Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2018 FBO #6166
DOCUMENT

C -- Bldg 500 Expand Surgical Services (VA-18-00145627) - Attachment

Notice Date
10/9/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
36C24518R0272
 
Response Due
10/31/2018
 
Archive Date
11/30/2018
 
Point of Contact
Laura A Tawzer
 
E-Mail Address
3-0811
 
Small Business Set-Aside
N/A
 
Description
FBO Pre-Solicitation Notice Solicitation No. 36C24518R0272 Minor Project No. 613-123 Award Item AE Design Bldg 500 Expand Surgical Services (Design) The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, Martinsburg, WV 25405 is seeking a qualified Service Disabled Veteran-Owned Small Business A/E firm to provide Schematic Design, Life Cycle Cost Analysis (LCCA), Design Development, Construction/Bid Documents, Specifications, Construction Cost Estimate, and Construction Period Services for the Bldg 500 Expand Surgical Services (Design). This project includes the renovation on the second floor of building 500 of approximately 13,400 GSF of space for clinical and procedure rooms for surgery along with a new two bank elevator tower serving the basement to fourth floor. The elevator tower will also include 3,000 GSF of new space for lobby and other support functions for this design. Priorities of Work: The design will Renovate 7,400 GSF of existing surgery services space including an additional 6,000 GSF vacated by Dental to expand the Surgical Service that shall include two additional ORs. A new elevator tower, associated surgical entrance & lobby along with support functions will also provide 3,000 GSF of additional space. The new elevator tower will include a new outpatient surgery entrance drop-off, with dedicated elevators to Surgery on the second floor, and direct connection to the ICU and Inpatient Acute Med/Surg unit to be located on the third floor in the future. The two elevators will serve the basement through the fourth floor of building 500. A subsequent project will address functional, safety and FCA issues/deficiencies with the existing ORs. The AE shall: Verify and update the attached draft SEPS program with Surgical Service to establish a base line for the designs program needs. For Physical Security Design meet the medical center s Police Service to determine the risk assessment if applicable for this project as the campus does not have a current campus Risk Assessment. At a minimum the A/E shall reference the VA design guide plates located at http://www.cfm.va.gov/til/dGuide.asp and the VA design manuals located at https://www.cfm.va.gov/til/dManual.asp for comprehensive architectural and engineering requirements for each space listed. The A/E will perform all surface and subsurface investigative work pertaining to foundations, geotechnical, structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication, public address system and their associated appurtenances located in other areas of the work area as deemed necessary to provide a complete and constructible design. In addition to design of required new work areas the A/E will design the required rerouting, relocation, and/or extension of all existing utilities electrical, plumbing, etc. which may pass thru the proposed design area servicing surrounding spaces and future expansions. The A/E will implement Evidence Based Design (EDAC) and Sustainability philosophies with the current VA design guides, space planning criteria, and technical criteria, to create an environment which enhances the healing process. The heating, ventilation, and air conditioning (HVAC) design shall comply with ASHARE 170 and the VA HVAC Design Manual. The design team may have to include design of more than one impacted AHU serving both the project scope and adjacent areas. Controls will be compatible with existing Johnson-Metasys Building Automation System. Design shall also include recommendation of at least three energy savings alternatives for consideration. The plumbing design shall comply with VHA Directive 1061 and the VA Plumbing Design Manual. The A-E shall be responsible for calculations required by 26 05 73, as discussed in the VA Electrical Design Manual, paragraph 1.10. VAMC Martinsburg has a 2016 electrical condition assessment. The A-E will be provided an electronic copy of this submittal, to be updated to maintain the accuracy of the assessment for future use, based upon submittals approved by the General Contractor for A-E approval., to include fault current calculations (1.10.2), protective device coordination calculations (1.10.3) and arc flash calculations (1.10.4). Commissioning will be performed by a third party contracted directly with the construction contractor. The A/E will be responsible for incorporating commissioning specifications in accordance with the VA Whole Building Commissioning Process Manual, dated 5/1/ 2013, and coordination with the Commissioning Agent during construction. Fire and Life Safety requirements will be designed under the Governing Codes of NFPA 101 Life Safety Code (2018 Edition) and the Department of Veterans Affairs Fire Protection Design Manual (2015 Edition), NFPA 70-2017, or most current edition of these publications. A/E will perform a LCCA, using the current version of Building Life Cycle Cost (BLCC) software, to investigate and provide recommendations for sustainability and energy saving alternatives, which will include the following: The VA Sustainable Design Manual, current edition, is applicable. Energy Modeling will use the weather data available from the Martinsburg, WV Regional Airport. Renewable energy will be investigated and incorporated where feasible in accordance with the Sustainability Manual. The LCCA shall demonstrate a 30% energy intensity reduction compared to ASHRAE 90.1-2007, as given by the VA HVAC Design Manual. Included shall be the requirements of section 01 81 13.11, Sustainability Certification Requirements - LEED HC V3. The design shall utilize ASHRAE 90.1-2013 at a minimum and 90.1-2016 where indicated by the VA HVAC Design Manual. Master Construction Specification 01 81 11, Sustainable Design Requirements, shall be used. For LED lighting applications, Design Light Consortium (DLC) listing is preferred. The A-E will prepare and submit application for the West Virginia business incentive, lighting for business program on a project by project basis, as determined by the COR to be economically viable.. This program is managed by the electrical service provider First Energy. Details, spreadsheet, application form, and information are available at http://www.energysavewv-business.com Building envelope, opaque elements, shall meet or exceed requirements 189.1-2014. Natural daylighting measures shall be used to the greatest extent economically feasible. Dual technology occupancy lighting sensors, with dimming for spaces with windows. The design shall include use of Energy Star, FEMP-designated, and EPA Water Sense products where applicable. Design shall incorporate Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings. The AE will be responsible for determining compliance with The Guiding Principles for Sustainable Federal Buildings. The project will address the Master Plan site design and layout, required utility service from existing utility feeds to the area, and the Storm Water Management (SWM) and how it affects the project design and construction activities. Site design will be limited to project construction impact area but will incorporate requirements of EISA 438, EO 13508, and the VAMC Martinsburg SWMP. Asbestos sampling reports will be provided to the design team who will incorporate the proper removal, disposal and/or encapsulation requirements in the project. Physical Security. The A/E will follow the requirements in the VA PHYSICAL SECURITY DESIGN MANUAL FOR MISSION CRITICAL FACILITIES or the VA PHYSICAL SECURITY DESIGN MANUAL FOR LIFE-SAFETY PROTECTED FACILITIES as they apply. The A/E s team will include a certified physical security specialist as well as a licensed professional structural engineer who has specialized training in blast design and analysis. The A/E shall have on their team a qualified vertical transportation consultant as required by PG-18-10 Elevator Design Manual and Topic 18 of PG-18-3. The A/E will be provided a copy of the Facility Condition Assessment (FCA) Report to assist the medical center in determining which items will have been addressed at the completion of the project design. Each item listed under item B above will be reviewed during the Schematic, Design Development and Construction and Bid Document stages and evaluated for probable cost. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. The VA will shortlist the firms utilizing the SF330 form and interviews will be conducted with at least 3 firms based on the outcome of the scoring. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW WILL RESULT IN REJECTION OF SF330. Selection criteria will be in accordance with FAR 36.6 and VAAR 852.236.6, which will include minimum the below criteria. The table shows the values for each factor and what the evaluators will use. These scores will then be totaled for a total score. TABLE 1 MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 400-mile radius, of the Martinsburg VA Medical Center, 510 Butler Ave, Martinsburg, WV 25405. The 400-mile restriction will be verified by using the website www.mapquest.com and verifying the distance from the offeror s location and the VA Martinsburg, WV. Submission Requirements: This acquisition is for A/E Services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. Firms registering for consideration for future Federal AE projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.00v/orca/login.aspx, and to update at least annually. Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, VISN5 Network Contracting Office, 510 Butler Avenue, Building 306A, Martinsburg, WV 25405, Attn: Laura Tawzer. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD of Parts 1 and 2 no later than 1:00 pm Eastern Standard Time on October 31, 2018. Hard copies shall be in binders. YOUR RESPONSE SHALL BE TABBED IN ACCORDANCE WITH AND IN THE SAME ORDER OF THE EVALUATION FACTORS LISTED IN TABLE 1. FAILURE TO FOLLOW THIS SAME FORMAT IN THE SUBMISSION WILL RESULT IN REJECTION OF SF330. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by electronic/fax means are NOT permitted. All questions are to be sent to the attention of laura.tawzer@va.gov. Potential contractors must be registered in SAM (www.sam.gov) and visible and certified in VetBiz (www.va.gov/osdbu) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms VetBiz Registry. Offerors shall provide all documents listed and comply with all proposal instructions for their proposal to be considered responsive to this notice. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified. A VIP unverified SDVOSBs will be considered non-responsive as it is deficient and therefore will not be evaluated. This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size standard is $7.5 million; and 541330, Size standard is $15.0 million. This is not a request for proposal nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds. The Government is under no obligation to award a contract as a result of this announcement. Contracting Office Address: Department of Veterans Affairs Laura A. Tawzer, CO 613/90C 510 Butler Avenue, Bldg 306A Martinsburg, WV 25405 Laura.Tawzer@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/36C24518R0272/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24518R0272 36C24518R0272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625723&FileName=36C24518R0272-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625723&FileName=36C24518R0272-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05118882-W 20181011/181009230810-2bdd5d9dea23179cbb9569b5acff6b5d (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.