DOCUMENT
C -- GENOMIC MEDICINE ADDITION A/E SERVICES | 660 SALT LAKE CITY - Attachment
- Notice Date
- 1/6/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914R0162
- Response Due
- 1/24/2014
- Archive Date
- 4/24/2014
- Point of Contact
- Tracy Lynn Jackson
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 660-334 Genomic Medicine Addition, Salt Lake City, UT, VA Medical Center (VAMC), at 500 Foothill Blvd, Salt Lake City, UT 84148. This will be a Service Disabled Veteran Owned Business Set-aside. This is an Architectural/Engineering Design and Construction Period Services Project. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The NAICS code for this project is 541310- Architectural Services. SCOPE OF WORK This project design will support the new construction (an addition to Building 2 (abbreviated B.02)) of approximately 13,000 SF of specialized environmental control space to accommodate the Salt Lake City Genomic Medicine Center with accompanying support functions (e.g., mechanical, electrical, storage, support, etc.). The design will provide site utilities, entrance, and roadways work to accommodate project. The project design will address replacement and expansion of utility systems necessary to make the remodeled space energy efficient by current VA standards. The project design will analyze state-of-the-art bio bank and genomic medicine technology to ensure the most viable building service systems are constructed to support the robotics, low temperature equipment, size, and sophistication of research equipment to fill this new space. The design will provide storage and recovery of the samples critical to ongoing research designed to improve the health of veterans well after the samples are taken. The design will provide for the vertical transportation and delivery dock required to support the Genomic Medicine program. The AE team will analyze associated parking serving the Genomic Medicine program and provide appropriate resolution. The project design will address security standards as appropriate to safe guard Genomic Medicine functions/activities. The project design will provide a new wing attached to the existing B.02 west end, to mimic the existing addition on the East end of B.02, Research Center consisting of ultra freezer(s), associated informatics support offices, support laboratories, and telemedicine service. The project design will provide an addition constructed in accordance with the sustainability, energy, security, seismic and research requirements applied to VA Medical Center construction. The Genomic Medicine program is new to the Salt Lake City VA site. The majority of the project's construction will be at and around the west end of B.02 (currently available for the project area). This program's importance is supported and based on the VHA Cooperative Studies Program and Million Veteran Program initiatives. The Salt Lake City VA has been identified as a site to address VA bio-specimen storage. The responsibility of storage and preservation of specimens currently resides in one location and VA is supporting a duplicate system in Salt Lake City to insure data recovery of over 6 million samples and avoid a catastrophic simultaneous loss of all collected specimens. Storage and recovery of the samples is critical to ongoing research designed to improve the health of veterans well after the samples are taken. Design must incorporate emergency power to support ongoing utility operation due to function of this space. A/E is responsible for investigating all existing conditions including performing geotechnical surveys and locating and analyzing utilities including determining adequacy of utility capacity. If utility capacity is determined insufficient for new construction, A/E is responsible for incorporating all utility upgrades in design. A/E is to apply for Storm Water Permit through Utah Department of Environmental Quality (UDEQ) and maintain all Storm Water paperwork as required by permit as well as perform checks of construction for compliance with permit through duration of construction as part of construction period services. Please delineate this as separate line item. The Veterans Affairs Engineering Dept. will hire a third party (outside this A/E contract) life safety review for this design and the A/E must submit documents to this third party reviewer and answer questions and revise design to the satisfaction of the third party reviewer in order to comply with NFPA codes and the VA Fire Protection Design Manual; any disputes between the A/E and the third party life safety reviewer will be brought to the attention of the VA for determination on a decision. This project design is to adhere to all building codes and standards including Joint Commission Accreditation Standards, NFPA Codes, VA Specifications and Standards, and AIA Standards unless otherwise approved in writing by VA. Design is to follow all information outlined in VA Technical Information Library located at http://www.cfm.va.gov/til/dGuide.asp unless otherwise approved in writing by VA. Please note: The VA is its own AHJ (Authority Having Jurisdiction) and is, therefore, not necessarily required to comply with the requirements of other AHJs with which the A/E firm may have worked. A/E is to investigate the level of Blast Protection requirements that will be needed and design accordingly; information on these requirements available on above website. Experience with the VA's Space and Equipment Planning System (SEPS) is advantageous but not required. In order to present design options to hospital management for support/consensus, skills/abilities in architectural modeling and/or BIM (Building Information Modeling) is required. A/E selection requirements for design of this construction project will include knowledge and capability in addressing federal mandates including sustainability and energy conservation goals. Selection criteria will consider experience with the principles of energy conservation and sustainability. A/E is required to have professional credentials in Leadership in Energy and Environmental Design (LEED) AP with specialty credentials representing a demonstration of an advanced level of green building knowledge and LEED practices, and have produced a minimum LEED silver certification for projects with similar size and scope of this project. The A-E shall incorporate green building and sustainable design practices and elements into project design to the greatest extent practicable and as per VA Sustainable Design & Energy Reduction Manual. The project design shall meet the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings (Guiding Principles) and all energy/water/environmental requirements established by EPACT 2005, EISA 2007, EOs 13514 and 13423, and VA Directive 0055. This design (including major mechanical equipment) will require energy modeling (annual building or zone simulation based on local weather data), and analysis during planning and all phases of design to achieve the energy budgets required in the above laws. The typical design analysis will include a life cycle cost analysis (LCCA) on three different alternatives. For example: an A/E may choose to analyze a project by analyzing and modeling the replacement of original equipment, a radiant system, or a heat pump system when designing an air handling system. Follow third-party criteria according to a multi-attribute green building standard or rating system developed by an ANSI-accredited organization. Leadership in Energy and Environmental Design (LEED) and Green Globes are the two approved rating systems; a minimum of LEED Silver criteria to be followed for this design. Use ENERGYSTAR benchmarking tool or equivalent in Portfolio Manager to monitor energy improvements and cost savings following one year of occupancy in the new installation. To meet the "Optimize energy performance" principle, this design must: "Reduce energy use by at least 30% compared to the baseline building performance rating created using ASHRAE/IESNA Standard 90.1 - 2007 Energy Standard, Appendix G "Be designed so that fossil fuel generated energy consumption is reduced from the 2003 Commercial Building Energy Consumption Survey (CBECS) baseline, by 55% in FY 2010 and 65% in FY 2015 for the applicable category of building. "Provide at least 15% of total electricity use for the facility through on-site renewable energy production (VA policy) "Feature the use of a combined heat and power (cogeneration) system in each new medical facility unless proven not feasible technically and economically (VA policy) "Meet at least 30% of hot water demand through a solar hot water (thermal) system, unless proven ineffective through life cycle cost analysis. The minimum period for life cycle cost calculations is 40 years, in conformance with EISA 2007 §441. The A/E shall provide a detailed work plan and briefing for the VA project team, which presents the A/E's plan for completing the contract. The A/E's plan shall be responsive with this Scope of Work and describe, in further detail, the approach to be used for each aspect of the contract as defined in the technical proposal. The following are some of the required A/E deliverables to support the sustainable design effort and are based on the federally mandated Guiding Principles: 1)Background Research Analysis i.Current Report of the Dynamic Cost Model ii.Report of Federal Mandates Kick-Off Meeting & background Research Analysis Results iii.Commissioning Plan 2)Optimize Energy Performance i.Project Energy Models ii.Define Distributed Generation Systems and Renewable Energy Goals iii.Report on Use of Energy Star Products/Equipment iv.Plans for Solar Hot Water Use v.Advanced Utility Level Metering 3)Protect and Conserve Water i.Report on Reducing Indoor Water Use ii.Report on Reducing Outdoor Water Use iii.Water for the Reduction of Energy iv.Water Efficient Products v.Storm water Management Plan During Construction Phase of Project 4)Enhanced Indoor Environmental Quality i.Day lighting Plan 5)Reduce Environmental Impact of Materials i.Report on amount of recycled and Bio-based content used ii.Report on Construction Waste Recycling iii.Reduction of Fossil Fuels END OF STATEMENT OF WORK GENERAL The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the construction. All work must be designed within a construction cost range of $5,000,000 to $10,000,000. The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The NAICS code for this project is 541310, Architectural Services. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. A SITE VISIT WILL TAKE PLACE DURING NEGOTIATIONS. Written Questions should be submitted no later than 5:00 PM Mountain Standard Time (MST) January 14, 2014 to tracy.jackson2@va.gov. Interested firms should submit one (1) copy of their current SF 330, Part I & Part II no later than 5:00 PM Mountain Standard Time (MST) January 24, 2014 to tracy.jackson2@va.gov. The emailed file shall not exceed 5MB in total. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: 1)Professional qualifications necessary for satisfactory performance of required services. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (6)Energy Conservation/Sustainable Design Experience and Credentials. List all design members who have LEED AP credentials. List examples of projects designed with minimum LEED silver certification for projects with similar size and scope. (7) Project Implementation Plan. Provide implementation plan with any anticipated problems and potential solutions. (8) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (9) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (10) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIRIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0162/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-R-0162 VA259-14-R-0162.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1148975&FileName=VA259-14-R-0162-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1148975&FileName=VA259-14-R-0162-000.docx
- File Name: VA259-14-R-0162 S2.Design Submission Instructions.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1148976&FileName=VA259-14-R-0162-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1148976&FileName=VA259-14-R-0162-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-R-0162 VA259-14-R-0162.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1148975&FileName=VA259-14-R-0162-000.docx)
- Place of Performance
- Address: Salt Lake City VA Medical Center;500 Foothill Blvd.;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN03262129-W 20140108/140106234830-575bef53ecafbaf4efadab82e575eb24 (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 |