Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2010 FBO #3305
DOCUMENT

C -- 1st & 2nd Floor Clinic Expansion for Cardiology and Radiology - Attachment

Notice Date
12/10/2010
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs; Oklahoma City VA Medical Center; 921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25611RP0148
 
Response Due
1/13/2011
 
Archive Date
3/14/2011
 
Point of Contact
RALPH CRUMP
 
E-Mail Address
6-3612<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Oklahoma City VA Medical Center, Oklahoma City, OK, is seeking Architect-Engineering (AE) design services to provide complete working drawings, specifications, and cost estimates for work to "1st and 2nd Floor Clinic Expansion " in accordance with the attached requirements for A/E services at the Oklahoma City VA Medical Center located at 921 N.E.13th Street., Oklahoma City, OK 73104. This requirement is unrestricted. The North American Industry Classification System (NAICS) Code is 541330, and the Small Business Size Standard is $10.0 Million. Geographic area of consideration is within a 200-mile radius of the Oklahoma City, OK. To be considered for award, an A-E firm must be registered in the Central Contractor Registration (CCR) database. A-E firms can obtain CCR registration information and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757; or by visiting the CCR web site at http://www.ccr.gov. The A-E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Registration in ORCA requires an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in the CCR record. The firm's DUNS number and MPIN act as its ID and password into ORCA. Information in ORCA must be reviewed and/or updated when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically to Ralph.Crump@va.gov no later than 10:00 A.M. local time on September 2, 2010. The A/E selection criteria shall include your qualifications and past performance data. Selection criteria will be based on: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry; (5) Location of the general geographic area of the project and knowledge of the locality of the project THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This requirement is subject to Availability of Funds. Point of contact is Ralph Crump, Contract Specialist, PH: 405-456-3612. Contracting Specialist Address: Department of Veterans VISN 16, 921 N.E. 13th Street, Oklahoma City, OK 73104. The completed SF 330 will be evaluated by the VA Medical Center Engineer Evaluation Board. Discussions shall be held with the top three (3) firms selected based on submittal of SF 330's. Engineering Services shall provide a listing, in order of preference, to Purchasing & Contracting (P&C) for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. REQUIREMENTS FOR A/E SERVICES FOR DESIGN OF PROJECT 635-408 1ST AND 2ND FLOOR CLINIC EXPANSION CONTENTS I. Scope of Work II. Materials Provided to A/E after Award III. Requirements during Construction Documents IV. Review Requirements; Time Frame A. 35% Review B. 65% Review C. 95% Review D. Final Submission V. CAD Requirements I. SCOPE OF WORK: A.This project will engage an Architect Engineering firm to provide Contract Drawings, Functional Layouts, Specifications, Construction Cost Estimates, Engineering Calculations, and subsequent Construction Period Services for the above referenced project. The project specifically will involve: 1.Construction of a 2 floor expansion of approximately 8,100 square feet in the existing Clinical Addition and the remodeling of another approximately 8,100 square feet to allow for the expansion of both the Cardiology and Radiology outpatient clinics at the Oklahoma City VA Medical Center. The project scope includes construction of new space on the existing ground floor roof to expand the 1st floor to the south (approximately 2,165 square feet) and expanding the 2nd floor out over the new 1st floor and existing roof areas to the south (approximately 6,000 square feet). After completion of the new construction, Cardiology will relocate some operations into the new space on the 1st floor. The vacated Cardiology spaces will then be renovated to provide approximately 2,100 square feet of space to construct 2 new Cath Labs and associated support spaces. On the 2nd floor, Radiology will move some operations south into the new space and then the vacated spaces will be remodeled to allow for the expansion of administrative and ancillary functions as well as construction of new CT rooms, new ultrasound rooms and a 2nd MRI room on the existing reinforced floor slabs originally built into this area. The Scope of Work will also take into consideration: a.Detailed space planning based on VHA Space Planning Chapter 276, Radiology Service, VHA Space Planning Chapter 210, Cardiovascular Laboratories, any other related VHA Space Planning Chapters, and present and future patient workload projections to determine the most efficient layout for the new facility. b.An analysis of the services to be provided in the facility including room and area adjacencies for both patients and staff to reduce travel distances. This includes travel routes and distances to the Cardiology and Radiology services in other areas of the medical center, especially the new Radiation Oncology Addition. c.Interviews with stakeholders to determine other critical factors for the functional layout. d.The correction of several patient environment issues such as the lack of ADA compliant patient restrooms adjacent to procedure rooms, the lack of patient holding and dressing areas, the lack of clean and soiled utility spaces, and negative impacts on patient visual and auditory privacy due to overcrowding of patient care areas. e.An analysis of potential site infrastructure impacts and the location and size of utility systems, especially the present cooling systems in the Radiology area which have become overtaxed with the addition of more and more high-powered medical equipment. f.The project will require a temporary staging area for construction materials and crane placement adjacent to the high vehicle and pedestrian traffic areas along 13th Street. It is anticipated that a protected pedestrian sidewalk and special safety barriers will be needed to protect passersby from the construction work. The new construction areas will be located above a main entrance to the hospital, a pedestrian skywalk, employee shuttle bus stop and the patient emergency room driveway entrance. All of these locations will be temporarily displaced or protected throughout the construction period which will impact the final construction cost significantly. g.The project will require significant phasing during the construction process. 2.Contract Drawings, Specifications and Engineering calculations shall supply a complete design to the satisfaction of the VA. 3.The A/E shall provide a detailed construction cost estimate based on the contract drawings and specifications. The project will be designed to stay within the allocated construction budget. 4.A Pre-Proposal Meeting shall be scheduled with the Contracting Officer and Engineering Representative prior to preparation of your proposal. At this meeting, the Statement of Work will be reviewed as well as the existing conditions of the site(s) proposed for the new work. The A/E will have the opportunity to review As-Built Drawings to be provided by the VA and may obtain copies of any materials as necessary to prepare your proposal. II. MATERIAL PROVIDED TO A/E AFTER AWARD: A.General: 1.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. 2.AUTOCAD, Version 2000 or later, a copy of the master floor plans, roof plans, and applicable utility systems of all buildings will also be made available if there is one. A/E will verify all drawings. 3. PG-18-1, VA Master Specifications Table of Contents. (Specific sections of the VA Master Specifications can be found via the Internet, for editing by the A/E.) (http://www.cfm.va.gov/til/spec.asp ) 4.PG-18-3 VA Construction Standards Table of Contents. (Specific sections of the VA Construction Specifications can be found via the internet for editing by the A/E.) (http://www.cfm.va.gov/TIL/cPro.asp ) 5.All Volumes of VA Standard Details (PG -18-4) are available on the following web site: (http://www.cfm.va.gov/TIL/sDetail.asp ) 6.PG-18-9 Space and Facility Planning are available on the following web site: (http://www.cfm.va.gov/TIL/planning.asp ) 7.PG-18-10 VA Design Manuals are available on the following web site: (http://www.cfm.va.gov/til/dManual.asp ) 8.PG-18-12 VA Design Guides are available on the following web site: (http://www.cfm.va.gov/til/dGuide.asp ) 9.PG-18-13, VA "Barrier Free Design Handbook" is available on the following web site: (http://www.cfm.va.gov/TIL/accessibility.asp ) III. REQUIREMENTS DURING CONSTRUCTION DOCUMENTS: A.GENERAL: 1.Meeting Minutes: The A/E shall take minutes of all meetings, conferences, site visits, etc. A copy of the minutes shall be provided to the Contracting Officer for a concurrence signature. 2.Contract Drawings: Provide fully developed Contract Drawings on AUTOCAD Version 2000 or newer and provide DWG and PDF drawings via email and CD. Hard copy drawings shall be plotted at 1/16" or 1/8" scale, minimum. A larger, more appropriate scale shall be used for sections and details. The final contract drawings (as-builts) shall be black ink on E size (30" x 42") paper. (See also CADD requirements Section V.) 3.Specifications: Provide fully developed and edited specifications in a MICROSOFT WORD 2007 format. Specifications shall be printed on 8 ½" x 11" bond paper, font type Times New Roman, 12 pt. 4.Construction Cost Estimate: Construction cost estimate shall be organized using the fifty (50) division format developed by the Construction Specifications Institute (C.S.I.). The Engineer shall use MICROSOFT EXCEL 2007 in preparation of the cost estimates. The cost estimate shall include various categories of work involved, quantities, unit cost and a contingency allowance of 7.5% for renovation construction. The estimate shall also be based on the anticipated start date for construction, plus an inflation allowance for the Oklahoma City area for the anticipated time of bidding. B.DEMOLITION: 1.Show on the plans all walls, ceilings, floors, doors, plumbing lines, drain lines, mechanical and electrical components to be demolished. C. ARCHITECTURAL: Show structures, doors, equipment, mechanical shafts and exterior spaces impacted by the project and within 32' (in scale) of the surrounding context. Label each room or space with a room title and room number. Room titles on drawings shall be the same as those used in the Space Planning Criteria. Provide all necessary plan, detail, and section views as necessary to convey necessary construction work involved. D. STRUCTURAL: Show structural designs including materials and structural system, alternative structural system(s) with cost consideration studies. The A/E shall prepare economic analyses for the structural frame(s) and foundations for the buildings. He shall investigate the structural systems and materials that he considers suitable for this project in regard to the codes referenced in the VA supplied data or the local code should its requirements be more rigid. Particular consideration shall be given to wind design and seismic design if appropriate. The A/E shall prepare design sketches, calculations, and cost estimates of the various systems studies and recommendation(s) and justification(s) of the system proposed to be utilized. E.PLUMBING AND SANITARY: 1.Show on the plans the locations and sizes of all new supply and drain lines to be replaced and existing lines that must be modified to meet the standards in the appropriate VA Design Guides. 2.Show on the plans the locations and sizes of all new roof drain lines and existing lines that must be modified to meet the standards in the appropriate VA Design Guides. 3.Show on the plans the locations and sizes of all new fire sprinkler lines and devices and any existing lines that must be modified to meet the standards in the appropriate VA Design Guides. F. CONVEYING EQUIPMENT: 1.Show on the plans the locations of all new elevators, shafts, motors and controls. G. MECHANICAL: 2.Show on the plans the locations of all new HVAC equipment including air handler units, chilled water and steam pre-heat coils. 3.Show on the plans the locations and sizes of all new ductwork, dampers, and vents. 4.Show on the plans the locations and sizing of all new piping and ductwork insulation. H ELECTRICAL: 1.On the plans indicate all new electrical systems and components. 2.On the plans indicate all new connections to the existing electrical systems both normal and emergency. 3.On the floor plans indicate locations and sizes of electrical equipment rooms sub panels, and equipment feeders, include room titles and or functions. 4.Show on the plans all new fire alarm devices and any fire alarm system components that must be modified to meet the standards in the appropriate VA Design Guide. 5.On plans indicate the locations and sizes of all new HVAC control systems components and connections to the existing Energy Management and Control System. IV. REVIEW REQUIREMENTS, TIME FRAME: A.First Review (35%) Contract Drawings, and Specification Sections at 126 days (18 Weeks) after contract award including; 1.Three (3) full size Xerox copies or blue line prints of work completed to date. Indicate work remaining to be done and/or information yet to be incorporated. 2.One copies of proposed specification sections to date. Indicate work remaining to be done and/or information yet to be incorporated. 3. CD(s) and email AUTOCAD 2000 or later, drawings, and specification sections. B.Review comments with VA at 140 calendar days (20 weeks) after contract award. C.Second Review (65%) Contract Drawings, Specifications, and Construction Cost Estimates at 210 days (30 Weeks) after contact award including: 1.Three (3) full size Xerox copies or blue line prints of work completed to date. Indicate work remaining to be done and/or information yet to be incorporated. 2.Two copies of edited specifications to date. Indicate work remaining to be done and/or information yet to be incorporated. 3.CD(s) and email with AUTOCAD Version 2000 or later, drawings, specifications, and construction cost estimates. D. Review comments with VA at 244 calendar days (32 weeks) after contract award. E.Pre-Final Review (95%) at 280 days (40 Weeks) after contract award including: 1.Four (4) full size Xerox copies or blue line prints of work completed to date. The drawings shall be complete in every respect and shall have been checked. 2.CAD drawing files shall be complete in every respect and shall have been checked. File format and delivery shall be as outlined in CAD requirements Paragraph V. 3.One set of indexed and unbound specifications. Specs shall be complete in every respect and shall have been checked. 4.Two copies of construction cost estimate. Estimate shall be complete in every respect and shall have been checked. F.Review Pre-Final comments with VA at 294 calendar days (42 weeks) after contract award. G.Issue Final (100%) contract documents to VA at 308 calendar days (44 weeks) after contract award. 1.Ten full size Xerox copies or blue line prints of final drawings. Sheet size and title block shall be the same as the sample provided by Resident Engineer. 2.Ten sets of final indexed and unbound specifications double sided. 3.CD(s) with updated AutoCAD Version 2000 or later drawings, PDF format drawings and specifications, and estimates. V. CAD REQUIREMENTS: A.Drawings shall be full size two-dimensional drawings, electronically submitted. The completed drawing files shall be fully operational in AutoCAD, Version 2000 or later, a PDF copy will additionally be needed. B.Delivery format media and archive procedure for transfer of all drawing files to the office of Engineering Project Section shall be CD Read/Write Disk. No "thumb drives" will be accepted. C.Naming conventions for files will be unique and use a maximum of 8 alphanumeric characters, the file name and extension will be separated by a period. The file layer structure will follow the VA approved standard "CAD LAYER GUIDELINES" Recommended Designations for Architecture, Engineering, and Facility Management Computer-Aided Design as prepared by The Task Force on CAD Layer Guidelines. ---END---
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25611RP0148/listing.html)
 
Document(s)
Attachment
 
File Name: VA-256-11-RP-0148 VA-256-11-RP-0148.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166171&FileName=VA-256-11-RP-0148-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166171&FileName=VA-256-11-RP-0148-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02341925-W 20101212/101210233723-495a391196661a0deaaa5bad1b62ec0a (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.