Presolicitation Notice Presolicitation Notice Page 21 of 21 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 21 Durham, North Carolina 27705 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before December 17, 2025. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. (VAAR 836.204). The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required. communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The Architect/Engineer shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project. The project corrects findings found during Facility Condition Assessment and modernizes the station s electrical system. This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A/E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veterans Affairs, Durham Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A/E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 558-24-109, Provide Emergency Power to 3rd Floor located at 508 Fulton Street, Durham, North Carolina 27705. The VAMC in Durham, NC is located on over 17 acres and has multiple buildings. The intent of this project is to fix the below deficiencies: Provide emergency power to Air Handling Unit-65, which is located on the F-Wing roof. Provide emergency power to 3rd floor lab equipment in F-Wing. Provide emergency power to 3rd floor radiology equipment in F-Wing. Evaluate existing emergency lighting in the 3rd floor F-Wing labs, 3rd floor radiology equipment rooms and supporting rooms and design Emergency Power solution to allow for continuous operation during a power outage. The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA Dynamic Small Business Search at https://dsbs.sba.gov/search/. At time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73. Pursuant to 38 U.S.C. 8127(l)(2), all interested firms are required to submit the certification at VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation) with their qualification package. The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award. The Durham VA Medical Center Building 1 is the work location. This work will require appropriate personal protective equipment and proper infection control measures. Work will be phased to minimize disruption to medical center operations. Point of Contact: Mark Griffin, Contract Specialist Email:
[email protected] PROJECT INFORMATION: Project No. 558-24-109 Project Title: Provide Emergency Power to 3rd Floor 508 Fulton Street Durham, North Carolina 27705 An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Design shall also meet all applicable codes and standards. Proposed work is located at Building 1 at the Durham VA Medical Center. SCOPE OF WORK 1. A/E part one services (also known as Design Phase) for this design project includes phasing recommendations, investigative surveys, reports, planning, design work, preparation of contract drawings and construction specifications, preparation of cost estimates at 15%, 35%, 65%, 95%, 100% design, final construction bid document, and provision of construction period services as necessary for all demolition, construction, inspection, testing and certification for all mechanical, electrical, and plumbing components for the project. 2. 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 kick off construction project conferences, review of construction material submittals and shop drawings, approximately 4 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 and participation during the final acceptance inspection, preparation of the punch list, and preparation of record drawings of the completed construction project based on the construction contractors as built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain the RFI log, and provide meeting minutes for weekly construction meetings throughout the duration of construction and design. 3. 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. 4. Design shall have a code analysis as part of the design. The A/E will provide a detailed code analysis (per applicable codes) and comprehensive review of the existing site and determine any required solutions for the following items. A/E is required to provide the design for the scope below even if it is not required by the code. All applicable VA TIL and applicable electrical codes. Design scope will be a full design will be created by the A/E based the project s goals to provide emergency power to the described areas. The A/E will provide a design to improve the F-Wing 3rd floor found on the Durham VA Medical Campus: Upgrade the electrical system to allow AHU-65 to be powered by the existing emergency power system. A/E shall investigate and determine the power requirement for the unit and its associated equipment such as controls, lighting, etc. Upgrade the electrical system to allow additional Laboratory equipment to be powered by the emergency power system. Upgrade the electrical system to allow 3rd floor radiology equipment to be powered by the emergency power system. Evaluate existing emergency lighting in the 3rd floor labs, 3rd floor radiology equipment and exam rooms and supporting rooms to be upgraded to allow continuous operation during a power outage by using the emergency power system. A/E shall be responsible for any load study and metering to validate power usage required by the design. Designs for construction must produce a complete and usable facility or improvement when constructed. The A/E shall certify that their design is independent of any future construction project. In addition, the A/E shall certify that it has produced a design that does not include cost of furniture and equipment. Design: Design Deliverables: Part I 15% Submission, Narrative Report. Prior to the initiation of any detailed design, the A/E shall in conjunction with representatives of the Engineering Department, review documentation, conduct department interviews and tour project areas. Document equipment to be transferred to Emergency Power via project s scope. Provide any options to staff for consideration. Provide cost estimate. Part II - 35% Submission, Schematic Design: The requirements are working drawings at the 35% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 4 half size set of drawings (22 x 34 ) on bond paper, 2 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications (.docx and .pdf) on a CD-ROM. Part III - 65% Submission, Design Development: The requirements are working drawings at the 65% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 1 full size set of drawings (30 x42 ) on bond paper, 4 half size set of drawings (22 x 34 ) on bond paper, 4 copy of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part IV - 95% Submission, Pre-Final Documents: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, and finalized specifications. Submit 1 full size set of drawings (30 x42 ) on bond paper, 4 half size set of drawings (22 x 34 ) on bond paper, 4 copy of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part V - Final 100% Submission: Provide 1 set of drawings (30 x42 ) on bond paper, 2 sets of half size drawings on bond paper, a set of unbound specifications, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part VI Construction Documents: Provide 1 set of Sealed drawings (30 x42 ) on bond paper, 2 sets of half size drawings on bond paper, a set of unbound specifications, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. The design deliverables must adhere to the following requirements: Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include Part 1-General, Part 2-Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 ½ x 11 bond paper using 12pt Times-New-Roman fonts. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions. All other PG-18-15 AE Submission Requirements per the manual. Construction Cost Estimates: The A/E shall prepare Construction Cost Estimates in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, overhead, and profit. All cost data shall be taken from the most current version of a recognized industry standard, e.g. Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with all design packages and reviewed with the other design drawings and specifications. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder. Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification. This submittal register should be submitted to the COR for approval in Microsoft Excel using the CSI 34-division format. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. Narratives: Written narratives shall be used as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission. Reproduction: The A/E shall be responsible for all reproduction during design. Note that all bid administration activities will be performed by the VA Contracting office. Design Review of each package will not start until a complete package, including hard copies, are received by the VA Engineering Service. Submission Due Dates: Part I: 15% Narrative Report due: (35 days) 35 Days from NTP VA review (14 days) 49 Days from NTP Part II: 35% Design Submission due: (35 days) 84 Days from NTP VA Review (21 days) 105 Days from NTP Part III - 65% Design Submission due: (45 days) 150 Days from NTP VA Review (28 days) 178 Days from NTP Part IV - 95% Design Submission due: (30 days) 208 Days from NTP VA Review (14 days) 222 Days from NTP Part V - Final 100% Design Documents due: (14 days) 236 Days from NTP Part VI Issued for Construction Documents due: (7 days) 243 days from NTP Construction - Provide construction period services which shall include submittal review and as-built preparation. Bidder Site Visit: Participate and facilitate this site visit in conjunction with the Contracting Officer and COR, contractors, and representatives of the Building Committee as needed. At this meeting, potential contractors will walk the site limits to discuss the scope of work. The AE shall also be required to evaluate RFI s resulting from the Bidder Site Visit, in order to clarify project requirements. Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer and COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a construction schedule submitted within 14 calendar days from the Notice to Proceed. Submittal Review and Logs: Designer shall prepare and maintain a log of key submittals and of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 10 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. Response to RFI s: The A/E shall be responsible for evaluating RFI s to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 48 hours, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFI s which result in a change to contract cost. Construction Change Orders: Designer shall prepare the Statement of Work and Cost estimates (returned within 10 calendar days) as needed. Project Site Visits: The Designer shall be available to meet with the contractor to resolve site issues. The A/E should budget 8 miscellaneous site visits to resolve unforeseen issues. Monthly Progress Meetings: In conjunction with the monthly site inspection, the designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Minutes of this meeting shall be issued within 3 working days of the meeting. Final Acceptance Testing: The design team shall provide support for final inspection by all licensed engineers involved with the project for the final walk. Project Close Out: Designer shall receive notice of intent for final inspection from the COR, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 calendar days to complete the punch list and notify the designer for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Record Drawing Submission: Provide 2 updated sets of drawings (30 x42 ) on bond marked as As-built Drawings that include the contractor s mark-ups and also an electronic copy of these updated drawings on CD in DWG and PDF formats. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to the Contracting Team: Branch Chief:
[email protected] Contract Specialist:
[email protected] Contracting Officer:
[email protected] No later than 10:00 a.m. Eastern Daylight Time on July 7, 2025. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, 36C24625R0042_2 Provide Emergency Power to 3rd Floor Lab, Project # 558-24-109 Firm s Name (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) SAM Unique Entry ID Number (UEI) 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, large, etc.). The firm and or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75 (as long as the firm demonstrates by any means is acceptable). Electronic submittals 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 considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s. VENDOR QUESTIONS: All questions shall be submitted to: Branch Chief:
[email protected] Contract Specialist:
[email protected] Contracting Officer:
[email protected] No later than 10:00 a.m. Eastern Daylight Time on June 18, 2025. ATTACHMENTS: A. SF 330 ~ Architect-Engineer Qualifications. SF 330 is prescribed for use in obtaining information from architect-engineer firms regarding their professional qualifications, as specified in 36.702(b)(1) and (b)(2). B. Past Performance Questionnaire See attached document: Past Performance Questionnaire PPQ. See attached document: SF 330. The following selection criteria posted in Contract Opportunities, in relative descending order of importance, will be used in the evaluation of A-E firms: Primary Selection Criteria: Specialized experience and technical competence in the design of network emergency electrical power distribution. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Offeror shall provide a minimum of 3 (three) but no more than 5 (five) recent and relevant projects to demonstrate its specialized experience and technical competence. "Relevant" is defined as those task requirements identified in the RFQ's Scope of Work. "Recent" is define 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 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. Professional qualifications necessary for satisfactory performance of required service. The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Electrical, Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ______________________, [company] __________________ 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. Capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required 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. Provide a draft schedule IAW the 236-calendar day period of performance required for this project. 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 (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please utilize the attached PPQ document, if needed. 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, and publicly available sources. 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 information. Their timely replies would be appreciated. Knowledge of the locality to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms, and trades labor availability, and local laws and regulations. Experience in construction period services for projects similar in scope to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and Durham North Carolina VA Health Care System 508 Fulton St. Durham, NC 27705 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. These ratings focus on strengths, weaknesses and deficiencies of the offeror s qualifications as demonstrated by its SF 330 and subsequent discussions. Assigned ratings will reflect the consensus developed by the evaluation panel s assessment of the offeror s SF 330 as compared to the selection criteria. The following rating system will be used to determine the rating for each factor during the evaluations of the SF 330s and subsequent discussions with the most highly qualified firms: Adjectival Description Exceptional A comprehensive and thorough presentation of extraordinary merit with one or more significant strengths. Offeror s response is clearly superior. The response is innovative and exceeds requirements. No deficiency or significant weaknesses exists. Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. Acceptable Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist. Unacceptable Fails to meet any of the minimum requirements of the criteria; very low probability of success. Neutral (Applies only to Past Performance) Offeror s performance record, relevant past performance or information on past performance is not available COMMENT DESCRIPTION DEFINITIONS Strength: An area identified in the SF 330 or during discussions which indicates a high level of confidence of meeting the requirements and to some extent clearly exceeds what is necessary to meet the requirement. Weakness: A flaw, found in the SF 330 or during discussions, that increases the risk of unsuccessful contract performance. Deficiency: A failure, found in an SF 330 or during discussions, to meet a government requirement or a combination of significant weaknesses that increases the risk of unsuccessful contract performance to an unacceptable level. Construction Amount: The project is to be designed within a range between $500,000.00 and $750,000.00. If the base bid cost exceeds budget, the A/E shall redesign or take steps necessary to reduce cost, so the budget limitations are not exceeded. Storage: No storage of any material will be allowed on VA property unless approved by the COR. Payment of stored materials is not permitted. All pay applications will be paid based on competed installations. Period of Performance: Vendor shall complete this project NLT than 788 days after issue of notice to proceed (NTP). 243 days complete drawings+ 180 days for procurement+ 365 days for CPS. Hours of Operation: Services shall be performed during VA working 1st shift and after hours when necessary for site investigation. The 3rd Floor Labs area is a 24hr, 7-day a week operation, and any outages must be coordinated closely with the end-user. For working outside the above-mentioned shifts, the vendor shall give 3-day notice to the Contracting Officer so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later. Utility and System or Service Outages: No utility service such as water, gas, steam sewers or electricity, parking, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 5 weeks in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. Warranty: The Contractor agrees to supply parts which are warranted by the manufacturer to be free from defects in materials and workmanship for one year from the date of installation. In certain cases, parts may become obsolete and replacement parts can only be purchased through after-market suppliers that do not provide a year warranty. In certain cases, the Contractor will extend the same warranty to the Durham VA Medical Center as supplied by the after-market supplier to the contractor. Warranty shall be limited to the replacement of the part(s) found to be defective. Safety and Regulations: Contractor will be responsible to have technicians trained to meet Durham VA Medical Center specifications. Contractor will also be responsible to work with Durham VA Health Care System, Engineering Department on Safety and Infection Control standards. Contractor will always keep all tools and parts in a safe manner and under control. Contractor will meet all OSHA standards for Employee safety. The contractor shall not be allotted any parking permits for onsite parking. If work is needed to be performed outside of normal working hours, the contractor shall be responsible to checking in with the VA Police to request permission to park on site as designated by the VA Police. General Requirements All work shall be in accordance with the VA master specification (01 00 00). Vendor shall meet the requirements for quality control construction projects per spec section 01 45 00. All safety requirements from spec 01 35 26 must be met. The vendor s employees shall not enter the work site without appropriate badges issue through the safety office. They may also be subject to inspection of their personal effects when entering or leaving the project site. Execute work to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads per NFPA 101 and VA requirements. Minimize disruptions and coordinate with COR. All buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. Competent, experienced, licensed or certified workers shall perform crafts requiring specialized skills. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to the VA master specifications (01 00 00). All equipment and installation shall conform to all applicable requirements of ASHREA, National Fire Protection Association (NFPA), plumbing and mechanical codes, and National Electrical Code (NEC). No departures from specification requirements will be permitted without written approval. The contractor shall use good safety practices while working. All hardware shall be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to OSHA, NEMA, ABA and ANSI Standards and conform to the Standard Building Code and the Standard Mechanical Code. All installations for the Durham VAMC shall conform to all applicable VARR and FAR. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Manager at least 24 hours in advance. New work shall be installed and connected to existing work neatly, safely and professionally. Any portion of the VAMC that is disturbed or damaged shall be replaced or repaired to its prior conditions. The contractor is required to notify the COR upon arrival and departure of personnel at the work site every day work is performed during the execution of this project. Government Supplied: The facility records drawings and files are available for the A/E s use upon request post-award. NOTE: Not all record drawings are available on AutoCAD. Additionally, it is emphasized that the accuracy of facility record drawings must be field verified by the A/E. Prints of any current as-built drawings shall be made available to the A/E during any of his site visits if requested. The VA Engineering Department drawing files, large size copier and paper will be made available for use by the A/E for this purpose. The project design shall be completed in accordance with this AE scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The AE shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.va.gov/facmgt/standard). These documents and all national, state and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes: VHA Program Guide PG-18-3 VA Master Construction Specifications VA Design Manuals National Electric Code PG-18-13 Barrier Free Design Handbook Life Safety Codes Electrical Design Manual Government-furnished Record Drawings (AE to field verify conditions) PG-18-15 AE Submission Requirements. Required Training All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix D relating to VA information and information systems. Successfully complete the appropriate VA privacy training and annually complete required privacy training. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Compliance Awareness Training shall be provided to the vendor prior to allowing access to the Durham VA Healthcare System. This may be accomplished through briefing the contractor of their Duty to Report any fraud, waste and abuse witnessed while on VA premises to the Compliance Officer. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, included but not limited to the Federal Records Act (44 U.S.C. chapters. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or failing under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. VA and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of [Agency] or Destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of the Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA. The agency must report promptly to the NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the Contract. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, with the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be return to the VA control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the Contract. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (h) above. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VA guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA policy. The Contractor shall not create or maintain any records containing any non-public VA information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. The VA owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to that VA-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. Project Area END OF STATEMENT OF WORK