Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2013 FBO #4407
DOCUMENT

C -- Construct Two 12-Bed Community Living Center Residential Wings - Attachment

Notice Date
12/16/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24514R0047
 
Response Due
1/14/2014
 
Archive Date
3/15/2014
 
Point of Contact
Germaine Talbot
 
E-Mail Address
3-0811
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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, design development, contract drawings and specifications, cost estimates, construction period services, and site visits (if required) to design two-12 bed Community Living Center (CLC) Units at the VA Martinsburg, WV campus. The CLCs will be constructed adjacent to the CLC Building 501. It will consist of 22,815 total GSF, (21,315 GSF for new inpatient (resident) living space and 1,500 total GSF for a connecting corridor), site utilities, building sustainability features, healing garden(s), site work, roads and parking, energy conservation measures, and other special construction requirements. The new project would serve primarily to eliminate 4-bed and 2-bed resident rooms in favor of single bed room with independent bathing facilities. A.Priorities of Work: 1.The project will address the Master Plan site design and layout for the Dementia CLC and Women's Wellness complex to insure the concept will fit within the bounds it is proposed, in plan and elevation views and required utility service from existing and planned utility feeds. 2.The AE will use the Space Planning Criteria as a guide for the required spaces and associated required square footage. These spaces shall include front porches, foyers, single bed room resident units, vestibules, dens, living rooms, dining rooms, kitchen & serveries, pantries, visitor areas, staff areas, laundries, spa, offices, medication rooms, multi-disciplinary cubicles, linen areas, storage areas, housekeeping closets, mechanical room(s). 3.The design shall also include a Landscaped Restorative Court Yard. The design shall consider including the following: a.ADA Walkways b.Ponds/Fountains c.Seating/Tables d.Trees/Vegetation e. Lighting f.Trellis/Gazebo g.Security Fence - (Iron World) Aberdeen Plus (Style B) with Double Gate h.Patio area adjacent to dining room i.Lighting - ambient up-lighting on trees and focal points Perimeter Landscaping j.Stone retaining walls as required k.Trees/Vegetation 4.The Architect/Engineer (AE) will perform all background investigative work pertaining to the existing structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication (hard wired and wireless), public address, pneumatic tubing systems, medical gas systems, and their associated accessories. 5.The AE 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. 6.In addition to design of required new work areas the AE will design the required rerouting, relocation, and/or extension of all existing structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication, public address, pneumatic tubing systems and medical gas systems which pass thru the proposed design area servicing surrounding spaces and future expansion. 7.The AE will implement Planetree and Sustainability philosophies with the current VA design guides, space planning criteria, and technical criteria established for Community Living Centers to create an environment which enhances the healing process and simulates a residential environment. 8.The AE will implement the design of structural and electrical requirements for the future installation of ceiling mounted patient lifts, electronically monitored pass-thru medicine cabinets, and Wander guard systems at the entrance doors of all Units. 9.The heating, ventilation, and air conditioning (HVAC) design shall comply with the VA HVAC Design Manual and VA HVAC Design Manual for CLC's and Dom's. Analysis of HVAC will include consideration of connection to existing 100-psig central steam distribution and connection to the variable primary pumping central chilled water plant. The HVAC systems listed at paragraph 3.1.1 of the VA HVAC Design Manual for CLC's and Domicilaries will be evaluated as a minimum. 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. 10.Commissioning will be performed by third party contract directly with the VA. The A-E will be responsible for incorporating commissioning specifications in accordance with the VA Whole Building Commissioning Process Manual, dated 7/9/2010. Commissioning will be conducted in accordance with NIBS/ASHRAE 0-2005. 11.Fire and Life Safety requirements will be designed under the Governing Codes of NFPA 101 Life Safety Code (2013 Edition) and the Department of Veterans Affairs Fire Protection Design Manual (2011 Edition), or most current edition in publication. 12.AE will investigate and include recommendations for sustainability and energy saving alternatives to include the following: a.The A-E will perform energy modeling and life cycle cost analysis (LCCA) for the thermal sizing. b.Include feasibility study for ground source heat pump technology. c.Include evaluation of dedicated minimum outside air, to include energy recovery ventilation (ERV) for the minimum 1 ACH outside air. This should also include the feasibility of using UVGI for recirculation of 3 ACH. d.Design shall comply with all requirements of the VA HVAC Design Manual for a variable air volume, 100% outside air system. e.Scope of work will include supply, exhaust, louvers, controls (integration with existing proprietary Johnson Metasys, version 12.04), filters, noise and vibration, relative differential pressure/volume, energy recovery, "clean" steam humidification, filters, air distribution, usage and interlock with existing central chilled water plant and redundant 100 TR DX chiller, and usage of existing building hot and chilled water distribution systems. f.Energy conservation will include, but not be limited to, evaluation of desiccant dehumidification, operational hours flow setback, and evaluation of heat recovery, to include exhaust stream from adjacent, existing exhaust fans. For design purposes, central chilled water supply will be assumed at 44 °F. Air flows will be based upon current design for the renovated area and not from existing air flows. g.Include feasibility of solar photovoltaic (PV) for the South-facing roofs. No grid-tie is considered. Usage of DC circuit should be considered for domestic hot water, lighting (LED might be suitable, and supplemental heating for the ground coupled heat pump. h.Include feasibility of usage of solar hot water/heating if solar PV is not economical (40 year life). Solar heating to be considered for domestic hot water, supplement to heat pump, and along with day-lighting of corridor, consider dual technology occupancy lighting sensors, with dimming for window offices, possibly for minimum outside air unit. i.Dual technology occupancy lighting sensors, with dimming for spaces with windows. j.LED lighting throughout. Design Light Consortium listing is required. k.Rainwater harvesting and use for flushing toilets. l.Best management practices (BMP) for controlling rainwater runoff from the building and other impervious surfaces. m.Envelope design to conform, at a minimum, the recommendations of ANSI/ASHRAE Standard 189.1-2009. 13.A-E will investigate and include recommendations for sustainability, energy savings, and water savings. a.The VA Sustainable Design & Energy Reduction Manual, current edition, is applicable. b.Healthcare third-party rating of facilities will be included as per VA Standards Alert 003 Sustainable Design. c. Renewable energy requirements shall be evaluated for life cycle cost effectiveness in accordance with VA Standards Alerts 005 and 007 for Sustainable Design. d.Master Construction Specification 01 81 11, Sustainable Design Requirements, shall be used. e.For LED lighting applications, Design Light Consortium (DLC) listing is preferred. The A-E will prepare and submit application for the West Virginia business energy incentive, lighting for business program. 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 f.f. Building envelope shall meet or exceed requirements of ASHRAE 189.1-2009. g.Site design will incorporate requirements of EISA 438, EO 13508, and the VAMC Martinsburg Storm Water Management Plan. 14.Design shall incorporate "Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings". 15.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. 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. Selection criteria will be in accordance with FAR 36.6 and VAAR 852.236.6, which will include at a minimum: (1) Professional qualifications necessary for satisfactory performance of required service. Proposed management plan. 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, project control, and estimating effectiveness. 3.) Capacity to accomplish the work in the required time. Show adequate resources. 4.) Past performance in contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5.) Location and facilities of working offices in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.) Litigation and Insurance, and any other appropriate evaluation criteria. Record of significant claims against the firm because of improper to incomplete architectural and engineering services. 8.) Specific experience and qualifications of personnel/team proposed for assignment to the project and their record of working together as a team. Proposed design approach for this project and miscellaneous experience and capabilities. Additional Selection Criteria: In addition to the selection criteria identified above, the area of consideration is 200 mile driving radius between the offeror's location and the VA Martinsburg, WV (determination of mileage eligibility will be based on www.mapquest.com). Submission Requirements: Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, VISN5 Network Contracting Office, 510 Butler Avenue, Building 308B, Martinsburg, WV 25405, Attn: Germaine Talbot. 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 II no later than 2:00 pm Eastern Standard Time on January 14, 2014. Hard copies shall be in binders. 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 germaine.talbot@va.gov. Potential contractors must be registered in SAM (www.sam.gov) and visible and certified in Vet Biz (www.vetbiz.gov) 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. This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size standard is $7 million; and 541330, Size standard is $14 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24514R0047/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-14-R-0047 VA245-14-R-0047 SRC.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1128347&FileName=VA245-14-R-0047-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1128347&FileName=VA245-14-R-0047-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Martinsburg, WV
Zip Code: 525405
 
Record
SN03253007-W 20131218/131216235748-673fe993fb812de7a9b4539d213e7b54 (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.