Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
DOCUMENT

C -- 630A4-17-490 Renovate Oncology Pharmacy (VA-17-909624) VAMC Brooklyn, 800 Poly Place, Brooklyn, NY THIS IS 100% SDVOSB SET ASIDE - Attachment

Notice Date
10/11/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
36C24218R0014
 
Archive Date
1/9/2018
 
Point of Contact
Emily I. Lindsey
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 6 General The New York Harbor Healthcare System-Brooklyn Campus is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) to complete design development, construction documents, construction period services and site visits for the Renovate Oncology Pharmacy (BK) project. SDVOSB Vendors with an SF-330 on file within the past twelve months are being considered. SDVOSB firms that have a working office within a 300 mile radius from VAMC Brooklyn 800 Poly Place Brooklyn, NY may submit SF 330 s for consideration, to the Contracting Officer at Emily.Lindsey2@va.gov by 4:30 PM EST, November 13, 2017. The general scope of this project is for design services to renovate the oncology pharmacy at the Brooklyn VAMC. All designs will follow the VA design guidelines, and specifications for VA construction. The design will be completed in a manner such that the estimated construction cost is within the VA budget. It is not expected that any new space will be added to the existing building footprint. EXISTING CONDITIONS The current Oncology Pharmacy does not meet the new USP 800 Standards and a renovation project is required to get the Oncology Pharmacy in to compliance with USP 800 by July 2018. USP becomes federally enforceable on July 1, 2018, It is a required standard (not a guideline). USP Chapter and other best practices related to safe handling of hazardous medications as well as Joint Commission and other regulatory and accreditation directions for enforcing the chapters are required to promote patient safety, worker safety, and environmental protection when handling hazardous drugs(HDs) A/E SCOPE OF SERVICES 1. Provide all necessary architect/engineer services to complete design development, construction documents, construction period services and site visits for the Renovate Oncology Pharmacy (BK) project. 2. The A/E shall provide all necessary A/E services for the preparation of complete construction documents and construction period services to include submittal reviews and, responses to RFI s. The A/E shall be responsible for verification of all existing as-built drawings, preparation of contract drawings and specifications including demolition, architectural, mechanical, and electrical and fire suppression drawings for construction and providing a detailed cost estimate. The design shall include C.I.H. services (Certified Industrial Hygienist) for preparation of asbestos drawings and specifications and asbestos air monitoring during construction. 3. The project includes performing a site survey of the building and the location of the work being performed as well as interviewing personnel in Oncology, Pharmacy and Engineering Services to design a new state of the art oncology pharmacy to meet the latest hospital standards and codes such as USP 800 Clean Rooms, OSHA, JACAHO, ASHP, VA design guidelines and the needs of the staff. 4. The project design involves performing a gut renovation of rooms 8-205, 8-206, 8-207, 8-208 and 8-218 or alternatively 8-215, 8-216, 8-218 and 8-129 or some other room combination that produces the desired results for a new oncology pharmacy with ante room, buffer/clean room, changing room, IV room, office and mechanical room, HVAC for proper amount of air changes and controls, noise reduction, tie in to building management system, new architectural finishes, new lighting fixtures, plumbing fixtures, etc. 5. The project design includes providing new doors and hardware, throughout the corridor with stainless steel kick plates and cosmetically upgrading the elevator lobby and core area and entrance to the adjacent spaces. 6. The project design includes providing furniture layout, equipment design, casework and fixtures in the new oncology pharmacy area. 7. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing 8th floor pharmacy work area to determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. 8. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. 9. The A/E shall be required to provide schematic, conceptual design and 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C. 10. Submit with each submission the A/E checklist with comments. Provide a report to include executive summary, design methodology, options, and comparison. Provide briefing on design alerts, VA space planning, HVAC requirements, etc. 11. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. 12. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. 13. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. 14. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. 15. All work shall conform to VA design criteria and regulations. The project design shall comply with VA HVAC Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes. 16. The A/E shall provide a share point or FTP site that the VA does not have restricted access to for drawing transfer, submittal submission and review during the project. 17. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information - TMS Code 20939. Contractors must provide signed certifications of completion to the COTR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s) III. Industrial Hygienist 1. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing 8th floor pharmacy work area to determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. 2. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. IV. The following must be incorporated into the A/E design: 1. Meet with VA Engineering and Pharmacy Staff to determine the exact functional requirements to be used for the design. 2. Recommend various options for the hospital personnel to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. 3. Provide all necessary site survey work to verify As-Built drawings and field conditions. 4. Provide construction period services and site visits. V. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings): 1. Mechanical 2. Electrical 3. Architectural 4. Structural 5. Plumbing VI. Document reviews The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of schematic design, conceptual design, 30%, 60% and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. 1. Mylars and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets of Mylars using AutoCad (version 14 and 2012). The A/E shall provide one (1) set of Mylars drawings to the VA for record plans at the completion of design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA. The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Brooklyn for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board 1. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required Assignable point rang..(0 to 40) 2. Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team Assignable point range.(0 to 40) 3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously Assignable point range.(0 to 20) 4. Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. (Firms with no previous VA experience receive a +5 rating) Assignable point range (-20 to 20) 5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located Assignable point range (0 to 20) 6. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design Assignable point range (0 to 20) 7. Inclusion of small business consultant(s) (1 point), and/or minority owned consultant(s) (1 point), and/or women-owned consultant(s) (1 points), and/or veteran owned consultant(s) (1 point), and/or disadvantage veteran owned consultant(s) (1 point), and/or HUBZone consultant(s) (1 point) Assignable point range (0 to 6) SCORING KEY SCORING FACTORS RANGE POOR MARGINAL ACCEPTABLE VERY GOOD OUTSTANDING 1 and 2 0 40 0 5-10 15 25 30 35 40 3,5,6 0 20 0 5 10 15 20 4 (-20)-(+20) (-20) (-10) 0 10 20 7 0-6 0 1-2 3-4 5 6 Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $1,000,000 and $5,000,000. The NAICS code for this procurement is 541310.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/36C24218R0014/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0014 36C24218R0014.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3843744&FileName=36C24218R0014-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3843744&FileName=36C24218R0014-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04711140-W 20171013/171011231300-1da52321c6750c56befbeaf56a5cbdde (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  © 1994-2020, Loren Data Corp.