Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
DOCUMENT

C -- RENOVATE NFS (NUTRITION & FOOD SERVICES - Attachment

Notice Date
5/12/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24411RP0203
 
Archive Date
8/19/2011
 
Point of Contact
MIKE WHITE
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: - The Wilmington Veterans Affairs Medical Center (WVAMC) is seeking Service Disabled Veteran Owned Small Businesses (SDVOSB) Architect and Engineer (A&E) firms. The A&E firm must be approved under NAICS Code 541310 Architectural Services; with a small business size standard of $4.5 million capable of preparing all design documentation associated with project #460-10-004, RNOVATE NFS (NUTRITION & FOOD SERVICES). The selection process will be in two phases. Phase I of the evaluation process will result in a narrowing of offerors to a maximum of 3 to 4 firms by reviewing all submitted compliant Standard Form 330s, ARCHITECT ENGINEER QUALIFICATIONS and utilizing evaluation factors that include: I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV Location And Facilities Of Working Offices; V- Proposed Design Approach; See attached A/E INTERVIEW SCORE SHEET. Phase II shall consist of an interview and presentation by firms selected to advance from Phase I. Phase II of the evaluation process will result in a narrowing of one firm based on evaluation factors that include I- Design Team Proposed For This Project; II- Proposed Management Plan; III- Previous Experience Of Proposed Team; IV Location And Facilities Of Working Offices; V- Proposed Design Approach; VI- Project Control; VII- Estimating Effectiveness; VIII- Miscellaneous Experience & Capabilities; IX-Awards; X Insurance and Litigation; See attached A/E INTERVIEW SCORE SHEET. Interview date and times will be determined after completion of Phase I. The Architect and Engineer firms advancing to Phase II shall be notified of the date and time of their interview and presentation. An A/E design package including Statement of Work (SOW) along with a Request for Proposal (RFP) will be issued to the offeror that is determined to be the best qualified to complete this project. The RFP shall be completed and returned for a price evaluation. PARTIAL SOW RFP WILL INCLUDE COMPLETE SOW -- Services -- PROVIDE: Professional Architect/Engineer and healthcare planning services to include but not limited to: Site investigation including but not limited to architectural, civil, structural, mechanical, electrical, plumbing, fire protection, and environmental services monitoring (asbestos abatement monitoring, sampling and clearances). Contract drawings and specifications for construction. Cost Estimates, and all required specialized consultancies to support the construction plan. Project reviews and evaluations with VA Safety and GEMS coordinators to determine the requirements for Infection Control Risk Assessment (ICRA), Interim Life Safety Measures (ILSM), Environmental Category Exclusion (CATEX) Checklist, Construction Waste Management, etc. Comply with the requirements as outlined in latest VA Program Guide PG-18-15 (Volume C), A/E Design Submission Instructions for Minor and NRM Construction Program. Reference at http://www.cfm.va.gov Construction period services - review of contractor submittals, provide recommendations regarding contractor change proposals, visit site as per VA's request, and add to the construction documents all as-built conditions from contractor's record drawings; A/E will respond on site within a two-hour period when requested. Project Scope -- GENERAL: This project is located within the Wilmington VA Medical Center s First Floor. It involves all design work and phasing to: 1.Completely renovate the Wilmington VAMC Nutrition & Food Service (NFS) areas, including but not limited to: renovating the entire NFS kitchen; replacing all kitchen equipment; replacing all freezers/coolers and associated roof-mounted refrigeration equipment; renovating all supporting offices/administrative spaces throughout the NFS areas; and completely replacing all associated utility services necessary for a modernized commercial food service in full operation. SPECIFICS: 1.The A/E is to engage the design services from a competent Commercial Kitchen Designer to research and plan the most efficient and ergonomic layout for a modern commercial kitchen within the existing space. The A/E is to coordinate the plan for this work with the VA NFS Officer. 2.The A/E is to survey and plan for the abatement of hazardous material such as lead, asbestos, etc. 3.The extent of this project includes renovating the entire NFS area, Corridors 1301 and 1303, the building roof directly above the NFS. This project will also provide additional ventilation in Medical Gas Storage Room 238, located near NFS area next to Loading Dock. (Refer to the attachment ketch outlining the general project area.) 4.The A/E is to provide a comprehensive conditional assessment of the entire NFS kitchen, including but not limited to all cooking appliances, tray lines, heated/refrigerated storage carts, sinks, walk-in freezers/coolers, dishwasher, kitchen furnishes and like items. The assessment shall include prioritized recommendations with associated costs for planning purposes. 5.All existing kitchen equipment and appliances may be replaced; and new equipment shall be provided by the Contractor. The work shall include the replacement of all associated utilities such as gas, steam, electrical normal/emergency power, etc. 6.The existing kitchen hoods, associated ductwork, and fire safety systems may be upgraded to meet current codes. 7.The existing ceilings, walls, and floors throughout the NFS areas may be completely replaced. 8.The existing HVAC, plumbing, lighting, electrical power/life safety systems are to be addressed to support the renovations. 9.The existing ceilings, walls and floor in Corridor 1301 and 1303 including, but not limited to, associated doors, wall protection, lighting, etc. - may be completely replaced. 10.The A/E is to plan all phasing of construction work in coordination with VA staff in order to minimize interruption/downtime to NFS daily operations. Phasing is to account for any hazardous material abatement/remediation that will be required. 11.The project is to be designed with a minimum of 15% deductive bid alternates. 12.Third-Party Fire Safety Peer Review Architect/Engineer shall utilize the services of the Network 4 contracted Fire and Safety Engineer to conduct a fire and life safety peer review of the project. The architect/engineer shall provide a complete copy of the 75% document submission to the VA Project Engineer to forward for review. The contracted Fire and Safety Engineer will return comments to both the architect/engineer and the VA Project Engineer prior to the corresponding review meeting. A/E will incorporate all required changes into the design documents. No fee will be charged for this service. 13.The A/E shall obtain master INDUS drawings and revise/update per VA PG-18-1 VA CAD standards and VA National CAD Standard Application Guide following receipt of Contractor as-built documents. The A/E proposal shall include a line item indicating fees associated with the INDUS work for VA tracking purposes. 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. The Preliminary Construction cost estimate for this project has been calculated to be FIVE MILLION FOUR HUNDRED THIRTY FOUR THOUSAND DOLLARS ($5,434,000.00). Interested firms shall be registered with the Central Contractor Registration (CCR), Vendor Information Pages (VIP), and On Line Representations and Certifications (ORCA) web sites. Firms will also be checked for Vets-100 compliance. In addition, interested vendors must be located close enough to the WVAMC to respond to a site visit request within forty-eight hours after receipt of the request. The Center for Veterans Enterprise (CVE) shall verify the Service Disabled Veteran Owned Small business status of the firm that is determined to be the best qualified to complete this project as a result of the phase II selection process. Verification of firms SDVOSB status SHALL be completed before a contract can be awarded. The CVE verification process takes a minimum of 21 days. The contract award process will be streamlined if ALL interested firms have a certification letter from the CVE at the time SF 330 packages are submitted. SF 330 package submissions shall indicate FOR OFFICIAL USE ONLY . The package shall be clearly marked STANDARD FORM 330 ARCHITECT ENGINEER QUALIFICATIONS FOR - RFP VA-244-11-RP-0203, RENOVATE FNS (Attention: Mike White) .Interested vendors shall submit five (5) copies of STANDARD FORM 330 ARCHITECT ENGINEER QUALIFICATIONS. SF330 packages may be mailed to: WILMINGTON VETARAN AFFAIRS MEDICAL CENTER ATTN: MIKE WHITE - ANNEX BUILDING 1601 KIRKWOOD HIGHWAY WILMINGTON, DE 19805. SF330 packages may be hand delivered to: DEPARTMENT OF VETERAN AFFAIRS ATTN: MIKE WHITE 20 MONTCHANIN ROAD GREENVILLE, DE 19807-2160 Packages must be received by the WVAMC by mail or hand carried no later than 4:00 PM Eastern Standard Time on JUNE 27, 2011. E-mail and fax SF 330 submissions will NOT be accepted. Questions concerning this posting can be directed to Mike White at Michael.white9@va.gov. Insert in the subject line when sending e-mail RFP VA-244-11-RP-0203; RENOVATE FNS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24411RP0203/listing.html)
 
Document(s)
Attachment
 
File Name: VA-244-11-RP-0203 VA-244-11-RP-0203_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199924&FileName=VA-244-11-RP-0203-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199924&FileName=VA-244-11-RP-0203-000.doc

 
File Name: VA-244-11-RP-0203 P08 - SCORING SHEET SHARE WITH CONTRACTORS.XLS (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199925&FileName=VA-244-11-RP-0203-001.XLS)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=199925&FileName=VA-244-11-RP-0203-001.XLS

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02446585-W 20110514/110512234747-64938648450b12def2b524a0a913cf1e (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.