DOCUMENT
C -- Improve Entryway Building 17 AE Project 595-18-103 - Attachment
- Notice Date
- 7/24/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- 36C24418R0610
- Archive Date
- 10/22/2018
- Point of Contact
- Jeffrey.Zbezinski@va.gov
- E-Mail Address
-
,
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for SF 330 for Project # 595-18-103 at VA Lebanon, PA This announcement is for the selection of an Architect /Engineer Firm to perform design services, engineering, produce technical specifications, working drawings, and cost estimates, as-built drawings, and provide construction period services, and site visits for the Construction Project: 595-18-103 Improve Entryway Building 17. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541310 Architectural Services. The magnitude of construction for the above referenced project is between $1,000,000.00 and $5,000,000.00. The estimated duration of design is 135 Days from the issuance of the Notice to Proceed. The contract shall remain active through Construction Period Services. 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. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract Contract Award Procedure: Before a small business is proposed as a potential contractor, they shall be certified by VETbiz and registered in the System for Award Management (SAM) via internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination from further consideration for award. The government will evaluate the SF330s received and a minimum of the three most highly qualified firms shall be called back for interviews. After interviews, the most highly qualified firm will receive additional information and be requested to submit a proposal. The SF330 must address identified capabilities that are summarized in 1) through 8). The Professional Qualification and Specialized Experience/Technical Competence factors are more important than the other six factors which are listed in descending order of importance. 1) Professional Qualifications necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architectural Design, Civil Engineers, Electrical Engineers, Structural Engineers, and Fire Protection Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2) Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The project will be to construct a covered area at the entry of Building 17 and change the grading of the incline approach to the building. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. 3) Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. 4) Capacity to accomplish the work in the required time: this factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. 5) Location: This factor evaluates the distance from the A-E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. 6) Reputation and standing of the firm and its principle officials with respect to professional performance, general management, and cooperativeness. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. GENERAL SCOPE OF WORK: The Architect / Engineer (A/E) firm shall a full set of construction documents for a project to construct a covered area at the entry of Building 17 and change the grading of the incline approach to the building. The entryway shall separate pedestrian and vehicular traffic. The current entrance shall be reconfigured to direct pedestrian traffic on distinguished path to patient check-in closing the entryway to Starbucks. Overview/Specifics: The Veterans Administration, Lebanon VA Medical Center (LVAMC), intends to award an Architect/Engineer contract for design services at the Lebanon VA Medical Center, Lebanon, PA for Project # 595-18-103: Improve Entryway Building 17. Competition is sought on a restricted basis. This acquisition is set aside for Service- Disabled Veteran Owned Small Businesses (SDVOSBs) only. This project involves improving the main entrance of Building 17 to include the following details: Provide a full set of construction documents to improve the entrance of Building 17 with an aesthetically appealing covered entry and grade modifications to lessen the approach incline. The approach shall explore options for a pedestrian elevator to compensate for the grade changes. The approach shall consider future connection to a parking garage. Provide a covered, non-combustible, dry, and tranquil area where patients can exit their vehicle and enter Building 17 allowing ease of traffic flow for patient pick-up and drop off. Protection of entrances and lobbies from vehicle ramming shall be accomplished outside and in front of the entrance. Canopy structure shall be independent of the main building and protected from intentional and unintentional damage by vehicles. The canopies shall extend a minimum of 2 feet (600 mm) beyond the drop-off lane to protect patients from inclement weather. Modifications may be negotiated for entrances to historic buildings, provided such modifications do not impact the safety and comfort of veterans and their families. Maintain soffits under the canopy over truck and public bus traffic areas at a height which shall provide 14 ft. (4.2 m) minimum head room. Maintain a grade either side of the passageway to provide the required head room for the longest wheel base trailer permitted by the Commonwealth of Pennsylvania, Department of Transportation. At a minimum, the canopy shall cover one drop off lane and one drive through lane. Other lanes for deliveries and/or patient drop-off shall be determined by design meetings to enable efficient delivery of service. Provide a queuing area for waiting vehicles, a passing lane for vehicles that are not required to stop, and channelization for left and right turns. The primary access and initial orientation point for the traffic entering the patient pick-up/drop-off area shall accommodate pedestrians as well as vehicles. Provide a prominent but simple entry sign and clear, grouped directional signs guiding traffic flow; moreover, design vehicle circulation to create a readily comprehensible route and easy way-finding for patients, visitors, and building operations. The drop off entrance area shall have a flush curb with the pavement surface that includes tactile warning textures to indicate the vehicle roadway. The pavement surface at all patient entrances shall be of a material which provides a surface that is easily maneuverable for those with mobility difficulties (canes, wheelchairs, etc.). Height differences at curbs along drop off areas shall be colored or marked differently than the surface pavement so that the changes in elevation can be easily seen by those with vision impairments. Provide entry walkways that are physically separated from vehicle traffic lanes. Locate and clearly designate crosswalks to encourage pedestrians to use safe street crossings. Include crosswalks at all street intersections where there is pedestrian traffic and a curb ramp location that includes tactile warning textures to indicate the vehicle roadway. Provide wheelchair access. Ramps or elevators shall be used to accommodate significant changes in grade. Design provisions shall allow for better patient access from the building 17 parking lot with a focus on Americans with Disabilities Act (ADA) standards to ensure better access to the Building 17 front entrance for people with disabilities. Provide an exterior lighting system to maintain effective safety and security for patients, staff, visitors, and property. Provide a lighting system to maintain sufficient level of lighting for patients, staff, and visitors to effectively perform desired tasks such as driving, parking and walking, as well as wayfinding. Provide a lighting system that is easily maintained and operated using similar components of luminaires from different manufacturers for compatibility and interchangeability. Provide lighting control design strategies with focus on effective patient care and safety, life/fire safety and security, and energy conservation maximizing daylight harvesting where applicable. Safety shall be a major consideration in the design. This primarily involves eliminating physical obstructions, maintaining visibility, and providing traffic control devices and barriers. These actions shall also improve the appearance of the streetscape by reducing clutter and coordinating various streetscape elements. The landscape plan shall reflect the needs of a healthcare environment. It shall be aesthetically pleasing, reflect seasonal changes, be safe for patients, and be easily and inexpensively maintained. The landscape design shall provide a framework for the natural environment, in lieu of a framework for the building. This is the phase of facility development process where landscape elements are integrated with or into the facility to complete the project. Adopt a landscape theme based on the regional character and historical and cultural significance of the facility. The A/E shall reference the VA Physical Security Design Manual when designing the landscape features for the site. Choose plants to open lines of sight, create barriers, screen views and direct the movement of people. Provide fire protection and alarming system as required by all codes and regulations. Develop construction and phasing plan to minimize the interruption to the Building 17 entrance for patient access. Design and construction work shall be coordinated with Medical Center Operations and other construction projects on-going at the hospital. Bid Deducts shall be designed into the project to increase the price of the project twenty percent (20%). **NOTE: Only provided to A&E firm selected after interview process. Services: Provide professional Architect/Engineer services to include: Site investigation - Architectural, Structural, Mechanical, Electric, Plumbing, site surveys, etc. Construction drawings and specifications 3rd Party Cost estimates Estimate of expected construction cost at the end of each phase. 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 and VA correspondence during construction. A/E shall review all construction change orders and provide an independent cost estimate on each change order request. A/E shall respond on site within a two-hour period when requested and shall provide 15 site visits as requested during construction. Infection Control Risk Assessment (ICRA) will be including with drawings and specifications. A pre-construction risk assessment. (PCRA) (Attachment G). Requirements: Perform all services in accordance with the current VA Building Information Modeling (BIM) Manual and current VA Drawing Deliverable Requirements: https://www.cfm.va.gov/til/projREq.asp All designs shall be compliant with space criteria referenced in VA space planning criteria: http://www.cfm.va.gov/til/space.asp Ensure patient privacy criteria are met (e.g. computerized information, patient privacy, Health Insurance Portability and Accountability Act). The design shall meet all VA Physical Security Standards. The area in this design is considered Mission Critical and the appropriate guide shall be followed. If a section of the manual cannot be met, the A/E shall notify the VA, and assist the VA in the security waiver process. The Physical Security Guidelines can be found at this link: http://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.pdf The design shall meet the Site Development Design Manual requirements: https://www.cfm.va.gov/til/dManual/dmSITE.pdf The design shall meet the Architectural Design Manual requirements: https://www.cfm.va.gov/til/dManual/dmARhosp.pdf Design and construction work shall be coordinated with other construction projects on-going at the hospital. A list of current projects will be provided upon approval of the 35% submission. This project shall be accomplished in phases, quantity of work as required by phase, in order to maintain the main entrance/egress routes for Building 17. The AE shall insure all National Fire Protection Association (NFPA) Life Safety Code requirements are maintained through a phasing plan. Weekend and off-hour work, in conjunction Interim Life Safety Measures (ILSM) shall be considered to accommodate construction activities that impede or may impede the entrance/egress of Building 17. Any potential interruptions shall be brought to the attention of the Contracting Officer s Representative (COR) for appropriate coordination within the Medical Center. A phasing plan shall be submitted at the 35% submission. Phasing must work within budget. A/E shall use most current healthcare delivery processes and the VA design criteria as a guide. The direction that fits the situation the best shall be used in the design. If shutdowns are required during construction, a full shutdown plan shall be included in the design. Shutdown plans shall include the particular energy source to shut off (e.g. breaker, valve, etc.) and what area, outlets, utilities and/or equipment the shutdown affects. The specific name of the energy source to be shut off shall be identified, for example: panel H1L1, breaker 2 for electric, or Valve 3-f for a water source, etc. Drawings and a written narrative shall be provided. A Leadership in Energy and Environmental Design (LEED) Silver Rating is desired with the construction. A rating will not be sought, but practices shall reflect LEED Silver requirements. Proof of possible LEED credits shall be provided. Bid Alternates/Deducts shall be designed into the project to decrease the price of the project 20%. A/E shall be responsible for providing certified industrial hygiene services to perform asbestos survey investigations, bulk sampling, development of specifications and drawings, and construction period services. All designs shall be accomplished in accordance with VA guidelines and specifications, and program guides PG-18-1 thru PG-18-17, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to Occupational Safety and Health Administration (OSHA), National Fire Protection Association (NFPA), International Building Code (IBC), Environmental Protection Agency (EPA), VA guidance, and VA space criteria - http://www.cfm.va.gov/til/space.asp. SPECIAL NOTE: Be reminded that the VA guidelines are just a guide, and the project is not bound by them. If current healthcare trends dictate a different design approach is needed, we will follow that approach. A/E shall be responsible for providing all services necessary for design of this project, e.g. structural, industrial hygiene, mechanical, electrical, etc. TIME SCHEDULE DESIGN REVIEW AND SUBMITTAL REQUIREMENTS: This is a summary and specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review and the each submission. The A/E shall provide completed bid documents within 135 days of Initial Project Design team (PDT) meeting. EXPECTATION: Required to submit review package so they are received on the day indicated after Notice to Proceed (NTP) or concurrence from Project manager and Contracting Officer. Initial Project Design Team (PDT) meeting Schematic Submission Design Development 35% Design Construction Documents 1 - 65% Design Construction Documents 2 - 95% Design Bid documents Final (Four (4) Sets of Drawings and specifications shall be furnished by the A/E) Completed bid documents are expected within 135 calendar days of Initial PDT meeting. The A/E shall provide a submission schedule at the PDT meeting. Note: The issue of the Notice to Proceed (NTP) will be the first PDT Meeting. A/E shall be required to attend and take minutes of each Project Design Team (PDT) Meetings. Minutes shall be submitted electronically to the Project Manager and Contracting Officer within three business days of each meeting. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: Review of Contractor's and Sub Contractor s Qualifications: Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, support by written recommendations of any problems or litigation encountered in past based on first-hand knowledge. Review of Submittals: Review all submissions and provide recommendations to the VA within five calendar days upon request. Review of Change Order Requests and Requests for Information (RFI): Review and provide replies to contractor generated Requests for Information (RFIs) when required by the project manager within five days. Review contractor s change order request and provide an independent cost estimate for each change order request. Review contractor's cost estimates and provide recommendations to the VA Site Visits: The A/E shall make 20 site visits on requests of the VA and prepare written reports that shall include agreed upon changed in design as determined necessary during the construction. Visits made based on errors and omissions in design shall be at no cost to the VA. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. Punch List: Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. "As-Built" Document Requirements: Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction and with correspondence performed during construction. Transpose contractor s as-builts to AutoCAD 2013 and provide a set of updated as-builts and specifications on CD within 30 days to the COR. Update the BIM model as outlined in the current VA BIM Manual and provide to the COR within 30 days. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for FAR 852.219-10, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). The NAICS for this project is 541310 Architectural Services. Where to Submit: Interested firms shall submit one (1) hard copy of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to: VA Butler Health Care Center (HCC) 2nd Floor Room 2CN 002 353 North Duffy Road Butler, PA 16001 ATTN: Contracting (Jeffrey Zbezinski) AND In addition the interested firms shall submit three (3) hard copies of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17042 ATTN: Facilities Engineering Service (Brian Pedersen) All SF 330s shall be clearly marked with the subject line displaying the solicitation number 36C24418R0610 Improve Entryway Building 17 Project# 595-18-103 All A/E firms interested in submitting an SF 330 must comply with the information listed below: (i) Interested firms having the capabilities to perform this work shall submit to be considered for this contract shall submit hard copies of their Standard Form 330 (Parts I & II) and a CD copies of their Standard Form 330 (Parts I & II) to addresses listed above not later than Thursday August 23, 2018 at 12:00 p.m. (Eastern Daylight Time) the response date/time. (ii) Late proposal rules found in FAR 15.208 will be followed for late submittals. The A-E shall not include company literature with the SF 330. Personal visits to discuss this announcement will not be allowed. SOLICITATION: A solicitation will only be issued to the most highly qualified firm. The Point of Contact: Contracting Jeffrey Zbezinski, 878-271-6636 E-mail any questions to Jeffrey. Zbezinski@VA.gov End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0610/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418R0610 36C24418R0610_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502887&FileName=36C24418R0610-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502887&FileName=36C24418R0610-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418R0610 36C24418R0610_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4502887&FileName=36C24418R0610-000.docx)
- Place of Performance
- Address: Lebanon VAMC;1700 South Lincoln Ave.;Lebanon, PA 17042
- Zip Code: 17042
- Zip Code: 17042
- Record
- SN05004628-W 20180726/180724231024-84bec4b9ac893ecbf4d24f1d2514f1b1 (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 |