DOCUMENT
C -- Renovate Bldg 58 Basement & Infrastructure Project No. 542-15-203 - Attachment
- Notice Date
- 4/6/2017
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA 19320
- ZIP Code
- 19320
- Solicitation Number
- VA24417R0610
- Response Due
- 5/8/2017
- Archive Date
- 8/6/2017
- Point of Contact
- Elizabeth Morin
- E-Mail Address
-
Contracting Officer
(elizabeth.morin3@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ACQUISITION INFORMATION: The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-15-203, Renovate Building 58 Basement and Infrastructure. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (3/2013 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. Existing Building Overview: Building #58 is a building located within this campus s second oval constructed in the early 1940 s time frame and is a brick and masonry constructed building consisting of 2 floors and the basement which is at ground level for the most part. Scope of Work: This project is to totally gut most of the building #58 basement and restructure for a more efficient office/administrative area. This would include an area for home base veterans care offices, a new maintenance shop in the old pool area which would need to be filled in for useable space as well as other miscellaneous areas to be determined for use. This area will house a shop that consists of locksmiths, carpenters and painters and Mason s with office area and break room designed into it. A storage area for our automatic beds shall be implemented with a separate hall entrance. Lavatories shall be designed in as well. On the far east end of the basement exists a kitchen prep area for patient meals. This area is to be given somewhat of a face lift and update lighting and HVAC systems. On the opposite side of the corridor exists a food storage area which also shall be updated with new ceilings, lighting and floors. There may be a need for all new electrical panels and devices and any out of date conduits or wires are to be replaced. The design team shall investigate these issues in depth to determine needs. The corridor shall be designed to be durable as this is a high traffic area for food carts that do extreme damage to walls. An area outside of the building shall be renovated for cart parking and possibly new sidewalks/roadways for access to this area. A. Existing HVAC Systems Overview: Ventilation Systems: Building 58 is ventilated by two 100 percent outside air modular air handling units (AHU) located in the attic. Each of these existing units have a two-bank pre-filter section with 30 percent panel and 85 percent bag filters, energy recovery coil, steam pre-heat coil, direct steam humidifier, chilled water cooling coil and supply fan. The energy recovery coils for both AHU were part of an energy recovery runaround loop utilizing 30 percent ethylene glycol. This energy recovery loop has been abandoned. Heating System: A steam PRV in the basement mechanical room reduces medium pressure steam (approximately 60 psi) from the central boiler plant to LPS (approximately 15 psi) for the AHU steam pre-heat coils and for the steam to heating water converter. This heating water is pumped by two lead/lag end suction pumps located in the basement mechanical room to 4-pipe fan coil units (FCU) throughout the building. Cooling System: Chilled water from the central chiller plant is pumped by secondary chilled water pumps located in the basement mechanical room to the AHU cooling coils and to FCU located throughout the building. This chilled water system is being converted to a variable flow system. B. Project HVAC Scope: The project will comprehensively renovate the attic mechanical room and subbasement pump/service room, and will upgrade the HVAC system, including replacement of all fan coil units serving renovated spaces for this project. This project includes the replacement of all of the building's main HVAC equipment and shall include all necessary work for complete and functional systems in accordance with the Department of Veterans Affairs (VA) requirements, industry standards and all applicable code requirements. The systems and equipment must maximize energy efficiency to the extent practical. In general, the redesigned HVAC system must condition the building without the use of FCU except where allowed by VA Central Office. The design for this project must provide a strategy for HVAC systems which can be used for future project(s) renovating 1st and 2nd Floors. This project must provide complete functioning systems for both renovated and existing-to-remain areas of the building, and facilitate effective future system changes for 1st and 2nd Floor. The scope of work includes but is not limited to the following: Evaluation of existing conditions, Architectural programming and design charrettes as required, Sizing calculations, Providing recommendations and cost estimates, Implementing value-engineering decisions to meet required construction budget, Involvement of a Certified Industrial Hygienist (CIH) to incorporate the necessary guidance in the construction documents as applicable, Providing submittals and final documents. C. The Following Investigative Work shall also be included Within the Scope of this Project: Perform a code analysis to insure that the applicable codes are being applied. Provide any civil, structural, architectural, electrical and mechanical investigative work necessary for properly designed and coordinated systems and elements. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Take digital photos of site major features and connection points. Digital format must be compatible with VA software. VAMC Coatesville photo ID badges are required to be worn by all A&E personnel during all project site visits. D. Other Complete review and analysis of contractor's project cost proposals. The A&E shall check Government furnished and/or the construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory 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 evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A&E shall, through the Contracting Officer's Representative (COR), request the Contractor to submit related components of a system before acting on a single component. The A&E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A&E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay. Construction period site visits as required. Include ten (10) half-day visits; four (4) hours each for budget purposes. Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover. Infection Control: The Pre-Construction Risk Assessment (PCRA) shall be completed and incorporated into the final construction documents. The A&E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A&E shall provide to the COR a complete set of mylar as-built drawings and compact disks (CD) of electronic contract documents. E. Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission CD compact disk requirements include: Drawings in AutoCAD 2010 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: This article specifies documents and contents required to be submitted by the A&E consultant to the Department of Veterans Affairs (VA) for each scheduled review. Submissions must be complete and in accordance with all referenced information. COR acceptance of each submission is required before proceeding to the next submission.. Conceptual Design and Schematic - Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. 50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A&E's ability to interpret the design criteria and prepare biddable documents 95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are substantially and technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. 100% Submission of Construction Documents The objective of this submission is to for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents. CONSTRUCTION PERIOD SERVICE REQUIREMENTS. Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A&E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omission(s) of key requirements of the contract. The A&E should reference and compare costs for items as listed in the A&E's final cost estimate. Review of Submittals: The A&E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within 10 working days, or as otherwise required by the contract. Review of Change Order Requests and Requests for Information (RFI): The A&E shall respond promptly to all change order requests and requests for information as required by the contract. Site Visits: The A&E shall provide up to ten (10) half-days; four (4) hours each Construction Phase site visits including the final inspection when requested by the COR. (Include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. Testing and Commissioning Responsibilities: The A&E will incorporate into their construction period of services fees required for any third party testing in regards to concrete testing, asbestos third party testing for the VA s testing specified requirements and any commissioning necessary during the construction phase and upon completion of the construction. The third party test and commissioning companies will be agreeable by both the A&E and the VA before the acquisition of these companies by the VA. It is also necessary for the commissioning agent agreed upon to be active with the actual designing of the systems to accomplish a smooth and proper transition of the newly constructed area to the VA. A&E cannot act as their own commissioning agent. "As-Built" Document Requirements: Drawings: The A&E shall update all AutoCAD drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A&E shall provide a complete set of mylar as-built drawings and two compact disks (CD) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A&E title block information erased per A&E requirements. Specifications: The A&E shall update the complete set of specifications to reflect all changes issued. The A&E shall provide two compact disks (CD) to the COR, each containing this complete set of the final specifications in Adobe PDF format. H. Evaluation Criteria: The A&E selection criteria for this acquisition are listed in descending order of importance. Sub-elements are of equal importance. Team Proposed for this Project Background of personnel Project manager Other Key Personnel Consultants Previous Experience of Proposed Team Project Experience ( Psychiatric Unit, Hospital, VA Medical Center) At least two similar projects in size and scope Proposed Management Plan Design Phase Construction Phase Project Control Techniques planned to control the schedule and cost Personnel responsible for schedule and cost control Estimating Effectiveness a. Ten most recently bid projects Response Time (RFI, Submittals, Change Orders - Percentage in relation to total amount.) Prime Firm Consultants Proposed Design Approach a. Architectural b. Structural c. Environmental d. Electrical e. Plumbing f. Mechanical Miscellaneous Experience and Capabilities Experience in NFPA 70E and 101 Life Safety Code b. Industrial Hygienist I. Contract Award Procedure: Interested A&E firms shall submit two (2) copies of SF330 (3/2013 Edition) and CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Building 19S, 1400 Black Horse Hill Rd., Coatesville, PA 19320 by close of business (4:30 PM, EST), May 6, 2017. A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541310 and size standard $7.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 17 funding. Magnitude of construction project estimate is between $5,000,000 and $10,000,000. (End of Document)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R0610/listing.html)
- Document(s)
- Attachment
- File Name: VA244-17-R-0610 VA244-17-R-0610.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3399154&FileName=VA244-17-R-0610-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3399154&FileName=VA244-17-R-0610-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-17-R-0610 VA244-17-R-0610.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3399154&FileName=VA244-17-R-0610-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
- Zip Code: 19320
- Zip Code: 19320
- Record
- SN04462424-W 20170408/170406234810-19ad5d0e429046c73f47bcff58b1909c (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 |