Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2014 FBO #4773
DOCUMENT

C -- Design Women's Primary Care Clinic 667-15-1-3082-0003 - Attachment

Notice Date
12/17/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street Suite 1100;New Orleans, LA
 
Solicitation Number
VA25615R0183
 
Response Due
1/22/2015
 
Archive Date
2/21/2015
 
Point of Contact
Krystal Glasper
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Proposal To Design WOMEN'S PRIMARY CARE CLINIC Project No. 667-085 Overton Brooks VA Medical Center, Shreveport, LA A. General Information A 1.0Project Background, Description and Scope of Work Overton Brooks VAMC has a requirement to design a project to construct a new 6,964 SF (approximately) 3rd floor addition onto Building 55 for a new Women's Primary Care Clinic. The addition will build a 3rd floor on top of an existing 2-story Specialty Care Clinic which currently houses an Eye Clinic on the 1st floor and a Podiatry Clinic and Home Based Primary Care staff on the 2nd floor. This project will improve the overall delivery of care to women veterans and will offer them comprehensive primary care services in a more private clinical setting. The space will provide adequate exam and support space for up to 3 Patient-Aligned Care Teams (PACT). It will provide our female Veterans with a coordination of care for gender specific primary care, treatment of acute & chronic illnesses, preventative services, and mental health services at one point of access in accordance with provisions in VHA Handbook 1300.01, Health Care Services for Women Veterans. The new space will offer excellent privacy and security by provide gender specific services in a central setting. Building 55 was constructed to add an additional floor and extend the elevator vertically one more floor. The project requires removing the existing roof from the structure for tie-in of the new floor. This will require temporary relocation of the staff located on the second floor of the building. The new space will be energy efficient and include all of the necessary architectural, structural, mechanical, plumbing, heating, ventilation and air conditioning (HVAC), and electrical systems and subsystems to make this floor accessible and usable for clinical care. The new addition will incorporate an extension of the existing buildings support systems. The existing building support systems shall be inspected and capacities determined. Provide design of support systems to facilitate the 3rd floor addition. The buildings envelop and construction type shall match the existing first two floors. The new addition shall meet all ABAAS (Architectural Barriers Act Accessibility Standards), the Barrier Free Design Guide requirements, VA Design Guides, fire & safety codes, as well as all related building and electrical codes and the VA's sustainability guidelines to include the Five (5) Guiding Principles. This contract will provide for complete design (construction documents) and comprehensive construction period services (CPS). The design will address all infrastructure requirements for a fully functioning standalone Women's Primary Care Clinic. PERIOD OF PERFORMANCE The delivery date for this contract shall be 300 days from Notice to Proceed. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION A.The term "responsibility," used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC project no. 667-085. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional facility. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facility. B.The terms "Design Team", "Design Offeror", or "A/E" refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. C.The term "Design Team" or "engineer" refers to registered/licensed Architects and Engineering professionals. D.The terms "the work and project" refers to the all site investigation, site survey, calculations, testing and design for documents to construct the new Women's Primary Care Clinic, OBVAMC. E.The term "VA" and the term "VAMC" refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. F.The "VAMC Coordinator" and COR (Contracting Officer's Representative) for this project is Stacy Walden at 318-990-5277, stacy.walden@VA.gov. G.The "CO" (Contracting Officer) for this project is Krystal Glasper at 504-566-8470, krystal.glasper@va.gov. QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. Emphasis shall be placed on cost and scope management. The design shall be within the project construction budget and be consistent with the identified project scope. The development of construction documents by the Design Team shall include deductive alternates, up to 20% of the project cost estimate. DRAWINGS This project will utilize AutoCad, version 2015. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the "e-transmit" function. SITE AND TOPOGRAPHY SURVEY A topographic survey is NOT required; however, the design will need to capture and/or incorporate VA identified/recommended changes required to correct site accessibility deficiencies. GEOTECHNICAL SURVEY A geotechnical survey of the area is NOT required UTILITY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to obtain information to facilitate the design. Where information is not available, the Design Team shall perform their own investigation at their own expense. The A/E shall provide the necessary professional services to conduct a complete site utility survey as needed to identify all utilities in the vicinity of and required for the subject project. An analysis of the capacity of the existing utilities to serve the facility shall be performed. The end result of the survey/study shall be reflected in the design documents and indicate the current system capacities and the necessary work required for the utilities to adequately support the facility. Any expense incurred as a result of this effort (i.e. flow test, etc.) to facilitate the subject design effort shall be at the A/E's expense. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE's review comments shall be provided along with each design submittal starting with the 35% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. SEISMIC DESIGN In accordance with the VA's manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being "Low" (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities and in accordance with VA Handbook 0730/4 March 29, 2013. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) The intended use of this building does require the design to incorporate a sufficient number of LEED points for a LEED silver certification. A/E shall utilize the LEED Project Checklist in order to document the LEED points captured in the design. The A/E shall incorporate the VA's commissioning specification into the design and complete set of construction documents as applicable. COMMISSIONING The AE shall prepare the construction documents to include all applicable commissioning specifications in accordance with the VA Master Construction Specifications. The VA will separately procure 3rd party commissioning for this project. The AE shall provide all required design related information as needed to the VA's 3rd party commissioning agent in order to facilitate commissioning activities. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA's Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-1Master Construction Specifications PG-18-3Design and Construction Procedures PG-18-4Standard Details and CAD Standards PG-18-5Equipment Guide List H-18-8Seismic Design Handbook PG-18-9Space Planning Criteria PG-18-10Design Manuals (by discipline) PG-18-12Design Guides (graphical, by function) PG-18-13Barrier Free Design Guides PG-18-14Room Finishes, Door, and Hardware Schedules PG-18-15Minimum Requirements for A/E Submissions PG-18-17Environmental Compliance Manual H-7545VA Cultural Resource Management Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected VA Handbook 0730/4, Security and Law Enforcement, Mar 29, 2013 VHA Handbook 1300.01, Health Care Services for Women Veterans VA Sustainable Design Manual NOTE: Utilize the latest version of guidance at time of design award. Drawings and Documents Site Map (Attachment A) Draft Women's Clinic Space Program (Attachment B) Draft Elevation Sketch (Attachment C) A 2.0Design Deliverables OBVAMC Design Submissions - Statement of Task: 25% Schematic Design (SD) 35% Design Development (DD) 65% Design Development (DD) 95% Design Development (DD) 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum of 16 calendar days to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the 16 calendar day timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond 16 calendar days. This is a MINOR funded project and this funding program requires certain approvals at various levels throughout the design effort. Additional time may be required in order to get these approvals before proceeding to the next design phase, etc. 1.25% Schematic Design: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting any and all data required for the design, including but not limited to flow testing, soil borings, surveying, load testing, etc. The A/E is responsible for measuring and collecting actual field data that may be required for items such as pumps, motors, electrical panels, etc. The A/E shall collaborate with VA staff/end user to review and finalize the draft space program. The A/E shall develop floor plan schematics for review. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic designs/layout will most likely require tweaking until a final 3rd Floor Women's Primary Care Clinic floor plan layout is officially approved by hospital leadership & Minor IPT. Dimensions, square footages and room names will need to be indicated on the drawings to sufficient detail to facilitate the review and approval process. AE shall work with the VA staff until acceptable floor plans have been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies): a.OBVAMC Approved Floor Plan Layout for the new Women's Primary Care Clinic. b.Preliminary Cost Estimate (RS Means, Cost Works) c.List of probable Specification Sections for this project d.Initial Design Analysis and Approach e.Schedule for the 35%, 65%, 95% and Final Design Submissions to complete this design within the allotted contract timeframe. This schedule shall allow adequate VA design review time (min. 16 calendar days). 2.35% Design Development: These drawings shall be at the largest scale possible and shall show the architectural layout of each floor, approximate room dimensioning/square footage, room identification, fire exists, chases, columns and other pertinent information necessary to provide information that will carry the design to the next review. a.Drawings & Specifications: Provide one 22"x34" size D set, three 17"x22" size C sets and one unbound 11"x17" size B set of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the AE proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). b.Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead and Profit, Labor Burden (typically 28%) and material Sales Tax (typically 9%) costs. Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on a CD. c.Design Analysis: Provide a design analysis for each discipline indicating the design rational, thought process and design calculations (including actual field test and test date). Provide a summary of deductive bid alternates. Provide an initial review by the Fire Protection Engineer and their comments on the 35% design documents. Provide the LEED equivalent spreadsheet. Provide a draft preliminary detailed submittal register. Provide a list, by discipline, on what outstanding data or feedback is required from the VAMC. Provide two hard copies of the Design Analysis and one electronic copy on a CD. NOTE: The AE shall not proceed with the 65% design without written concurrence from the VA & Minor IPT. 3.65% Design Development: These drawings shall be at the largest scale possible and shall show the architectural layout of each floor, approximate room dimensioning/square footage, room identification, fire exists, chases, columns and other pertinent information necessary to provide information that will carry the design to the next review. a.Drawings & Specifications: For the drawings, submit the same as outlined in the 35% DD. For the specifications, provide two fully edited sets for review (3 ring binder). Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). b.Cost Estimate: Same as the 35% DD submittal. c.Design Analysis: Same as the 35% DD submittal. 4.95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 65% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the AE shall proceed to the 100% Final Construction Documents. a.Drawings & Specifications: Submit in the same manner as the 65% DD submittal. b.Cost Estimate: Submit in the same manner as the 65% DD submittal. c.Design Analysis: Submit in the same manner as the 65% DD submittal. Include the AE's final design calculations. Also include the AE's responses in writing to all of the VAMC's 65% Design review comments. NOTE: The AE shall not proceed with the 100% design without written concurrence from the VA & Minor IPT. 5.100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding. a.Drawings & Specifications: Provide one 22"x34" size D set, three 17"x22" size C sets and two 11"x17" size B sets of FINAL construction drawings (one set of the 11"x17" size drawings to be unbound). Provide two set of FINAL fully edited specifications (specs in a 3-hole punch notebook). Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format and AutoCAD, Specifications in Word format and PDF format). b.Cost Estimate: Submit FINAL CostWorks cost estimate in the same manner as previous submittal. c.Design Analysis: Provide AE responses to the VA's 95% review comments. Provide FINAL design analysis and calculations. Submit in the same manner as previous submittal. Provide summary of LEED equivalent line items and points captured by the FINAL design. Provide a FINAL detailed submittal register. Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. d.Electronic Copies: Provide two CD electronic copies of the entire package (Construction Drawings, Specifications, Cost Estimate, Design Analysis and Design calculations). The drawings shall be as both AutoCAD (2013) and scanned individual PDF files. The specifications shall be in separate Word and separate PDF files for each spec section. Construction Period Services (CPS):AE shall provide full post design services construction period service IAW the Special Provisions of this contract. CPS's to include assistance with questions, request for information (RFI's), clarifications and addendums during the construction solicitation phase. CPS's also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, reviewing and responding to RFI's and review/coordination of contract modifications/change orders. AE shall assist the VA's 3rd party Commissioning Agent with any documentation needed to facilitate the required commissioning activities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25615R0183/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-15-R-0183 VA256-15-R-0183_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1779321&FileName=VA256-15-R-0183-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1779321&FileName=VA256-15-R-0183-000.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: Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport, LA
Zip Code: 71101
 
Record
SN03598340-W 20141219/141217234307-d5c939fa639320cbc45e767023576682 (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.