Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2017 FBO #5816
DOCUMENT

C -- A&E Decon Skid Installation, Project #642-18-1-526-0015. The 2237 number is being used as the project number until an NRM project number is assigned. - Attachment

Notice Date
10/24/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Wilmington VA Medical Cent;20 Montchanin Rd, Room 116;Greenville, DE 19807
 
ZIP Code
19807
 
Solicitation Number
36C24418R0069
 
Response Due
11/22/2017
 
Archive Date
1/21/2018
 
Point of Contact
Chuck Peck, Contracting Officer
 
E-Mail Address
(302)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ACQUISITION INFORMATION: The Corporal Michael J. Crescenz Department of Veterans Affairs Medical Center (CMCVAMC) located at 3900 Woodland Avenue in Philadelphia, PA 19104 is seeking professional Architect and Engineering (A&E) services for Project No. 642-18-1-526-0015, Design of DECON Skid Installation. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (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 SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. DESCRIPTION OF WORK The Architect/Engineer (A/E) firm shall provide design services including all investigative surveys and verifications of as-built conditions required for fully developed construction documents to complete site preparation for the installation of a hospital skid mounted decontamination unit including a waste water containment tank at the ambulance entrance to Building 2 (see attached sketch). The scope of this project is to provide all the labor, material and equipment necessary for the development of construction drawings and specifications for the installation of a skid mounted decontamination unit including but not limited to the following: Installation of waste water containment tank including evaluation and determination of size and location of the tank, venting, discharge, drain connection, test ports, alarms, etc. Determine location for skid mounted trailer and provide all necessary site preparations and utility connections (emergency power, domestic water connection, etc.). Decontamination trailer will be selected and purchased by the Medical Center; all product information, site requirements and shop drawings shall be provided to the A/E for use in the design. Provide all necessary civil/site modifications for the installation of all decontamination trailer components. Installation of physical security measures to properly secure area when the decontamination team is activated. The A/E firm will be required to collaborate with the Department of Veterans Affairs staff to determine structural, architectural, mechanical and electrical design requirements. The firm will also attend programming meetings with Medical Center Emergency Management and Facilities Management to fully develop site configuration necessary to implement the decontamination team. The A/E shall develop a phasing plan for the project to ensure there is no interruption to the Emergency Department operations The A/E shall collaborate with Medical Center Staff to conduct a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient and public safety, security controls for physical and logical access, environmental controls, and limitations on vibration noise and disruptions to operations and utilities. The results of these assessments will be incorporated as part of construction documents. The A/E firm will be required to include the services of a Life Safety Engineer for review of all drawings and specifications. THE SELECTED A/E FIRM SHALL ADHERE TO THE FOLLOWING GUIDELINES: Construction may be required to be addressed in multiple phases to allow operations to continue during construction to the extent possible. Phasing will be determined during the 35% design review. Phasing must work within budget and allow the VA to continue operations with minimal interference. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to FEMA, Department of Homeland Security, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents. SITE INVESTIGATION Make site visits as required to determine existing as-built conditions affecting this project. Information including drawings and other documentation provided to the A/E is used as reference only. A/E shall survey existing conditions including areas above, below and adjacent to the work sites that will be affected by the project. Investigation shall include but not limited to building structure, mechanical, plumbing, life safety, security and electrical systems. The A/E shall arrange for and oversee the performance of such investigations as he/she determines are required for the proper design of the project. Existing building systems shall remain operation at all times during construction. ACAD background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions, wall layouts, etc. GENERAL A/E shall be licensed professional architect/engineer currently registered in the state of Pennsylvania or in a state of which Pennsylvania has recognized the engineering license. A/E shall be responsible to provide a complete bid package to the contracting officer consisting of plans, specifications, Mylar drawings, cost estimates and their related information on CD. Drawings shall be submitted in AutoCAD 2014 and Adobe Acrobat, specifications in Microsoft Word and cost estimate in Microsoft Excel. The contract drawings shall have a cover sheet, which shall include but not limited to the following information: Department of Veterans Affairs Logo Drawing Index AE Firm Name and Logo General Notes All drawings shall be scaled. Each professional discipline shall be separately designed and be sealed by the respective A/E. All design work shall be coordinated by the prime A/E, who shall be responsible for all field investigation, site surveys, measurements and engineering design calculations. The A/E shall assure compliance with and design according to all local, federal, Department of Veterans Affairs, OSHA Regulations, state laws, regulations, codes and ordinances. A/E shall prepare specifications using the VA master specification. Plans shall be drawn using standard professional and acceptable engineering drafting skills, scales and standards. The A/E shall be responsible to provide and show in scale plans, elevations and details required to construct this project in which the prospective bidder is clear on the proposed intent and scope of work. A/E shall define and indicate on plans all new and existing conditions. A/E shall show, draw, locate, define, denote and detail all points of connection of new work to the existing. A/E shall plan, define, detail, draw and show on the contract documents exact routing of any new utility proposed for this project. A/E shall as part of this project, physically inspect each new routing, provide routings and/or rerouting of existing utilities to prevent any conflicts. A/E shall design project to show exact location of new utilities on the contract plans. The A/E firm will evaluate each facet of the proposed design and identify energy conservation opportunities. Where energy saving alternatives exists, the design firm will analyze each alternative in accordance with the VA s standard evaluation procedures delineated on VA Form 10-5661, Energy Project Analysis Form. Calculations will be presented to the Contracting Offices Technical Representative in report format along with the analysis of each alternative and the design firm s recommendation of the best alternative. ARCHITECTURAL Provide scale plans for the proposed project. Outline and label activities or services for each room or area. Show all rooms, room numbers as provided by VAMC, door swings, corridors, electrical closets, mechanical spaces, plumbing fixtures, and all stairs. Provide all demolition plans for all items required for removal. Submit scale equipment floor plans showing and identifying all equipment required for each area. Provide scale reflected ceiling plans for all areas. Provide a separate scale plan for fire protection measures. Include smoke barrier partitions, fire partitions, fire alarm devices, fire extinguisher cabinets and exit patterns to demonstrate compliance with the applicable codes and the fire egress pattern. Provide weather protection and physical security of decontamination structures. Provide room finishes as required by PG-18-14 Room Finishes, Door and Hardware Schedule. Provide ¼ room finish plan and coordinate plan with Specification Section 090600 Interior / Exterior Finishes, Materials and Finish Schedule (if needed). Provide all details necessary to fully describe the installation requirements of the architectural elements (i.e. wall types, typical framing details, typical door details, hardware schedule, etc.). Provide a separate scale ICRA and Phasing plan. Include walk off mat locations, anti- rooms, construction doors, HEPA filters and ICRA walls. Detail the wall partitions needs to provide a proper ICRA barrier. PLUMBING Review existing building and site utility plans and provide plans that address all necessary demolition, relocation of existing and or new piping to support the installation of the decontamination skid and waste water tank. Provide floor plan showing all plumbing fixtures and associated water, waste and vent lines. Plumbing lines should include all points of connection with the existing plumbing system. Provide monitoring of waste water system including alarm panels at locations determined by the VA. Provide details necessary to fully describe the installation requirements. FIRE PROTECTION Provide drawings showing all changes to the existing fire sprinkler system necessary to comply with the revised space configuration. Show smoke zone partitions and coordinate with sprinkler system zones. Plans shall be reviewed by a Fire Protection Engineer. HVAC Provide a single-line drawing showing all control devices and sequence of operation for integration of waste water monitoring alarms. The system shall be based on connection to the Medical Center s existing direct digital control system. Provide details necessary to fully describe the installation requirements of the HVAC systems selected. CIVIL/SITE/LANDSCAPING Provide all survey work and site plans necessary to accommodate the new decontamination skid, waste water tank piping, etc. Provide revised grading and landscaping plans. Provide site utility plan which address power, site lighting, existing utilities, and storm and sanitary mains impacted by this project. STRUCTRUAL Provide foundation plan for decontamination skid. Provide soil borings necessary for geotechnical design along with soils report. Provide all necessary details for completion of the design ELECTRICAL Provide basis for design, including basic assumptions and points of connection with existing electrical system. Provide lighting and power plans. Provide demolition drawings for all items to be removed and relocated. Provide fire alarm system revisions dictated by space renovations if required. Provide details and single line drawings necessary to fully describe installation requirements of the electrical equipment. Provide light fixture schedule and fixture detail drawings. Provide panel schedules for all new or updated panels incorporated on the project. Provide data and communication plan that conforms to VAMC Telecommunication Policy. Use equipment manufacturer s documents for basis of design. REVIEWS A conceptual review (35%) will be held with selected VA Medical Center staff e.g. Facilities Management, Infectious Control and Pharmacy Staff to ensure all needs of the Medical Center are addressed in the project between the VA and A/E firm. At this review the A/E will present its program, design schemes, methods, potential phasing plan and schedule under this work statement. This review will be scheduled 30 days after Notice to Proceed (or on an alternate date agreed to in writing by the A/E and COR), after the design team has completed the on site investigative review, and had the conceptual planning meeting with the Medical Center Staff. Formal Review: There will be two formal reviews; one each at the 70% completion stage 65 days after Notice to Proceed (or on an alternate date agreed to in writing by the A/E and COR) and at the 100% design completion stage 95 days after Notice to Proceed (or on an alternate date agreed to in writing by the A/E and COR). The AE shall supply five (5) copies of drawings, five copies of specifications and five copies of cost estimates for each formal review. Review meetings will be scheduled approximately two week after receipt of the documents by the Medical Center. The A/E shall incorporate any comments, notes or changes provided at a review meeting into the next review package. In addition, the AE shall incorporate any comments, notes or changes provided at 100% review meeting into the construction documents and cost estimate which will be provided to the Government no later than 100 days after Notice to Proceed. SEVENTY PERCENT (70%) REVIEW WORKING DRAWINGS Specifications: Submit (5) copies of marked-up VA master specifications for each section to be used in final specifications. Constructions Drawings: Provide (5) copies of plans showing all necessary alternations to existing areas affected by this project. Drawings should include final room and floor configurations with all doors and equipment located on the subject plans. A reflected ceiling plan, HVAC plan, plumbing plan, structural, civil/site and electrical plan should be provided for this review. Estimates: Provide five copies of construction cost estimates. ONE HUNDRED (100%) PERCENT REVIEW WORKING DRAWINGS Specifications: Furnish (5) complete sets of specifications bound in final format. Construction Drawings: Furnish (5) complete sets of drawings, including all necessary plans, elevations, patterns, details and schedules. Estimate: Furnish complete and detailed construction cost estimate. After incorporation of VAMC comments the AE shall provide three (3) full size sets and one (1) half-size set of final construction drawings, three (3) bound copies of final specifications, copies Drawings (PDF and AutoCAD) and Specifications (PDF and MS Word) on CD. ESTIMATES The Engineering firm will make use of the construction budget to derive the 70% and 100% construction cost estimates. All estimates shall be current as of the date of submission and escalated to the date of award as provided by the VA. Show unit quantity, unit measure, unit cost and total cost of labor and materials for each subheading, as required by VA FORM 10-6238, Estimate Work Sheet. All costs will include insurance, taxes and applicable subcontractors markup. Use wage rates that reflect current local wages. The latest Department of Labor wage survey are available at the VA and will be provided upon request. The price, materials and equipment are to be used at the contractors buying level. Sales tax, when applicable, will be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit. CONSTRUCTION PERIOD SERVICES Services during the construction phase of this project shall consist of: Review of contractor s submittals with regards to architectural, mechanical, electrical, civil/site and structural, with recommendation to the VA. Site visits when requested by the VA, in accordance with the Engineering contract, each will be followed with a mandatory written field report. After completion of the project provide a record set of Mylar reproducible plans showing any changes from the original design and a copy of updated Autocad files and specifications. Evaluation Criteria: The A&E selection criteria for this acquisition are listed below. Professional Qualifications Specialized Experience in Skid Installation Capacity Past Performance Response Time Reputation General Management and Cooperativeness Record of Significant Claims Against the Firm Because of Improper or Incomplete Architectural or Engineering Services Skid Installation and Outdoor Equipment Site Prep Experiences and Qualifications of Personnel Proposed for Assignment to the Project and their Record Working Together as a Team                               P. Contract Award Procedure: Interested A&E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Chuck Peck, Contracting Officer, Wilmington Veterans Affairs Medical Center, 20 Montchanin Rd, Contracting Office, Rm 116, Greenville, DE 19807 by close of business (4:00 PM, EST), Wednesday, November 22, 2017. 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 require may 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. A& Firms should include detailed information for the nine (9) evaluation factors identified above in Paragraph O. NAICS 541330 and size standard $15.0M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 2018 funding. The construction magnitude is between $500,000.00 and $1,000,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0069/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418R0069 36C24418R0069_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3870011&FileName=36C24418R0069-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3870011&FileName=36C24418R0069-000.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: Philadelphia Veterans Affairs Medical Center;3900 Woodland Ave;Philadelphia, PA
Zip Code: 19104
 
Record
SN04721151-W 20171026/171024230913-6352ef5a97039056e1dd74f509c61f0b (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.