Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2013 FBO #4072
DOCUMENT

Y -- RENOVATE 3BS FOR GI - Attachment

Notice Date
1/15/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24713R0171
 
Response Due
3/5/2013
 
Archive Date
5/4/2013
 
Point of Contact
Cassaundra Mulligan
 
E-Mail Address
89-7504<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
***** PRE-SOLICITATION VA247-13-R-0171 ***** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ****** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** The Department of Veterans Affairs, Network Contracting Activity 7, Charleston, SC, Ralph H. Johnson VA Medical Center intends to solicit and negotiate a Design- Build, firm-fixed-price contract to provide design build A/E and Construction Services to convert 3-B South to Clinical Space; specifically renovate GI Suite -3-B South; to include finishing Architectural/Engineering Design and providing labor, material, equipment, and supervision as per the request for proposals for a completed project. A Request for Proposals (RFP) for this project is estimated to be released on or about February 4, 2013. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. PROJECT 534-12-925 DESCRIPTION: SCOPE OF WORK: VA Technical specifications and other design criteria including but not limited to VA Design Manuals and VA Program Guides are provided by reference only in the RFP. These documents are available at http://www.cfm.va.gov/til/ and shall be utilized by the Design-build team to develop the Construction Documents. The design and construction within the limits of this project shall comply with all referenced criteria. A list of VA Master Specifications with select anticipated specifications for the project noted are provided in the RFP. This list shall be used as a basis for specification development by the Contractor. Additional VA Master Specification Sections may be required to complete the project and shall be determined by the Design-build contractor. Refer to VHA Program Guide 18-3 for Design and Construction Procedures including but not limited to Topic 1 which lists Codes, Standards and Executive Orders. CRITICAL DESIGN ISSUES The VA Medical Center will be occupied and fully operational throughout the project. The design-build contractor shall ensure that there are no interruptions in any utility service and that all outages are scheduled and approved by the COTR. Provide at least two weeks written notice to COTR prior to outages. Facility operation shall not be hindered or adversely impacted by the Construction Activities. Most work will be completed during regular business hours, Monday -Friday, 7:00 AM-5:30 PM; however, work in specific areas of the project that may be noisy, produce excess vibration, or require outages must occur after hours or on weekends unless an exception is specifically granted by the COTR. Due to the sensitivity of the occupancy of the VA Medical Center, care shall be taken in the selection of construction methods and activities to limit noise and vibration. EXISTING CONDITIONS The site for the project is the 3B South area of the VAMC Charleston which is currently occupied by the existing Ambulatory Surgery Recovery and Prep areas, 23-hour Patient Observation Rooms, nursing staff, and various Human Resource and/or administrative staff. ASBESTOS CONTAINING MATERIALS INVESTIGATION For further information regarding asbestos containing materials, refer to the VA's "Asbestos Re-Assessment Report" dated June 11, 2010 prepared by GEL Engineers, LLC, drawings dated 2002 and 2008, and the "Limited Asbestos Assessment Update Report" prepared by S&ME (Project No. 1135-12-432) dated September 25, 2012 included in the RFP package. UTILITIES Record drawings will be issued by the Charleston VAMC that indicate the current location of known utilities within the limits of work. These Record drawings must be field verified closely by the Contractor as discrepancies may exist on the drawings. RECORD DRAWINGS The Charleston VA Medical Center has specific requirements and guidelines regarding CAD standards that must be followed during the course of a project. At the beginning of a project, the VA Medical Center will issue a compact disc including the official current version of the VA Master As-Built files in CAD format. This compact disc will be issued in person at a briefing by the Charleston VAMC AutoCAD manager. He will explain files provided on the compact disc and required VA protocols. Other files are available as needed in addition to those files included on the compact disc. The compact disc provided by the VAMC includes specific instructions for use of the Master As-Built drawings as well as creation of new CAD drawings. The.dwg files included in the RFP were based on the Master CAD As-Built files issued during the RFP process. Be advised that the VAMC undergoes continuous renovation. It is important that the most current version of the Master CAD As-Built files are used as the project moves forward. Be advised that all conditions and dimensions shall be field verified. Given the age of the facility and history of the site, items not indicated in the Master CAD As-Built files may be encountered. Submittal of all CAD files and print files to the VA COTR must occur at the following stages: _ Design Development and Construction Document Phases _ Post Construction or Record Drawing Phase _ After receiving construction as-builts, the design-build team shall update all CAD files to reflect modifications made during the course of construction _ As-built Drawing Phase _ After approval of Record Drawings by the VA COTR, the design-build team shall update all affected Master VA CAD files to reflect modifications made during the course of construction ARCHITECTURAL Service Description Gastroenterology, often referred to as GI, is a medical specialty that involves the diagnosis and treatment of disorders of the digestive system. Typically, the extents of the services offered by the gastroenterology unit are determined by the VA Central Office in conjunction with the staff of the individual facility. Gastroenterology services in VA hospitals provide diagnosis and treatment for diseases of the esophagus, stomach, intestine, and related organs such as the liver and gall bladder. The most common gastroenterological diseases encountered are ulcers and colitis. Description As stated above, the Scope of Work presented by the VAMC involves the renovation of the third floor south west (3B South) portion of the VAMC Charleston to accommodate the relocation of the Gastroenterology Department (GI) from its current location on the fourth floor north central section (4A). Four primary services are represented in the area of work requiring specific coordination with each department during the course of design: _ GI Suite - Medicine Service _ Ambulatory Surgery including 23 Hour Observation - Nursing Service _ Sterile Processing - SPS Service _ Limited 3B North Ward - Nursing/Surgical Service Of the above, the 3B North Ward is an adjacent Patient Care Unit not directly included in the scope of work but may be impacted directly or indirectly by the design; some core services may be adjusted due to shared space therefore requiring some modification, thus 3B North may be involved in the process. In addition Supporting Services for the area include: _ ITD - Data and Telecommunications _ Housekeeping _ Dietetics - Nourishment Kitchen Coordination _ Biomedicine - Telemetry and Patient Monitoring _ Pharmacy - Medication Issues The design, as presented in this RFP, is a result of a series of meetings with various user groups pertaining to the spaces and presentations and approvals by the VAMC Director's Pentad. It is, therefore, the intent of the VAMC that the design develop further and not change substantially from the approved design. Phasing Generally, phasing has been provided on the Drawings, in order of importance: direct patient care, indirect patient care, family support areas, and staff support areas which are not directly related to patient care. Because the construction will be adjacent to and within working hospital areas, impact to existing Ambulatory Surgery and Patient Care functions shall be minimized during construction. Additional phased construction (beyond that indicated) may be required for any work in such areas and therefore, the construction schedule and design shall indicate a viable approach to such issues. The impact to 3B North as well as such spaces below the construction in 2B South or above the construction in 4B South shall be minimized. Consider impacts to risers, utilities, and services impacting other areas of the facility. HVAC services shall be maintained to occupied areas during construction. Likewise, egress shall be maintained. Ceiling construction shall match the ceiling grid in adjacent phases or previous existing construction to ensure consistency. In some cases ceiling construction may need to be performed after normal business hours. Demolition The demolition within the area or work consists of total removal of select interior walls, ceilings, doors, windows and floor finishes and all attached equipment. In addition, the project will remove the induction unit HVAC systems within the area of work as well as remove the existing HVAC systems in rooms within the area of work that do not have induction units to the greatest extent feasible within budget. Therefore, patching of the existing slab will be required as a result of said induction unit removal. Associated with this renovation are upgrades and modification to utility systems, building equipment, finishes and support space. Any systems affected must be considered in the phase requirements including but not limited to HVAC, plumbing, telecommunications, cable, life safety and exiting, electrical power (both normal and emergency) lighting, data, signage, etc. Additionally, asbestos containing floor tiles and mastic are to be demolished in areas where present. Sprinklers and sprinkler lines are to be protected during demolition and replaced per the direction of the RFP document. New Work New work will consist of the construction of new interior partitions and certain interior smoke resistive corridor walls, new doors, window, new floor finishes, and new ceiling systems. Additional new work is described in "Description" above. STATEMENT OF BID ITEM(S) A. BASE BID ITEM (365 days): Provide all necessary architectural and engineering services, tools, labor, materials, equipment, permits, licenses, and supervision to complete the design and construction in accordance with the RFP documentation including but not limited to general construction, alterations, mechanical and electrical work, utility systems, necessary removal of existing materials and construction and certain other items. B. BID DEDUCT ITEM #2 (335 days): Provide all work described in the Base Bid Item excluding area identified as Phase 3 (Waiting Area B303, B303A, B304A / Reception B302 / Anesthesia Modifications B300, B301, B302, C320) on drawing X-3 "3rd Floor B Section South Phasing - Existing Plan" and drawing X-4 "3rd Floor B Section South Phasing - New Plan". C. BID DEDUCT ITEM #3 (305 days): Provide all work described in the Base Bid Item excluding work described in Bid Deduct #2 as well as work associated with area identified as Phase 6 (Patient Prep / Recovery Room B355) on drawing X-3 "3rd Floor B Section South Phasing - Existing Plan" and drawing X-4 "3rd Floor B Section South Phasing - New Plan". D. BID DEDUCT ITEM #4 (275 days): Provide all work described in the Base Bid Item excluding work described in Bid Deduct #2 and #3 as well as work associated with area identified as Phase 5 (Patient Prep / Recovery Room B358) on drawing X-3 "3rd Floor B Section South Phasing - Existing Plan" and drawing X-4 "3rd Floor B Section South Phasing - New Plan". E. BID DEDUCT ITEM #5 (275 days): Provide all work described in the Base Bid Item excluding work described in Bid Deduct #2, #3 and #4 as well as work associated with work associated with the deduction of the Procedure Room Boom Equipment. F. BID DEDUCT ITEM #6 (275 days): Provide all work described in the Base Bid Item excluding work described in Bid Deduct #2, #3, #4, and #5 as well as work associated with the substitution of a alternate Headwall System (basis of design to be Hill Rom System (P005196A48 Integris Patient Light, P2001C Integris Gas Rail, P0052B1 Standard Bed Locator) and wall hung lavatories and controls (type P413 as indicated in engineering drawings)) instead of Herman Miller All Inclusive Compass System. Herman Miller Thrive Portfolio Computer Mounting System with CPU Storage shall remain per original Contract. Physiology monitors/arms and television/arms shall be wall mounted. Wardrobes, carts, storage compartments shall be supplied by Owner. G. BID DEDUCT ITEM #7 (275 days): Provide all work described in the Base Bid Item excluding work described in Bid Deduct #2, #3, #4, #5 and #6 as well as work associated with the deduction of Procedure Room Manufactured Cabinetry/Equipment identified in casework legend on drawing sheet A-13. Plumbing shall be capped at wall surface for VA installation at a later date. Cabinets, scope cabinets, etc. shall be supplied by Owner. The Estimated Cost Range for this project is between $2,000,000.00 and $5,000,000.00. This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The applicable North American Industry Classification (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction. The Small Business size standard is $33.5 Million. See http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/size-standards NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/ and registered and viewable as a SDVOSB firm at the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov/general_user/default.asp Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/ You must be registered with SAM at https://www.sam.gov/portal/public/SAM/ Do not contract the Contracting Office for General Contractor information or potential bidders.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24713R0171/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-13-R-0171 VA247-13-R-0171.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=584240&FileName=VA247-13-R-0171-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=584240&FileName=VA247-13-R-0171-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 109 BEE STREET;CHARLESTON, SC
Zip Code: 29401-5799
 
Record
SN02965902-W 20130117/130115234619-15598871f0da9404ce0a38770ecb7ecf (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.