Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2010 FBO #3284
MODIFICATION

C -- A/E TO EXPAND MEDICAL-SURGICAL CLINICS AT UD

Notice Date
11/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contracting Office (90C-H);VA Pittsburgh Healthcare System;7180 Highland Drive;Pittsburgh PA 15206
 
ZIP Code
15206
 
Solicitation Number
VA24411RP0034
 
Response Due
12/19/2010
 
Archive Date
2/17/2011
 
Point of Contact
Bill Matelan
 
E-Mail Address
ct
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR SR-330"s V A Pittsburgh Healthcare System is seeking professional design services from an architect-engineering (A/E) firm to develop preliminary drawings, working drawings, and specifications to renovate and expand Medical and Surgical Clinics. This work includes, but is not limited to; mechanical, electrical, plumbing, structural, equipment installation, audio/visual, and architectural. This requisition is 100% set aside for small businesses; the construction estimate is between $5,000,000 and $10,000,000; the NAICS code is 541330: and the small business size standard is $4,500,000. PROJECT SCOPE: New medical and surgical clinics are to be constructed on the second floor level beneath an existing elevated Bed Tower addition on the South side of the West wing of Building 1 at the University Drive Division of the VA Pittsburgh Healthcare System (VAPHS). This project includes 24,116 sq. ft of renovated space and 7,646 sq. ft. of new space for the expansion of medical and surgical clinics. In order to continue to meet the ever-increasing demand for clinical services within the VISN, the following enhancements are included: Construction of additional space on the 2nd floor (fill in existing incomplete bed tower space) to accommodate additional clinic space with improved patient visibility, larger individual room space and correction of patient safety deficiencies Modernization of existing adjacent space on the 2nd floor to provide ample space for clinical support and nursing services necessary to maintain expansion of clinical services. These renovations will provide the opportunity to address HVAC, electrical, and plumbing deficiencies. PROVIDE Professional Architect/Engineer and healthcare planning services to include but not limited to: Site investigation - architectural, structural, mechanical including HVAC and control replacement, electrical, environmental services monitoring (asbestos monitoring and sampling), and site modifications Contract drawings and specifications for construction 3rd Party Cost Estimates Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings; A/E will respond on site within a two-hour period when requested. Provide F.T.P. site for use throughout duration of project. Site must remain open until final construction contract is complete. This site is intended for AE, VA, and contractor use for all submittals, including shop drawings and as-builts. FTP site must be secure (password protected), user friendly for uploading and downloading of files, and organized for easy file retrieval by the VA COTR, Contracting Officer (CO), and contractors. Site must be organized with folders indicating each level of submission and corresponding required files. Contractor must also submit hard copies to the VA for Design Review Drawings and Construction Documents. Comply with VHA Safety & Fire Protection Program to have drawings submittals reviewed by VA at 50% and 100% submissions. Review based on VA standards, codes and regulations. Comply with VA Green Energy Management System (GEMS) program as per specifications: 017419 and 010110. Infection Control Risk Assessment Project scheduling and phasing SPECIFICS: Field verification of existing utilities and coordination of design with construction drawings for clinical renovations planned for adjacent areas on the second floor of Building One Recommendation of bid alternatives as necessary to meet the budget limitations Design and V.P.I.H. Services for asbestos abatement of the demolished space including the monitoring of abatement activities, air sampling, and final TEM clearances of containment areas Evaluation and design of all building service utilities. Where utilities also serving other areas of Building One are identified for joint use, verify that capacity is adequate for both. Evaluation, recommendation, and design of the addition's HVAC system and potential use of central plant versus stand alone for steam and chilled water. This will include evaluation of campus load for both utilities. Evaluation and design modifications for all required medical and surgical exam room equipment; this includes potential new equipment and all design, specifications, and requirements Design for all new interior finishes including floors, ceilings, casework, doors and wall surfaces Initial planning meetings with the medical and surgical program managers to identify specific space plan and utilization Construction will need to be addressed in multiple phases to allow hospital operations to continue during construction The project will follow the guidelines established in the VA Pittsburgh Master Space Plan to enhance services at the University Drive Division. All designs will be in compliance with space criteria as referenced in VA Handbook 7610. Construction will be addressed in phases to allow operations to continue during construction to the extent possible. Phasing will be determined during the 50% design review. Phasing must work within budget and allow the VA to continue operations at minimal interference. A/E is responsible for providing certified industrial hygiene services to perform asbestos survey investigations, bulk sampling, development of specifications and drawings, and construction period services. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/TIL/ A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook 7610 space criteria and PG18-9 Space Planning Criteria, and PG-18-12 Design Guides. EXPECTATION: A/E will make site visits as necessary to survey existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. Note: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA's Technical Information Library at address http://www.cfm.va.gov/TIL/. AutoCAD background drawings will be provided by the VA upon request. A/E shall field verify every aspect that relates to the project. The A/E shall field verify all dimensions. AE shall take precautions during field surveys to comply with all ICRA requirements. Coordinate site visits with the COTR as determined after award. The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he/she determines are required for the proper design of the project. Expectations: Respond to submittals and other requests in a timely manner Provide services: Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, supported by written recommendations of any problems or litigation encountered in past based on firsthand knowledge. Review all submissions and provide recommendations to the VA within five calendar days upon request. Review and provide replies to contractor generated RFIs when required by the project manager within 5 days. Review contractor's cost estimates and provide recommendations to the VA. Make site visits on requests of the VA and prepare written reports to include agreed upon changed 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 as scheduled and generate punch list items for completion. The punch list shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.) Prepare as-built drawings on original set with A/E's stamp, based on record drawings that the contractor kept during construction and with correspondence performed during construction. Transpose contractors as-built's to AutoCAD 2007 and provide a set of updated as-built's and specifications on CD and on AE FTP site within 30 days to the COTR. These should be posted on FTP site for VA retrieval. Standards/Codes/Requirements/Regulations Meet all applicable and most current federal and state codes/requirements, i.e.: OSHA - Occupational Safety and Health Agency EPA - Environmental Protection Agency DER - Department of Environment Resources, State of Pennsylvania NFPA 101, Life Safety Code JCAHO - Joint Commission of Accreditation of Healthcare Organizations AHERA - Asbestos Hazard Emergency Response Act NESHAPS - National Emissions Standards for Hazardous Air Pollutants Asbestos Standards NFPA - Applicable codes published by the National Fire Protection Association ASTM - American Standards & Testing Method Association PENNDOT - Pennsylvania Department of Transportation UFAS - Uniform Federal Accessibility Standards Design using the following VA publications http://www.cfm.va.gov/TIL PG-10-18 Design Manuals PG-18-1Master Construction Specifications PG-18-3Design and Construction Procedures PG-18-13Barrier Free Design Handbook H-18-3Construction Standards H-7610Planning Criteria for VA Facilities PG-08-4Standard Details PG-08-6List of Equipment Symbols PG-7610Equipment Guide List Design using the following VA publications is available on the internet address http://www.cfm.va.gov/TIL Site Investigation: Prearrange site investigations so VA personnel most familiar with the area involved can be made available. Design: Use VA furnished AutoCAD 2007 format to develop title blocked drawings 30" X 42". Project will have a cover sheet. Use VA furnished layout for the project cover sheet. A/E will fill in the items on the cover sheet accordingly. Design around American products per the "Buy American Act". Make floor plans a minimum scale 1/8" = 1'-0" and details 1/4" = 1'-0". Develop project specifications based on PG-18-1, VA Master Construction Specifications which are available on the internet. Edit Master Specifications to include only items that pertain to this project. Identify specifications with footer on every page that includes the project number and the specification page number. Develop specification index which lists all sections including the number of pages in each section. General As built drawings must be provided on polyester and be signed and stamped by the A/E. Keep minutes of all meetings attended concerning this project and distribute to meeting attendees within 3 days of the meeting. All direction for the project will be received through the Project COTR or the Contracting Officer Interested firms shall submit three (3) copies of current SF 330 (available on-line at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF) to the attention of: Bill Matelan, Contracting Officer V A Pittsburgh Healthcare System 1010 Delafield Road 90C Pittsburgh, PA 15206 As per FAR 52.204-4(b): "In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government. " The outer envelope must clearly identify the Solicitation Number (VA-244-11-RP-0034) and the project name (MED/SURG EXPANSION). Hand -delivered information packages will be accepted in addition to those sent by US Mail or an independent delivery service. In addition to the SF-330's, please include a cover sheet containing the following information: NAME, ADDRESS, POINT OF CONTACT, AND EMAIL OF COMPANY NUMBER OF COMPLETED AND/OR CURRENT VA PROJECTS SOCIO-ECONOMIC STATUS OF AND DUNS NUMBERS FOR CONTRACTOR AND ALL PROPOSED CONSULTANTS Phone inquiries, faxes, and electronic submissions will not be accepted. The deadline for receipt of SF-330's by the Contracting Officer is December 19, 2010 at 12:00 Midnight (Eastern). Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (CCR and ORCA registration, et al.) ALL CONTRACTORS' CCR REGISTRATIONS MUST BE CURRENT AND REMAIN CURRENT FOR THE DURATION OF THE CONTRACT. This is not a request for proposal and further information is not available at this time. The Government is under no obligation to award a contract as a result of this announcement. SUBMISSIONS THAT FAIL TO FOLLOW THE GUIDELINES ABOVE WILL BE CONSIDERED "UNRESPONSIVE" Due to First Quarter fiscal requirements we must adhere to the following schedule: SF-330's must be submitted to the Contracting Officer by Midnight on Sunday, December 19. SF-330's will be evaluated and three top-rated firms will be notified no later than COB on December 20. Interviews with three top-rated firms will be held on the morning of December 22, 2010 and chosen firm will be notified by COB that same day Initial proposal must be submitted to the Contracting Officer by COB on December 27. Negotiations must be completed so that contract can be awarded by COB on December 30.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24411RP0034/listing.html)
 
Record
SN02331111-W 20101121/101119234331-2d301504a6d3cf214f69789cb2b898e3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.