DOCUMENT
C -- 526-13-108 Correect Safety Deficiencies at Loading Dock AE Design Services - Attachment
- Notice Date
- 6/24/2013
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24313R1197
- Response Due
- 7/24/2013
- Archive Date
- 10/31/2013
- Point of Contact
- Patricia Cordero
- E-Mail Address
-
ia.cordero@va.gov<br
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-13-108 Correct Safety Deficiencies at Loading Dock. This Project will correct current safety deficiencies near the warehouse at the James J. Peters Bronx VA Medical Center located at 130 W. Kingsbridge Road, Bronx, New York 10468 This procurement is restricted to Veteran Owned Small Business (VOSB) and (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns". In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). LOCATION This is located at the James J. Peters Bronx VA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468. SCOPE OF SERVICE REQUIRED PROJECT NO. 526-13-108 CORRECT SAFETY DEFICIENCIES AT LOADING DOCK. This Project will completely renovate and correct the existing safety deficiencies at the loading dock area, located at the James J. Peters Bronx VA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468. I.GENERAL SCOPE OF PROJECT : Supplement B defines the minimum requirements of completion for each phase of the project design. This document involves several disciplines. A/E will supply all labor, materials and services to include but is not limited to Architectural Specifications, Structural analysis, electrical, mechanical, Value Engineering, progress phasing scheduling and estimating as well as other design considerations, to design for a complete and fully functional loading dock with no safety deficiencies and more efficient storage space. Design will include but is not limited to the following: A.Loading Dock Platform Scope of Project: 1) Consider solutions to replace loading dock platform from emove existing loading dock platform it its entirety to ground level, removing patiching particular sections and patching or only removing approximately a specific thickness from the top level to save cost if the concrete is structurally sound. 2) Install new concrete loading dock platform in phases not to interrupt loading dock operations. 3) Extend loading dock platform 2' out from its present location if possible. 4) Install industrial bumpers throughout the loading dock platform to prevent damage from parking vehicles. 5) Install bumpers on the inner wall on top of the loading dock to protect the slate. 6) Install new ramp going into loading dock. Ramp to be slip proof. Present location can be used. 7) Install new hydraulic lift inclusive of pumps, lines, etc. Design for all new electric power and other utilities for this to be fully functional. Hydraulic pumps, etc to be put in access space under loading dock platform. 8) Install protective cover in front of loading dock platform cover to protect concrete from physical damage and deterioration from the elements. 9) Top of loading dock platform to be slip proof 10) Install 3 new stairways into loading dock with hand rails. Each step to be have metal protection covers. 11) Install several new loading dock levelers on loading dock platform 12) Remove current fencing storage for oxygen tank and replace with new. 13) Remove stairway by gas storage and relocate to new location. 14) Extend concrete platform for oxygen storage tank area where stairs will be removed for extra space for gas storage tanks. Extend fencing section to this area. 15) Keep all paths of egress free for the 2 emergency exits by the gas storage tanks. 16) Re-route new path to loading dock platform and new stairs. 17) Remove old warehouse hanging lights. 18) Install LED lights fixtures in drop ceiling. 19) Remove and change all sets of loading dock doors with new. Include clear panel in doors for loading workers safety. 20) Remove abandoned heater at loading dock entrance door. 21) Include security protection which can be easily utilized on all loading dock doors on the outside such as a roll up fence, gate, etc. 22) Remove and install new sprinkler heads with escutcheon plates. 23) Remove metal ceiling tiles on drop ceiling and install new. 24) Replace fire stair exit door with new. Include signage and proper fire ratings. *25) Design for contractor to take all precautionary infection control measures and necessary when removing drop ceiling and clean as necessary due to past problems of dead wildlife above ceiling. AE services to include investigation of existing conditions above drop ceiling for recommendations on extent of repair required. 26) Remove exiting fire sprinklers and replace with new QR, FM, UL listed, outdoor rated fire sprinklers with new escutcheon plates. 27) Install expansion joints as necessary. 28) All fencing, security fences, etc to have Stanley/best locks. B) Loading Dock Roadway Scope of Project: 1) Remove the entire loading dock concrete and replace with new. Design for heavy traffic due to constant delivery of supplies from commercial trucks. 2) Install all epoxy coated rebar, gravel, level, set. 4) Remove and install all concrete up to asphalt road. 5) Concrete by generators and bio-hazard trailer to remain. Work around as necessary. 6) Concrete trenches for gas and electric lines to generator to remain. Work around as necessary. 7) Install all necessary dowels and expansion joints from new concrete to existing slabs to prevent future structural cracks. 8) Design for contractor to move all heavy storage trailers and bins we have as necessary to remove and repave. Trailers and bins to be put back to their original location. 9) Existing fence on top of old retaining wall to be removed. 10) Install new fence on top of existing retaining wall and install new decorative green wreath slats. Utilize the exact same slats used on the existing fence on the other half of the loading dock. 11) Remove existing curb near retaining wall and for the entire length of the loading dock except by the generators. 12) Install wall bumpers and guards on the retaining wall except by generators. 13) All work to be done in phases for loading dock to remain in operation. 14) Remove existing high pressure sodium lights and replace with new LED fixtures and lights. 15) Remove broken slate tiles on wall on the loading dock level near gas tanks. 16) Replace slate with new heavy durable material and install bumpers and wall guards as necessary. 17) Remove all abandoned dumpsters, equipment, etc. C) Removal of Brick Storage Building Scope of Project: 1) Remove existing brick storage building in its entirety. 2) Check structural integrity of existing concrete slab under brick storage building and provide documentation. 3) Reuse slab if possible. If not, design for new slab foundation. 4) Install new modular storage building to be placed on top of the exiting concrete slab or build new depending on which is more structurally and economically feasible.. 5) Remove concrete ramp going into loading dock unless it can be utilized and has the proper pitch. 6) Install new ramp into the storage building. 7) Modular storage building to have lighting as necessary outside and inside the building. 8) Install guard rails, bollards or any other protective means around the modular trailer. 9) All doors for modular building to have Stanley best locks or provisions for Stanley/best to be installed. 10) Building to have all gutters and other weatherproofing necessary. 11) Entrance to be large enough for hand truck and/or forklift to maneuver through. 12) Modular building floor slab to be durable to take weight of forklift, hand truck and heavy equipment. D) Loading Dock Storage Scope of project: 1) Remove fence around outside storage area at corner of loading dock. 2) Remove uneven concrete floor, curb and repave. 3) Install new rectangular modular storage building or build new depending on which is more economically feasible. 4) Modular building to have a large entrance to fit large storage items, forklifts and hand trucks. Floor slab of Modular Building to take the weight of forklift and hand trucks. 5) Entrance to be leveled with loading dock floor. 6) Include any ramps, lifts, etc as necessary. 7) Modular building to have exterior and interior lighting. 8) Modular building to be installed towards the retaining wall to avoid maintenance and utility connections. 9) Design around storm drain, grease traps, oil connections fills, oil tank alarm, generator ventilation louvers and electric manhole. Enough working space is to be left for all items listed on this line item. 10) All doors for modular building to have Stanley best locks or provisions for Stanley/best to be installed. 11) Building to have all gutters and other weatherproofing necessary. 12) Building to have good insulation for loading dock to store items which may be sensitive to cold temperatures. 13) Install proper drainage system and drains as necessary around storage building as water pitches to this end of the loading dock. 14) Do not block existing storm drain at the corner of the storage area or relocate as necessary. E) Design Criteria All design to be done as per VA specifications, NFPA 99, 101, NEC. F) Coordination of Work Coordinate all construction with Project Engineer prior to start of work. G) Fire Safety, Infection Control, and Security 1.) All penetrations made during installation around wiring, conduits, junction boxes, pull boxes, pipes, etc must be sealed with Fire Sealant Caulking and/or materials. Hilti fire sealant is hospital standard. 2. ) Provide patchwork, paint, replacement of ceiling tiles, etc to any area destroyed during construction. All materials must match existing type. 3. ) Any drawings provided by the Government are for reference only and it is the responsibility of the contractor to field verify all drawings, installation methods and dimensions for accuracy. 4. ) Must clean construction site on a daily basis. 5. ) Contractor is to furnish all warranties, operation and service manuals for the job and new equipment prior to final payment. All warranties begin when approved and accepted by Bronx VA. 6. ) Contractor is responsible for securing the construction site, while maintaining the integrity of the Medical Center security. 7. ) Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc. H. Phasing 1. The A/E shall address the need for special protective construction (Pre-construction risk assessments) and methods of work to assure the continued operation of medical center. 2.The A/E shall develop an appropriate phasing and coordination plan for the construction of the project so as to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction. 3. As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on AutoCAD 2007. VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. II.Method of Procedure A.The A/E shall make an on-site inspection of all areas within the scope of the project to familiarize themselves with existing conditions. The A/E shall verify all dimensions including verification of drawings and information furnished the A/E by the VA. B.Upon appointment by the Director, Facility Management Service Center, the A/E will be assisted by VA Facility Management staff in confirming existing conditions. The VA makes no guarantee as to the accuracy of any as-built drawings furnished or information provided. The A/E must verify all conditions. C.The A/E shall meet with all necessary staff and medical center management in order to determine the Medical Centers requirements. The A/E shall use this information and provide several planning options to address these requirements. III. Review Requirements The following are minimum requirements for review purposes only. This does not relieve the Engineering Firm of responsibility to produce a complete set of construction documents and estimates in accordance with industry standard practice and VA criteria. A.The Engineering Firm shall prepare and coordinate all engineering and site drawings, calculations, specifications and cost estimates. The degree of completion and the stages of submission shall be as specified. B.For each submission, the Engineering Firm shall incorporate the corrections, adjustments, and changes made by the VA at the previous review. The Engineering Firm shall date all reports, studies, and other submission material. C.Provide computations and sizing calculations for mechanical, plumbing, and electrical designs. For computerized calculations, submit complete and clear documentation of computer programs, interpretations of input/output and description of program procedures. D. If subsurface investigation is necessary, submit the criteria for the subsurface investigation and the qualifications of consultants being considered for the investigation. Start subsurface investigation upon approval of the proposal by the COR. E.The Engineering Firm shall submit a construction cost estimate with the drawings at each project submission. This estimate shall show the cost of construction which would be expected to be reflected by the construction contractors' bids, if the bids were submitted on the same day as the estimate. The level of detail for this estimate shall be consistent with the degree of completeness of the drawings being submitted. For detailed elements, "lump sum" or "allowance" figures will not be accepted. F.A/E to answer all comments from VA for all submissions via Dr. Checks prior to design review. IV. DESIGN SUBMISSIONS: Preliminary Design and Analysis A. Compliance of Preliminaries-35% Design Review This review shall include the following: 1. Drawings shall be completed to the extent the following is shown: a. Demolition work required for each area. 2. Provide a design analysis that will evaluate for the Bronx VAMC: a.Phasing Analysis. b. Impact Analysis c. Recommendations/Solutions. d. Review of applicable Codes. e. 1/4 or 1/2-inch scale drawings (typical). 3. Specifications: provide a listing of all applicable VA Master Specification sections to be used for this project. 4. Provide a cost estimate based on drawings, specifications, and design analysis. Provide appropriate adjustments for phasing and local or market conditions. 5. Provide five (5) copies of design analysis, drawings and cost estimates. 6. The A/E shall attend a design review meeting at James J. Peter's /VAMC Bronx, New York. 7. Provide design via PDF and AutoCAD on CD. B. Preparation of contract drawings and specifications I - 65% Design Review - The submission shall include materials proposed for use on the project for selection by the VA. This submission should incorporate all comments from 35% Design Review. 1. Drawings shall be completed to the extent the following is shown: a. Demolition work required for each area. b. All preliminary drawings shall be not less than 1/8" scale. c. Area finishes (existing versus proposed) d. Structural, electrical, and mechanical modifications required. e. All new work to be added to existing work shall be shown and identified. All existing items requiring removal to provide for installation of new work shall be shown and identified. 2. Provide a design analysis describing proposed construction and phasing. Provide information as to how Life Safety and other applicable codes are being met. 3. Specifications: Provide a marked-up copy of all applicable VA Master Specifications, edited for the Scope of this project. 4. Provide a cost estimate based on drawings, specifications, and design analysis. Cost estimate shall include quantitative take-off for labor and material. Provide appropriate adjustments for phasing and local or market conditions. 5. All floor plans are to be presented on VA standard size drawings. The Engineering Firm must submit three (3) options of the floor plans at this submittal. The floor plans should be drawn at a scale which will permit an entire floor plan on one drawing. The plans must show the overall exterior dimensions of the building. 6.Primary horizontal and vertical circulation, entrances to buildings, main entrances to departments and major mechanical spaces shall be shown on the drawings. New construction, renovation and existing construction to remain as is, shall be clearly distinguished from each other. Construction phasing will be carefully considered to permit continuous operation of the facilities services without disruption. 7. Provide five (5) copies of all review material. 8. The A/E shall attend a design review meeting at James J. Peters/VAMC, Bronx, New York. 9. Provide design via PDF and AutoCAD on CD. C. Preparation of contract drawings and specifications II - 95% Design Review- The A/E shall incorporate all comments from 65% reviews. 1. Drawings shall be complete and checked for errors, ready for use as final contract documents including special requirements (i.e. mechanical, electrical, structural, etc.). 2. Construction phasing schedule 3. Construction specifications shall be prepared in final draft; incorporating bid alternates as required (if applicable). 4. Updated construction cost estimate. Cost estimate shall reflect labor and material for each category of work based on quantitative take-off, including overhead and profit. The cost for each bid alternate shall be identified in the cost estimate, if applicable. 5. A/E shall incorporate any comments from VA Legal and Technical Review and any bidder questions into Final Documents in direct preparation of amendments to the solicitations as required. 6. Provide five (5) copies of all review material. 7. Provide design via PDF and AutoCAD on CD. D. Final Project Review - 100% Completed Design- 1.The 100% phase involves the production of complete drawings, specifications, and other documents necessary for the bidding and construction of the project. Also included at this phase are the final detailed cost estimate, the final phasing plan and the construction schedule. 2.It is the A/E Firm's responsibility to provide a quality set of documents. Related documents shall be complete, fully coordinated and ready for reproduction for contract. 3.Prior to reproduction for issue for construction bids, the Engineering Firm shall make any changes to the documents identified as necessary. 4.The A/E Firm shall deliver the original contract drawings to the Project Manager for signature, after the previous review comments are incorporated and the contract drawings have been approved. The contract drawings shall bear the seal of the Registered Architect and Professional Engineer responsible for the design. 5.Submit a complete set of applicable VA Master Specifications edited to reflect the scope of work of the project. Also, submit copies of any architectural specifications prepared by the Engineering Firm from any source other than VA Master Specifications. Ensure the specifications have been edited and tailored in their application to represent accurate coordination between the drawings and specifications. V. SERVICES REQUIRED DURING DESIGN This project requires the need for Structural, Civil, Architectural, Electrical, and Fire Protection Engineer services, in order to completely provide a functional design to correct the safety deficiencies at the loading dock. A. ARCHITECTURAL 1.Submit a 100% complete and coordinated set of construction drawings and specifications. 2.Submit fully dimensioned floor plans showing all revisions required by comments from the previous review meetings. 3.Submit interior details. 4.Submit drafting symbols, and abbreviations, general notes and schedules that are complete and coordinated with all contract documents. 5.Submit a complete and coordinated finish schedule. 6.Submit demolition plans, existing finish schedule and notes, on demolition plans. 7.Submit completed building sections, wall sections and exterior elevations that show finish floor elevations, and indicate all building systems and materials. 8.Submit completed reflected ceiling plans for entire buildings, indicating all ceiling mounted equipment, lighting fixtures, air diffusers, registers, etc. 9.Submit equipment plans and details with all revisions from comments on previous submittal. B. INTERIOR DESIGN 1.Provided 100% completed finish schedule and specifications for all rooms and areas. These shall be fully coordinated between the drawings and specifications. C. ARCHITECTURAL SPECIFICATIONS 1.Assure the original specification drafts have been edited and tailored in their application to represent accurate coordination between the drawings and specifications. 2.Submit one full set of drawings of all disciplines, fully coordinate. 3.Submit a brief description of work for inclusion in the Pre-Solicitation Notice. 4.Final Bid Document Submittal: a.Revise draft specifications to incorporate: 1.All changes, resolution of conflicts and modifications noted in previous reviews. 2.Results of any drawing changes not shown on the drawings that affect the specifications. b.Type the specifications in final format and content including any desk copy changes made by the VA staff at the previous reviews. Submit a complete set of the typed architectural specifications including one full set of final drawings of all disciplines, fully coordinate. D. EQUIPMENT SPECIFICATIONS 1.Submit typed master specifications in final format and content. 2.Include a set of equipment drawings fully coordinate. E. STRUCTURAL/CIVIL 1.Include all completed structural drawings. All drawings shall be checked and coordinated with other disciplines prior to submission for review. F. SANITARY 1.Submit 100% complete drawings to include the following: a.Previously submitted drawings that have incorporated comments of the last review. b.Legend, notes, and details. G. PLUMBING 1.Submit 100% complete drawings to include the following: a.Previously submitted drawings that have incorporated comments of the last review. b.All piping sized. c.Plumbing riser diagram plans. d.Demolition plumbing floor plans. e.Legend, notes and details. H. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1.Provide complete and final engineering calculations of all systems. In addition to the updated room by room heating and cooling calculations, the following additional calculations shall be performed and submitted: a.Final selection of all pumps with head calculations based on the actual piping layout and takeoffs, and pressure drop through the equipment selected for the systems. b.Final selection of all fans with the fan static pressure calculations based on the actual duct layouts and takeoffs, and static pressure drop through the equipment for all systems. c.Sizing and selection of all expansion tanks based on the actual piping layout and volume computation. d.Sizing and selection of all steam to hot water converters and heat exchangers based on the flow requirement of each terminal unit, that is, duct mounted reheat coil, box (air terminal unit) mounted reheat coil, unit heaters, convectors, finned tube radiation, radiant ceiling panels, etc. e.Sound analysis of various systems and steps taken to ensure compliance with the specified noise levels. 2.Provide complete selection data, including catalog cuts and calculations, for all HVAC equipment and drawings showing all equipment schedules. 3.Complete the coordination requirements with electrical, plumbing, and steam generation by providing revised information (if any) developed since the last submission. In addition, complete coordination with the architectural drawings (Examples: Louvers, ceiling access panels reflected ceiling plans, etc.) and structural drawings (Examples: Operating weights of ceiling and floor mounted equipment, concrete and steel supports, roof and floor openings, etc.). 4.Submit 1/8 inch scale HVAC floor plans for all areas showing all ductwork and piping on separate floor plans. Show all duct/pipe sizes and quantities, that is, air quantities for each room and each air inlet/outlet, expressed in cubic feet per minute (CFM) and fluid quantity, where required, in gallons per minute (GPM). Show all volume dampers, fire dampers, smoke dampers, automatic control dampers, risers and drops in ductwork, air inlet/outlets, etc., on the air distribution floor plans. Show all piping specialties, such as expansion loops, anchors, valves, drip assemblies, balancing fittings, etc. on the piping floor plans. All architectural room names and numbers must be shown on the floor plans along with designated smoke and smoke/fire barriers. 5.Submit 1/4 inch scale HVAC floor plans for all mechanical equipment rooms with at least two cross-sections taken at right angles to each other. Show all equipment located on roof and/or grade. 6.Provide updated design and drawings of the outside chilled water distribution work showing pipe sizes and insulation with plans, profile, sections, details and all accessories such as anchors, expansion loops/joints, valves, manholes, capped and flanged connections, interface between the new and existing work (if any). The outside piping layout drawings shall clearly indicate interferences (if any) with the existing utilities and/or landscape elements. The scope of work shall show rerouting any utilities, cuttings of roads, pavements, trees, etc., and the extent of new and demolition work, thus, involved. The outside utility drawings shall be based on the study of the latest site drawings, discussions with engineering personnel and actual site inspection of the existing utility. To determine the actual location of the existing utility, should it become necessary to perform limited excavation, the Engineering Firm shall make necessary arrangements to do so in consultation with the site engineering personnel and project manager. 7.Update all automatic temperature control drawings showing revisions (if any) since the last submission. All duct detectors, control valves/dampers static pressure sensors, differential pressure control assemblies, etc., whose actual physical location is critical for the intended sequence of the operation shall be clearly shown on the floor plans and identified as such. For projects involving a central Engineering Control Center (ECC), provide a point schedule with intended analog/digital input/outputs, graphics capabilities and requirements of the other trades to be included in the ECC. Provide a riser diagram showing locations of all field data gathering panels and their interface with the ECC. The actual location of the ECC and peripherals should be shown on the floor plans. 8.Submit VA standard detail drawings. The details shall be edited to suit the project. Include any special details deemed useful and necessary for the project. 9.Provide complete HVAC demolition drawing showing clearly the extent of demolition work. Indicate major sizes of ductwork and piping to be dismantled. Show capacities and sizes of the existing equipment to be removed. Show clearly, points of connection and disconnection, blankoffs, dead end flanges with isolating valves. Coordinate demolition and restoration work with other disciplines. The revised capacities of the systems affected by the demolition work shall be clearly stated together with additional efforts, if any, involved in testing, balancing and adjusting them. 10.Provide edited sections of the VA Master Specifications. Include all information which is applicable to the project. I. ELECTRICAL 1.Submit 100% complete drawings including legend symbol list, details and schedules. 2.On the electrical one-line diagrams and risers show the final sizes, ratings, feeders and identification of the electrical equipment. 3.Plans shall include any major equipment to be removed and/or relocated. Any equipment, devices or fixtures to remain and be reused shall be shown where necessary for rewiring. 4.Submit the complete final lighting, load and sizing calculations. (ie, transformers, conductors, panelboards, etc.). 5.Indicate the short-circuit current values available at each level of distribution on the one-line and riser diagrams. 6.Submit a full set of floor plans. Show locations of primary distribution switchgear, engine generator sets, unit substations, feeder routing plan and other major pieces of equipment. 7.All floor plans shall have room titles and area functions shown on the drawings. Location of all equipment, lighting fixtures, outlets for power, fire alarm devices, and signal outlets and devices shall be shown. Layouts of specialty areas (radiology, office/exam, bed areas, O.R.'s, I.C.U.'s, etc) are to be laid out. 8.All electrical drawings shall show smoke partitions and fire alarm zones. Submit fire alarm and signal (nurse call, telephone, MATV, CCTV, radio, PA, etc.) riser diagrams. 9.Phasing and shutdown requirements. J. BARRIER FREE DESIGN 1.Complete all drawings and specifications. Ensure that every effort to make this facility accessible to handicapped employees and patients has been taken in this design. K. FIRE PROTECTION 1.Complete all drawings and specifications. Ensure compliance with NFPA. Provide hydraulic calculations used to derive the pipe and equipment dimensions and ratings. L. PHASING REQUIREMENTS 1.Phasing requirements shall describe the general sequence of the project work, estimated project duration (including allowances for delivery items), and what government constraints will exist that will influence the Contractor's approach to the construction project. In addition, special attention shall be given to asbestos abatement requirements to ensure that the project phasing plan and associated cost are reasonable. Adequate time shall be allocated for the evaluation for asbestos abatement areas in addition to the time to perform the asbestos abatement work that must precede the general construction. The Engineering Firm shall submit the following phasing information: a.Phasing Narrative in written form which outlines phasing requirements and sequence with all areas of the project identified as a part of some phase. Each phase description shall include constraints particular to that phase, what other phases that must precede it, and any VA moves which must precede the start of the phase or phases. If equipment and other removable items require storage and relocation by the government, because of asbestos abatement, these requirements shall be listed in the phasing narrative. Special phasing constraints which may be common to the project should be listed at the end of the narrative and not within each individual phase description. b.Individual phases shall be outlined and labeled on all drawings including site, architectural, structural, plumbing and electrical drawings. Phases shall be outlined on the submitted full sized drawings. c.All systems shall be designed so that, upon completion of a particular phase, the entire area covered by that phase can be occupied by the Medical Center personnel with all systems functioning properly. *d. Note that Phasing is critical to the function and operations of the Loading Dock area. Phasing during design and construction must incorporate appropriate and practical methods for continued operations and access to the Loading Dock area, especially for daily deliveries of equipment and supplies to the Medical Center. The A/E (Engineering Firm) shall incorporate all comments from the previous review into the final working drawings and specifications. 1. Final construction cost estimate shall be provided. 2. Final construction specifications. 3. Final construction contract drawings. 4. Final construction project schedule. 5. Provide five (5) copies of all review material. NOTE:All final construction specifications must be provided on Microsoft Word in addition to providing five (5) hardcopies. All drawings shall be stamped and signed. All final construction drawings must be provided on latest version of AutoCAD and PDF, (see attached description), Abobe.pdf, in addition to providing one (1) set ofMylar and five (5) blue line copies. IV Construction Period Services A. Review materials, submittals, shop drawings, schedules, etc. 1. Provide recommendation to Project Engineer as to each submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. 2. Provide list of submittals and status report of submittals processed. B. Review and advise the VA of contractors request for information. C. Review change orders and provide A/E cost estimate to support VA's negotiations with contractor. D. Furnish as-built drawings at completion of construction. E. Advise the VA of the timeliness of the contract with his approved schedule. F. Site visits: 1. Prebid Conference. 2. Preconstruction Conference. 3. Three (3) field visits during construction (All field visits are to be followed by a job meeting). 4. One (2) Final Inspection, to include construction punch list/report. VI.INFECTION CONTROL DURING CONSTRUCTION & RENOVATION 1.PURPOSE: The purpose of this policy is to outline the requirements for managing all construction, renovation or structural repairs within the medical center in a manner designed to minimize the potential for the spread of infections due to degraded air quality, environmental contamination or contamination of water. 2.POLICY: It is the policy of this medical center that a systematic approach based on assessment and planning will effectively manage the issues of transmission of infectious diseases and the aggravation of allergies. The overall approach relies on pre-construction assessment, management of heating, ventilating, and air conditioning (HVAC) systems and use of a variety of barriers. 3.SCOPE: This policy applies to all construction performed within the medical canter whether performed by staff for minor station projects or by contractor personnel during major construction/renovation. 4.RESPONSIBILITIES AND PROCEDURES: A.The Director, Facility Management Service Center (FMSC), the Infection Control Practitioner (ICP), the Industrial Hygienists and the Safety Manager are collectively responsible for evaluation the need for infection control measures for every construction, renovation or repair activity requiring the demolition, construction or penetration of any wall, ceiling or floor slab. B.Prior to the awarding of a construction project an Infection Control Assessment Screen (ICAS) (See Attachment A) will be performed. Based upon the ICAS, FMSC will assure construction project specifications include the required environmental control measure specified. C.An ICAS based on the Risk Assessment Matrix must be completed prior to initiation of any construction/demolition work, whether it is contractor or station level. D.A log of all ICAS above rating of III or IV will be maintained by the ICP. E.When environmental control measures are indicated based on the ICAS, the Director FMSC, the ICP, and the IH are responsible for determining the specific measures, the areas to which they will be applied, providing education to contractors and employees and implementing a monitoring program to assure implementation of the required measures. F.Barriers and other measures will provide dust control. If water borne contamination is an identified risk, individual decisions regarding the best method for managing the risk will be made by the ICP, IH, and Director FMSC. G.The ICP will conduct construction rounds for compliance, using the Infection Control Compliance Monitor (Attachment B), periodically along with the IH and the Safety Manager. A report will be submitted to Environment of Care Committee. H.The Director, FMSC has the authority to order cessation of activities in areas where the recommendations are not being followed. I.The needs on a given project may change over the life of the project. When changes are made, the contractor and staff responsible for implementing and monitoring compliance will be reoriented. VII. SERVICES DURING BIDDING PERIOD. The A/E shall provide all services required for advertising for and securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Civil Design, Mechanical Design, and Electrical Design. VIII. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. IX. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. X. LOCATION. The A/E must have an existing active design production office within a reasonable distance of the James J. Peters Bronx VA Medical Center. XI. CONTRACT SECURITY. This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. COST RANGE Estimated Construction Cost Range: Between $2,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a Firm Fixed Price contract. ESTIMATED DESIGN SCHEDULE AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEMDATE Receive Notice to Proceed from (NTP)TBD Deliver 35% Schematic Review Material 45 calendar days from NTP Review Concept/Preliminary Review Material 60 calendar days from NTP Deliver 65% Design Review Material 100 calendar days from NTP Review 65% Design Review Material 115 calendar days from NTP Deliver 95% Design Review Material 145 calendar days from NTP Review 95% Design Review Material 160 calendar days from NTP Deliver 100% Final Construction Bid Documents 200 calendar days from NTP Review 100% Final Construction Bid Documents 215 calendar days from NTP Bid Opening Date (Estimated) 300 calendar days from NTP Construction Contract Award (Estimated) 315 calendar days from NTP Construction Completion (Estimated) 600 calendar days from NTP Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. I - TEAM PROPOSED FOR THIS PROJECT Background of the personnel A. Project Manager B. Other key personnel C. Consultants II - PROPOSED MANAGEMENT PLAN Team organization A. Design Phase B. Construction Phase III- PREVIOUS EXPERIENCE OF PROPOSED TEAM Project Experience with applicable descriptions IV - LOCATION AND FACILITIES OF WORKING OFFICES A. Prime firm B. Consultants V - PROPOSED DESIGN APPROACH FOR THIS PROJECT A. Proposed design philosophy B. Anticipated problems and potential solutions C. Possible Energy Applications D. Innovative Approaches in production and design approach VI - PROJECT CONTROL A. Techniques planned to control the schedule and costs B. Personnel responsible for schedule and cost control C. Review of recent projects to demonstrate ability to meet project cost target And any additional construction costs caused by design deficiencies and NOT Changes. VII - ESTIMATING EFFECTIVENESS Ten most recently bid projects VIII- SCHEDULE CONTROL A.What techniques are planned to assure that schedule will be met? B.Who will be responsible to assure schedules are met? C.Review of recent projects to meet project schedules. VIII - SUSTAINABLE DESIGN Team design philosophy and method of implementing IX- MISCELLANEOUS EXPERIENCE & CAPABILITIES A. Value Engineering B. Life Cycle Cost Analysis (LCCA) C. Critical Path Method D. Fast Track Construction E. Energy Conservation F. New Energy Resources G. Environmental Assessment H. Specialized Experience I. Computer Aided Design and Drafting J. Other Computer Applications X - AWARDS A. Awards received for design excellence XI - INSURANCE AND LITIGATION A. Type and amount of liability insurance carried B. Litigation involvement over the last 5 years & its outcome LIMITATIONS: VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on July 24, 2013, including Past Performance Questionnaires (attachment 1). July 17, 2013 shall be the deadline for all questions. All submittals must be sent to the attention of Patricia Cordero (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room GC-125, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1.Dun & Bradstreet Number; 2.Tax ID Number; 3.The e-mail address and phone number of the Primary Point of Contact and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only, to Patricia Cordero at (patricia.cordero@va.gov). Please note that telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313R1197/listing.html)
- Document(s)
- Attachment
- File Name: VA243-13-R-1197 VA243-13-R-1197.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829400&FileName=VA243-13-R-1197-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829400&FileName=VA243-13-R-1197-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-13-R-1197 VA243-13-R-1197.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=829400&FileName=VA243-13-R-1197-000.docx)
- Place of Performance
- Address: James J. Peters Bronx VA Medical Center;130 W. Kingsbridge Road;Bronx, NY
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN03098230-W 20130626/130624234944-d9516832410528cbead59e5b26960cd1 (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 |