Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
DOCUMENT

C -- A/E Renovate 2 East Project #460-16-301 - Attachment

Notice Date
6/8/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R1038
 
Response Due
7/27/2017
 
Archive Date
8/6/2017
 
Point of Contact
Mike White
 
E-Mail Address
4-2511
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 6 ACQUISITION INFORMATION: The VA Medical Center (CVAMC) in Wilmington, DE is seeking professional Architect and Engineering (A&E) services for Project No. 460-16-301, Renovate 2 East. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (40 U.S.C. 1101) and implemented in the Federal Acquisitions Regulations (FAR) Part 36.6. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send four copies of an SF330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF330s from qualified firms that meet the professional and set aside requirements listed in this announcement. Provide: Professional Architectural, Engineering, and Healthcare Planning Services to include but not limited to: Site investigation architectural, structural, mechanical, electrical, and environmental services. Contract drawings and specifications for construction. 3rd Party Cost Estimates Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings; A/E will respond on site within a two-hour period when requested. Infection Control Risk Assessment Meet all of the requirements as outlined in VA Program Guide PG-18-15 (Volume C), A/E Submission Instructions for Minor and NRM Construction Program. Reference at http://www.cfm.va.gov -- Project Scope -- GENERAL: This project is located at the Wilmington VA Medical. It involves all design work and phasing to: Renovate 2 East. SPECIFICS: Reference drawing WL-01-02AR. The clouded area indicates the area comprising the scope of work, approximately 7,000 SF. Existing space is comprised of a dental lab, dental exam rooms, conference room, storage, and a waiting area. Design complete demolition of the area, including utility piping back to the source. New space shall be designed to accommodate phlebotomy, general exam rooms, a waiting room, and conference and office space. A/E to work closely with VA facilities staff to develop an efficient and functional design within VA guidelines. The architectural / interior design is to be closely coordinated with the VA Interior Designer. A/E to design and show all infection control / dust prevention measures required. A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic. A/E to provide necessary literature on new technology or installation methods when required, e.g. pipe freezing, etc.. A/E will conduct investigations to ensure recommended methods are compatible within building. OTHER SPECIFICS: A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the equipment identified for replacement. Identify and correct fire and life safety deficiencies by site inspections. The consultant shall address these items as required to correct deficient items. Evaluate all doors and hardware throughout the project for compliance with life safety code NFPA 101. Identify and correct improperly filled firewall penetrations. All areas in this building are fully sprinkled. This note applies to areas considered under this specific project only, not the Medical Facility as a whole. Construction Waste Management, Specification 01 74 19 is to be included. Fire Safety Peer Review. VA will contract an independent Fire and Life Safety Engineer to conduct a fire and life safety peer review of the project at the 75% design phase for compliance with code and VA Design Manuals. The contracted Fire and Safety Engineer will return comments to the VA Project Engineer. A/E shall incorporate all required changes into the design at no additional fee to the VA. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications. -- Site Investigations -- EXPECTATION: A/E will make site visits as necessary to survey existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. Provide any structural, architectural, electrical, and mechanical investigative work including exterior site work, of both existing and designed systems necessary to insure the accuracy of the design. Prepare any measured drawings of existing systems of facility required to insure the accuracy of the design. Provide a CIH to evaluate the impacted building areas for asbestos. Wilmington VA has an asbestos survey which will need to be verified. Provide a CIH to evaluate the impacted building areas for lead based paint. Exterior window frames have not been tested for lead based paint, but exterior doors have and several did test positive. NOTE: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov. AutoCAD background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions. A/E shall field verify every aspect that relates to the project. Coordinate site visits with the Project Engineer. -- Sustainable Design and Energy Reduction -- EXPECTATION: All designs shall be in accordance sustainable design and energy reduction. Federal Mandates require all Federal government construction projects to comply with sustainability and energy reduction requirements.   To this end, the VA is committed to the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings. The U.S. Green Building Council s (USGBC) Leadership in Energy and Environmental Design (LEEDR) rating system provides a well known industry framework to achieve the Federal Mandates.   After complying with all the credits to achieve the Federal Mandates, this project should be able to achieve LEED Silver status with minimum extra effort and cost.   In the event the project design cannot achieve LEED status, Life-cycle costing should be used to determine viable energy reduction goals, as scope and budget permit.   Where the Mandates are not achievable, written justification must be provided.   Firms that are selected to design VA projects should already have demonstrated their sustainable design capabilities through the VA selection process.   They will find the criteria and procedures in the VA s Sustainable Design and Energy Reduction Manual a baseline for developing the design according to the unique conditions that each project represents. -- Environmental/Occupational Safety and Health (EOSH) -- EXPECTATION: All projects and project designs shall contain language that addresses all applicable EOSH requirements. Regulatory Compliance EOSH requirements for work performed at the above location can be found in: Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry Volume 40 of the Code of Federal Regulations Protection of The Environment Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials Title 7 of the Delaware Code Conservation Title 16 of the Delaware Code Health and Safety Specifications The VA Master Construction Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements.   Whenever possible, the Master Construction Specifications must be used as the basis for project designs. A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov.   Specifications which address EOSH requirements include, but are not limited to, the following: SECTION 01 00 00 General Requirements SECTION 01 57 19 Temporary Environmental Controls   SECTION 01 74 19 Construction Waste Management SECTION 02 82 11 Traditional Asbestos Abatement SECTION 02 82 13.13 Glovebag Asbestos Abatement SECTION 02 82 13.19 Asbestos Floor Tile and Mastic Abatement SECTION 02 82 13.31 Asbestos Transite Abatement SECTION 02 82 13.41 Asbestos Abatement for Total Demolition Project SECTION 02 83 33.13 Lead-Based Paint Removal and Disposal Evaluation Criteria: The A&E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance Team proposed for this project                                           1. Project Manager                                          2. Other key personnel                                           3. Consultants                       Proposed Management Plan                                              1. Design Phase   2. Construction Phase Previous Experience of Proposed Team Auditoriums/stage design Audio/Visual systems VA Project Experience Site Investigation Experience                      4.   Proposed Design Approach for This Project                                              1. Proposed design philosophy                      5. Estimating Effectiveness ten most recently bid projects (VA only if available, can use others to supplement if not)   6. Project Control                                            1. Techniques planned to control the schedule and costs             2. Personnel responsible for schedule and cost control 3. Review recent projects to demonstrate ability to meet project cost     Target and schedule; and any additional construction costs caused by design deficiencies not program changes.                                                                     7. Miscellaneous Experience and Capabilities                                  1. Autodesk AutoCADD & MEP 2008 3D & Other Computer Applications                                2. Value Engineering & Life Cycle Cost Analysis 3. Environmental Considerations                              4. Fast Track Design                               5 Specialized Experience Contract Award Procedure: Interested A&E firms shall submit four (4) copies of SF330 and CD with appropriate documentation and information to Mike White, Contracting Officer (460/90C), Wilmington VA Medical Center, 20 Montachnin Rd, Contracting Office, Rm 114, Greenville, DE 19807 by close of business (4:00 PM, EST), July 27. A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541310 Architectural Services and SBA size standard $7.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY17 funding. Magnitude of construction project estimate is between $2,000,000.00 and $5,000,000.00. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R1038/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-1038 VA244-17-R-1038.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3563518&FileName=VA244-17-R-1038-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3563518&FileName=VA244-17-R-1038-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04538188-W 20170610/170608235402-bdad0d93463746148c99b653f73bbdb3 (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.