The VA retains sole rights to and ownership of the updated model and source documents upon contract closeout.
6. QUALITY CONTROL: The A/E shall implement a quality assurance/quality control (QA/QC) program to ensure BIM updates are accurate. This at a minimum will involve interviews with VA staff and on-site inspections to validate any assumptions made.
7. CONTRACT SECURITY: For this study project the VA certification and accreditation requirements do not apply, and a Security Accreditation Package is not required in accordance with VA Handbook 6500.6, Appendix A. Employees of the A/E shall comply with VA security badging requirements while working under this contract.
8. PERIOD OF PERFORMANCE: 180 days from notice to proceed to completion.
9. LOCATION. The scope of this project shall include all work as described above at the Ft. Wayne Veterans Affairs Medical Center, 2121 Lake Ave, Fort Wayne, IN 46805.

10. SELECTION CRITERIA. The government will evaluate each potential contractor under the terms of its:
a. Professional qualifications necessary for satisfactory performance of required services;
b. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials;
c. Capacity to accomplish the work in the required time;
d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
e. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.

11. SUBMITTAL INSTRUCTIONS. All interested and capable contractors must submit an electronic copy of their SF330s, via email, by the closing time/date of this announcement. No hard/physical copies will be accepted. They must be submitted to the contract specialist at brian.rosciszewski@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 22, 2023 01:04 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

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

Start Free Trial Today >