DOCUMENT
C -- Renovate 6B for new Chronic Dialysis Unit - Attachment
- Notice Date
- 8/26/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
- ZIP Code
- 13210
- Solicitation Number
- VA52814R0419
- Response Due
- 9/25/2014
- Archive Date
- 1/2/2015
- Point of Contact
- Sandra L Fisher
- E-Mail Address
-
25-4694<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) to Renovate 6B for New Dialysis at Albany Medical Center, Project# 528A8-15-801. This is a 100% total service disabled veteran owned small business set aside. This project proposes to redesign and renovate 6B for New Dialysis and provide a new Dialysis Suite with, treatment rooms, exam rooms, isolation rooms, work rooms, medical storage and functional Nurses stations. It will include new flooring, walls, wall finishes, ceilings, sprinkler piping, plumbing, ducted heating, ventilation and air conditioning, normal and emergency electrical power distribution, interior lighting, fire alarm detection systems, emergency shower and eyewash stations, telecommunication cabling, WIFI capability, telemetry wiring and capability, a call light system, coax TV cabling, medical gases, electronic access control security systems, multi-patient Dialyzer, Bicarbonate & Distribution System, water treatment (RO) w/Deionized water. Conduct an asbestos abatement survey to identify and abate ACM containing materials (vinyl floors tile /w mastic, ceilings, radiator backing, pipe insulation.) provide rooms, directional and code requirement signage. Services shall include, multi-disciplinary investigative services, initial conceptual drawings, attending required design/review meetings, preparation of contract drawings and specifications, cost estimating services, and construction period services which shall include final punch list compilation and as-built drawings. Deliverables being provided to the VA will include initial conceptual drawings, 35%, 65%, 95%, and 100% drawings and specifications for review and approval, and 100% construction documents provided in multiple sized copies. The intent is for the design to occur during FY2015 with construction in late FY2015 or early FY2016. The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: I. Professional Qualifications: 1. Professional Qualification of the Team: Certificate of authorization to work in New York State Current SDVOSB certification Current Professional certifications and or licenses for whom will be stamping the drawings. Current resumes of the following people at a minimum and include a short narrative of what each of the above roles will be in this contract 1)SDVOSB Principal owner 2)Project Manager 3)Architect 4)Mechanical Engineer 5)Electrical Engineer 6)Fire Protection Engineer 7)Interior Designer II. Specialized Experience of the Team Proposed a.Planning and designing a Hemodialysis Unit to accommodate individual patient treatment stations, patients dialyzed in beds and for both acute and chronic patients. b.Design methodology to prevent Dialysis patients susceptible to infection by incorporating Environmental and Infection Prevention Control Measures. c.Design methodology for a 24 stations Dialysis Deionization (DI) Water Treatment (RO) System with the potential for future expansion. d.Design methodology for space planning of patient treatment rooms, isolation rooms, reception area, Dialysis equipment processing /storage rooms, medication room, patient waiting area, clean /dirty linen rooms, staff / Administrative areas, Patient lift stations, and accommodations for adaptive devices i.e. wheelchairs and motorized scooters. e.Design methodology for Nurse Stations having unobstructed visual line of observation to each patient station. f.Design methodology for Environmental systems providing a stable constant environment to eliminate adversely effecting Dialysis patients sensitive to unsteady ranges of temperature, pressure, humidity and ventilation. III. Past Experience of Proposed Team Provide a maximum of 5 jobs of similar scope and magnitude for VA Medical Facilities, Department of Defense (DOD) Healthcare facilities, U.S. Federal Government Healthcare Facilities, State or Municipal Healthcare Facilities. All project experience submitted must include a short narrative of the scope of the job, lessons learned during design and construction by principals who will be involved with this design. IV. Proposed Management Plan and Design Approach a.If firm is partnering with one or more Engineering Firms describe the experiences those firms bring into the planning, and designing a Dialysis unit for acute and chronic patients. b.Provide a narrative of how your firm will approach a project of this magnitude. Talk us through from initial contract award to 100% design. c.Describe why the team is constructed as it is and describe benefits of such an organization. d.Describe role of team in construction period services. e.Describe in detail (breakdown to the lowest level accordingly) prime SDVOSB firm will accomplish 50% of the required work. V. Location in the Geographic Area The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 250 mile radius of the Albany Medical Center located at 113 Holland Ave Albany NY as indicated by mapquest.com driving directions search from the prime designer to the 113 Holland Ave, Albany, NY. The address of the prime designer will be a main office of the prime designer, not a satellite office or an office of another company or private residence. Provide knowledge of the locality of the project and local market conditions. VI. Capacity a.Provide a proposed Plan to accomplish the work in the required time of 12 months after NTP is issued VII. Estimating Effectiveness a.Provide 5 recent AWARDED projects estimated for VA Medical Facilities and other Healthcare Facilities include final estimate, construction bid award amount, and % amount of change notices based on initial bid award. If estimating will be done by a third party firm, explain why the prime designing firm is not doing their own estimate. VII. Insurance and Litigation: a.Identify the type and amounts of liability insurance carried and who the provider is. Identify litigation involvement over the past five years with resulting outcome. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 250 mile radius of the Syracuse VA Medical Center as indicated by a mapquest.com driving directions search from the prime designer to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210. The address of the prime designer will be a main office of the prime designer, not a satellite office or an office of another company. All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows: All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size with margins of no less than one (1) inch on all sides. In page limits discussion, one (1) page refers to one side of a typed page. Section D - Organizational Chart of Proposed Team 1.Limit of one page for this section Section E - Resumes of Key Personnel Proposed for this Contract 1.Limit of one page per resume 2.Limit of requested resumes TOTAL Section F - Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract 1.Limit of one page per project 2.Limit of 5 projects total Section H - Additional Information 1.Include Proposed Management Plan and Approach 2.Include discussion of the following evaluation factors: a.Location b.Capacity c.Estimating Effectiveness d.Project Control e.Awards and Recommendations f.Insurance and Litigation 3.Overall limit of five (5) pages for this section Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY. THERE WILL BE NO HARD COPIES SUBMITTED. They must be submitted to the Contracting Officer no later than 25 Sep 2014 by 4:00 P.M. EST. The overall size of the file cannot exceed 8MB; if additional space is required, divide the file into segments with each file size less than 8MB. No more than the first 2 files at 8MB each will be considered. PLEASE NOTE: Hard copies of SF330s must be sent to the following address: Sandra L Fisher, Contract Specialist Department of Veterans Affairs 800 Irving Ave Syracuse, NY 13209 Electronic copies must be sent to Sandra.fisher3@va.gov by the due date/time listed above. It is anticipated discussions will be conducted in October 2014. This is not a request for proposal. NAICS 541310 applies. Service Disabled Veteran Owned Small business size for this NAICS is $7.0 million. Construction cost estimate is between $1,000,000.00 and $5,000,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52814R0419/listing.html)
- Document(s)
- Attachment
- File Name: VA528-14-R-0419 VA528-14-R-0419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1598086&FileName=VA528-14-R-0419-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1598086&FileName=VA528-14-R-0419-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-14-R-0419 VA528-14-R-0419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1598086&FileName=VA528-14-R-0419-000.docx)
- Record
- SN03480741-W 20140828/140826235144-43e02f642832e8355f1ecd773ecea6ae (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 |