DOCUMENT
B -- 630-14-117 Plumbing Field Study - Attachment
- Notice Date
- 6/20/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314I1234
- Response Due
- 7/21/2014
- Archive Date
- 8/20/2014
- Point of Contact
- Phillip Kang
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to conduct a field study that will identify the dead legs on the domestic water distribution lines at the VA New York Campus and provide all other related information for Project 630-14-117 "Plumbing Field Study". The magnitude of this field study project is between $250,000 and $500,000. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2014. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. STATEMENT OF WORK (SOW) 1. Contract Title This project is titled: "Plumbing Field Study for New York Campus." The VA intends to solicit for a field study that will identify the dead legs on the domestic water distribution lines at the New York Campus. Dead legs are commonly described as piping with low or infrequent flow in the domestic water system. It is essential to ensure the domestic hot water is always circulating to minimize dead legs in pipe systems. The study will also produce a full set of as-built plumbing drawings depicting the existing layout of the entire domestic water systems of Buildings 1-6 & 8 at the New York campus. These as-built drawings are necessary since the VA's current record drawings have inaccuracies, omissions, etc. that render them inadequate as a reliable source for planning plumbing outages, designing plumbing modifications, etc. 2. Background This study will require detailed field site work to physically identify all the dead legs as defined in this solicitation. The work will include opening ceiling tiles and access panels so that Bidder can inspect and measure the distribution pipes to determine which lines fall within the dead leg definition as defined in this solicitation. VA defines a dead leg as a length of pipe with one end open to the system and the other end terminating at a cap, closed valve or fitting, or a plumbing fixture. The following is a breakdown of the types of dead legs the Bidder shall identify as part of this solicitation: 1.Pipe lengths greater than 10 feet terminating at a cap. 2.Pipe lengths greater than 10 feet terminating at a closed valve. 3.Pipe lengths greater than 10 feet terminating at a fitting. 4.Pipe lengths greater than 10 feet terminating at an infrequently used plumbing fixture. An infrequently used plumbing fixture is a fixture where the hot water line or cold water line is run less than once each day. 5.Pipe lengths greater than 25 feet terminating at a frequently used plumbing fixture. A frequently used plumbing fixture is a fixture where both the hot water line and cold water line are run at least once each day. This study will also provide the VA a detailed set of as-built drawings in AutoCAD 2012 reflecting the entire existing domestic water piping system of the seven campus buildings as defined in this solicitation. 3. Scope This project will take place at New York campus. The project will have a COR assigned to coordinate all VA functions. Project completion date will be 170 days after the Notice to Proceed. This is a multi-phase project that requires the Bidder to access each floor, room, corridor, and area at the following buildings at the New York campus: Buildings 1, 2, 3, 4, 5, 6 & 8. Phasing is high priority in order to reduce impact to the medical center and meet the required completion date. VA has identified which areas of the hospital shall be done in evenings, weekends, and during the normal business hours. The Bidder is required to develop a phasing plan that meets the requirements for all tasks identified in this scope for completion. This phasing plan shall be utilized throughout the duration of the project to ensure successful completion by the completion date. The COR will coordinate with the medical center and Bidder to ensure these areas are cleared for Bidder to perform the study prior to work commencing in each area. Bidder shall provide File Transfer Protocol (FTP) system for use throughout the duration of project. Site shall be in place within 10 days after contract award. Site shall remain open until final construction contract is complete. This site is intended for Bidder and VA use. Site shall be compatible to access and open AutoCAD 2012, all Microsoft Office 2010 programs (Word, Excel, Project), and pdf files. Site Visit: A site visit is mandatory for all prospective bidders. The VA will not award a contract to any bidder that does not attend the site visit. All work shall be performed in accordance with: General Requirements 01 00 00 Medical Center Requirements 01 01 10 Safety and Health During Construction Activities, EC-051 All AutoCAD work be performed per VA Technical Information Library (TIL): http://www.cfm.va.gov/TIL/sDetail.asp Standard Details (PG-18-4) The Bidder shall develop a phasing plan based on parameters defined in the SOW and contract documents. The VA will coordinate all moves and relocations required to vacate rooms. The Bidder shall comply with the infection control policy as defined in EC-051. The Bidder shall meet with the Infection Control Manager and COR for each area to obtain permit and approval prior to the commencement of any work. Working Hours Normal Business hours: Monday - Friday, 8:00AM - 4:30PM Evening Work: 6:00PM - 6:00AM Weekend Hours: Saturday and Sunday, 24 hours per day Bidder shall not leave materials and working tools accessible when not in use. Bidder shall remove all tools and materials daily at the end of each working day. 4. Specific Tasks Task #1: Identifying Dead Legs The VA will provide to the Bidder existing architectural and/or plumbing record drawings for the New York campus. The VA's current record drawings have inaccuracies, omissions, etc. that render them inadequate as a baseline for developing a complete dead leg inventory. Random examples of these drawings will be available only for review purposes at the site visit. Bidder shall use these record drawings as a general reference for developing its own detailed as-built drawings that indicate all field conditions relative to the identification of dead legs and the location of all components of the domestic water distribution systems. The VA will allow the Bidder to meet with the Plumbing Shop foreman to develop an inventory of fixtures at the New York campus. This inventory shall be used by the Bidder for reference purposes only for site surveying. The Bidder shall make updates to the inventory sheet to reflect site conditions. The Bidder shall meet with each Department to survey the frequency of use for each fixture with that department's area. This frequency of use shall be indicated on the inventory list. An infrequently used plumbing fixture is a fixture where the hot water line or cold water line is run less than once each day. A frequently used plumbing fixture is a fixture where both the hot water line and cold water line are run at least once each day. The Bidder shall maintain an electronic spreadsheet of all dead legs identified. The Bidder shall provide daily update to the COR of the electronic spreadsheet. This spreadsheet shall be hand delivered to the COR and a copy posted on the Bidder's FTP site. Bidder shall tag the wall or ceiling where the dead leg is located with a tag reading "DL". This tag shall not deface the wall or ceiling after VA removal. This tag will be used by the VA to identify the dead legs that the VA will remove at a later date. Bidder shall clearly define the length of the dead leg on this tag and indicate date of inspection. If a dead leg is not accessible, (run vertically or horizontally in drywall, masonry, etc.), then Bidder shall mark this section of pipe on its working drawings. The Bidder shall indicate on the drawings the length of this pipe. The Bidder shall clearly indicate on its working drawings where the dead legs are located. The Bidder shall indicate lengths of the dead legs on its working drawings. The Bidder shall maintain an electronic spreadsheet that clearly defines dead leg locations. The electronic spreadsheet shall have the following columns: 1.Campus 2.Building Number 3.Floor Number 4.Room Number 5.Dead Leg Location in Room 6.Is Dead Leg Accessible without demolition of Surface (Yes or No) 7.Length of Dead Leg Pipe 8.Dead Leg Type (described above) 9.Date of Inspection 10.Indicate drawing number of reference working drawing number where dead leg is indicated. 11.Length and Location of Un-insulated Hot Water Pipe. Bidder's electronic spreadsheet shall have a summary row for totals of each dead leg type. Bidder shall indicate on its working drawings where this dead leg intersects at the main distribution line. The Bidder shall clearly mark this on its working drawings. Bidder shall provide a comprehensive estimate for removal of each dead leg type. Bidder shall verify all domestic water distribution lines have insulation. If there are sections of distribution lines that do not have insulation, Bidder shall clearly mark those on its working drawings. Bidder shall measure length of pipe without insulation and add that to the electronic spreadsheet. Task #2: Develop As-Built Drawings The Bidder shall develop marked-up working drawings that reflect as-built locations, descriptions, details etc. of all components of the domestic water distribution systems. These working drawings, once reviewed and annotated by the VA, shall be used by the Bidder to generate final AutoCAD as-built drawings of the domestic water distribution systems. The Bidder's as-built drawings shall depict all components of the domestic water distribution system, including, but not limited to, pipes, valves, devices, fixtures and equipment (e.g., ice machines). Quality of drawings (degree of accuracy, line thicknesses, fonts, details, colors, nomenclature, symbols, etc.) shall match that of the VA's current record drawings. The existing drawings will be available only for review purposes at the site visit. Once award is made, the VA will upload an electronic version of these drawings to the FTP site. To produce the marked-up working drawings, the Bidder shall conduct site surveys of the existing domestic water plumbing systems. Once the Bidder completes the site survey for each floor of Buildings 1-6 & 8 Bidder shall submit two (2) sets of full-size (D size) printed working drawings annotated with all changes identified during the survey to the COR for review prior to the Bidder continuing to the next scheduled area. The COR will conduct a joint review of the working drawings with the Bidder, and each party will annotate one (1) set each of the drawings with all comments generated by the COR. After completion of the review, the COR will retain one (1) set of the annotated drawings and return one (1) set of the annotated drawings to the Bidder. Once the COR has returned one (1) set of annotated drawings to the Bidder, the Bidder shall proceed to the next floor or building to continue with site surveys. The Bidder shall use its set of annotated drawings to produce the final as-built drawings in AutoCAD. The Bidder shall have access to the VA's existing architectural and/or plumbing record drawings for the New York campus. The VA's existing record drawings have inaccuracies, omissions, etc. that render them inadequate as a baseline for developing accurate as-built drawings. The VA's existing drawings shall be used by the Bidder as a reference only to identify general plumbing locations during site surveys. The Bidder shall use the inventory of fixture count spreadsheet, along with the field survey, to assist in generating the final as-built drawings. The Bidder shall update this inventory sheet to reflect the field site survey. The Bidder shall verify the existing valve schedules and locations to prepare a valve schedule that reflects actual existing conditions. The VA's existing valve schedules will be available only for review purposes during the site visit. The VA's existing valve schedules have inaccuracies, omissions, etc. and require verification and editing to develop a 100% accurate schedule. The Bidder's valve schedule shall be incorporated into the final as-built drawings. The Bidder shall also prepare an electronic spreadsheet for the valve schedule. The spreadsheet shall have the following columns: 1.Building Number 2.Floor Number 3.Room Number 4.Location within the Room 5.Hot Water System 6.Valve Tag Number 7.Valve Type 8.Valve Manufacturer 9.Valve Model Number 10.Valve Size (inch) 11.Valve Pressure/Temperature Rating (psig/Deg F) 12.Area Served Bidder shall provide the following hard copies of as-built drawings: a.Four (4) sets E size. Sets to be bound. b.Four (4) sets ½ size. Sets to be bound. c.Electronic AutoCAD 2012 uploaded to Bidder's FTP Site d.PDF copy, uploaded to Bidder's FTP site. Set shall include all final mark- ups from Bidder's working drawings. Task #3: Phasing 1.Bidder's phasing plan shall be delivered to COR within 10 days of receipt and signature of the contract. The VA will review the phasing plan to determine if all parameters have been met by Bidder. VA shall provide comments to Bidder within 5 days of receipt of schedule. If all parameters have not been met, then the Bidder shall revise the schedule in 3 days and resubmit to the VA for final approval. 2.New York Campus i.All non-patient care area surveys shall be performed during normal business hours. 1.All public restrooms shall not be shut down in one phase. The schedule must allow for leaving at least one female accessible restroom and one male accessible restroom per floor. 2.Public Restrooms on 1st Floors shall be done in evenings or weekends. 3.Public Restrooms in Outpatient Clinics shall be done on evenings or weekends. 4.Building 1 & 6, including the dead leg survey and valve chart, shall be surveyed first. Both the working drawings and the final as-built drawings for Building 1 & 6 shall be submitted first. ii.All patient care area surveys shall be performed as follows. 1.All Corridors for all buildings a.Work shall be done on evenings and weekends 2.Building 1 & 6: a.Bed Tower i.Shall be worked on during normal business hours, evenings, or weekends. ii.Only one room shall be given to Bidder at a time. b.Step Down Unit (SDU) i.Bidder shall do (2) rooms at a time. ii.Work shall be performed Mon-Sun 7:00AM - 7:00PM. c.Operating Room i.Entire area shall be worked on evenings and weekends. ii.In the event of an emergency surgery, the VA will cancel the work being performed and the Bidder may perform work the following evening or weekend. d.Same Day Surgery Unit (SDSU) i.Entire area shall be worked on evenings and weekends. e.Ambulatory Surgery Unit i.Entire area shall be worked evenings and weekends. f.23 Hour Observation i.Entire area shall be worked on Saturday 2PM thru Monday 6AM. g.Impact Clinic i.Entire area shall be worked on evenings and weekends (after 7PM M-F). h.Anesthesia suites i.Entire area shall be worked on evenings and weekends. i.Cardiology (Cath Lab, EP Lab, Echo Lab) - i.Entire area shall be worked on evenings and weekends. j.CCU i.VA will turn over (1) room at one time. ii.Work hours Mon-Sun 8:00AM - 5:00PM. k.MICU and SICU i.MICU will be vacant so Bidder can have access to this area and work Mon-Sun 8:00AM - 7:00 PM. ii.SICU - Bidder shall be given (1) room at a time. Work shall be performed Mon - Fri 9AM - 3PM. l.ICU i.Work shall be done (1) room at one time. ii.Work: Mon-Sun 8AM - 3PM. m.Clinic i.Works shall be performed on evenings and weekends. n.Outpatient Clinics -Entire areas shall be worked evenings and weekends. i.Radiation Therapy ii.Primary Care iii.Radiology, iv.Eye Clinic v.Urology vi.Clinic vii.Clinic viii.Clinic ix.Clinic x.Nuclear Medicine xi.Eye Clinic o.Dialysis and Renal i.Entire area shall be worked on evenings and weekends. ii.Mon-Fri after 6PM. p.Sleep Lab i.Entire area shall be worked evenings and weekends. q.Heroes' Hall i.Work shall be performed Saturday 8AM - 2PM r.Physical Med & Rehabilitation i.Entire area shall be worked evenings and weekends. s.Lab i.Entire area shall be worked evenings and weekends. t.Food Nutrition and Canteen i.Entire area shall be worked evenings and weekends 8PM - 5AM. u.Emergency Department (ED) i.Area shall be worked Mon-Sun 1AM - 6AM. v.Research Areas i.Research labs are restricted areas and therefore the Bidder would need to be accompanied by laboratory personnel. There are research labs on the 17th floor of Bldg 1. The animal facility is on the 17th floor. Access is restricted so Bidder must be accompanied by staff member. ii.Entire area shall be worked between Mon-Fri 5PM - 5AM or weekends. 3.Building 2, 3, 4 & 5 a. Bidder to work during the day Mon-Fri 7AM - 3:30PM 4.Building 8 a. Bidder to work during the day Mon-Fri 7AM - 3:30PM 5. Performance Monitoring The COR and Bidder shall meet daily to review progress and to monitor the schedule and ensure work is in compliance with specifications. Any and all deficiencies shall be corrected immediately unless unforeseen circumstances dictate otherwise. All deficiencies shall be tracked and reported. Upon Bidder making corrections to deficient work the COR will sign off on all corrections. The deficiencies shall not be a reason for the project work schedule to be delayed. The Bidder shall work evenings or weekends to correct deficiencies. The Bidder shall request and be granted approval from the COR to work the hours to correct deficiencies. 6. Security Requirements The Bidder shall coordinate all work with COR prior to any field work. Bidder will not be authorized to work in any area without approval from COR. Prior to commencement of any work, all field employees of the Bidder and subcontractors shall take the following training: Privacy and Information Security Training and Rules of Behavior. This training is available on the on-line Talent Management System (TMS) https://www.tms.va.gov/learning/user/login.jsp. All certificates of completed training shall be submitted prior to an employee's commencement of work. 7. Risk Control Bidder shall comply with all specifications, policies, contract terms and conditions. These requirements are critical to protect the medical center from risks associated with this project. At the commencement of the project, the Bidder shall meet with the COR, VA Plumbing Shop Foreman, Infection Control, and Safety Manager to review the Bidder's schedule, Preconstruction Risk Assessment, ICRA permit, policies associated with Safety and Health During Construction, and Submittal Procedures. These criteria are essential to the success of minimizing risk to the medical center and meeting requirements of the SOW. Before any work can commence, the Bidder shall get approval from COR for all these requirements. Bidder shall comply with: OSHA - Occupational Safety and Health Agency EPA - Environmental Protection Agency PADEP - Pennsylvania Department of Environmental Protection NFPA 101 - Life Safety Code TJC- The Joint Commission 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 Society for Testing and Materials UFAS - Uniform Federal Accessibility Standards Design Guide for the Built Environment of Behavioral Health Facilities National Association of Psychiatric Health Systems (NAPHS) Guidelines for the Built Environment of Behavioral Health Facilities: April 2007: http://www.naphs.org/Teleconference/documents/BHdesignguideSECONDEDITION.FINAL.4.27.07.pdf 8. Asbestos-Containing Material (ACM) The crawl space areas in Buildings 1 & 6 have been determined to contain OSHA Class III Asbestos: In accordance with 29CFR 1101(b) and 40CFR 763.92(a) (2) any worker working in a regulated area where ACM is likely to be disturbed is required to have the Class III Asbestos 2 hour awareness training plus an additional 14 hours of asbestos training. Bidder shall insure all employees requiring access to these areas have been trained accordingly and shall submit certificates of training prior to accessing the areas. Bidder shall implement all specified safety measures associated with working in areas with ACM when performing work in the aforementioned areas. 9. Period of Performance The Bidder shall complete requirements in this SOW in 170 days. The Bidder shall submit a schedule for approval within 10 days of receipt of the notice to proceed. The VA will have 5 days to review schedule. 10. Delivery Schedule Bidder shall submit a work schedule for VA approval with a detailed price break down for each feature of work. Schedule shall meet all requirements in the SOW. Completion Time for Design: 170 Calendar Days Location: VA New York Harbor Campus, 423 East 23rd Street New York, NY SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (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; and (6) Acceptability under other appropriate evaluation criteria. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on July 21, 2014. All submittals must be sent to the attention of Phillip Kang (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Phillip.kang@va.gov), telephone inquiries will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314I1234/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-I-1234 VA243-14-I-1234.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443849&FileName=VA243-14-I-1234-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443849&FileName=VA243-14-I-1234-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-14-I-1234 VA243-14-I-1234.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443849&FileName=VA243-14-I-1234-000.docx)
- Place of Performance
- Address: VA New York Campus;423 East 23rd Street;New york, NY 1
- Zip Code: 10010
- Zip Code: 10010
- Record
- SN03401929-W 20140622/140620235427-f533a8974a00d380caf8126ee4f51ab2 (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 |