Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2017 FBO #5671
DOCUMENT

C -- Provide Chiller Plant Redundancy Design, Project #460-17-101 - Attachment

Notice Date
6/1/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;20 Montchanin Rd, Rm 116;Greenville, DE;19807
 
ZIP Code
19807
 
Solicitation Number
VA24417R0866
 
Response Due
7/3/2017
 
Archive Date
9/1/2017
 
Point of Contact
Chuck Peck, Contracting Officer
 
E-Mail Address
(302)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ACQUISITION INFORMATION: The Wilmington Department of Veterans Affairs Medical Center located at 1601 Kirkwood, Wilmington, PA 19805 is seeking professional Architect and Engineering (A&E) services for Project No. 460-17-101, Design for Provide Chiller Plant Redundancy. 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 (8/2016 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. Scope of Work: GENERAL: This project is located at the Wilmington VA Medical. It involves all design work and phasing to: Provide N+1 chiller plant capability in accordance with section 4.2.1.5 of the VA HVAC Design Manual for chillers serving the main Hospital, Clinical Addition, and CLC. SPECIFICS: The Main Hospital is served by (2) 500-ton centrifugal chillers located in room 128. In order to fit a 3rd chiller, reconfiguration of the area clouded in the below floor plan is likely required. Intent is to relocate the A/C shop and account for 1 or 2 single-use toilets and a small locker room space. The Clinical Addition is served by (2) 150-ton air-cooled chillers located in a mechanical enclosure. Expand enclosure as required. The Community Living Center (CLC) is served by (1) 80-ton air-cooled chiller located on the roof of the CLC. Modify and add dunnage and screening as required. A/E to work closely with VA facilities staff to develop an efficient and functional design within VA guidelines. The architectural / interior design is to be closely coordinated with the VA Interior Designer. A/E to design and show all infection control / dust prevention measures required. A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic. A/E to provide necessary literature on new technology or installation methods when required, e.g. pipe freezing, etc.. A/E will conduct investigations to ensure recommended methods are compatible within building. OTHER SPECIFICS: A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the equipment identified for replacement. Identify and correct fire and life safety deficiencies by site inspections. The consultant shall address these items as required to correct deficient items. Evaluate all doors and hardware throughout the project for compliance with life safety code NFPA 101. Identify and correct improperly filled firewall penetrations. All areas in this building are fully sprinkled. This note applies to areas considered under this specific project only, not the Medical Facility as a whole. Construction Waste Management, Specification 01 74 19 is to be included. Fire Safety Peer Review. A/E shall contract an independent Fire and Life Safety Engineer to conduct a fire and life safety peer review of the project at the 75% design phase for compliance with code and VA Design Manuals. The contracted Fire and Safety Engineer will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting. A/E shall incorporate all required changes into the design at no additional fee to the VA. The selected A/E firm will be required to collaborate with the Wilmington VA Medical Center (WVAMC) staff and VA Design Guides to determine structural, architectural, mechanical and electrical design requirements. The firm will also attend programming meetings with Medical Center Engineering staff to layout project. Drawings concerning the existing conditions will be provided to the selected A/E firm but are for reference only, until they have been verified by the selected A/E design team. Any deviation between the drawings and actual conditions will be called out on the drawings and reported to the CMC VAMC Engineering Department. The selected A/E firm will also be responsible for providing a construction estimates of contract time and cost associated with their final drawings and specifications. The selected A/E firm shall adhere to the following guidelines: All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents. Site Investigation: Make site visits as required to determine existing as-built conditions affecting this project. Provide any structural, architectural, electrical, and mechanical investigative work including exterior site work, of both existing and designed systems necessary to insure the accuracy of the design. Prepare any measured drawings of existing systems of facility required to insure the accuracy of the design. Provide a CIH to evaluate the impacted building areas for asbestos. Wilmington VA has an asbestos survey which will need to be verified. Provide a CIH to evaluate the impacted building areas for lead based paint. Exterior window frames have not been tested for lead based paint, but exterior doors have and several did test positive. NOTE: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov. AutoCAD background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions. A/E shall field verify every aspect that relates to the project. Coordinate site visits with the Project Engineer. General Requirements: A/E firm shall have licensed professional architects/engineers currently registered in the state of Delaware or in a state of which Delaware has recognized the engineering license. A/E shall be responsible to provide a complete bid package to the Contracting Officer consisting of plans (signed Mylar originals), specifications, cost estimates and their related information. Drawings shall be submitted in AutoCAD Release 2014 and PDF, specifications in Microsoft Word and PDF and cost estimate in Microsoft Excel. A complete bid package will be submitted on a CD-RW. The contract drawings shall have a cover sheet, which shall include but not limited to the following information: Department of Veterans Affairs Logo Drawing Index AE Firm Name and Logo General Notes All drawings shall be scaled. Each professional discipline shall be separately designed and be sealed by the respective A/E. All design work shall be coordinated by the prime A/E, who shall be responsible for all field investigation, site surveys, measurements and engineering design calculations. The A/E shall assure compliance with and design according to all local, federal, Department of Veterans Affairs, OSHA Regulations, state laws, regulations, codes and ordinances. AE shall prepare specifications using the VA master specification. Plans shall be drawn using standard professional and acceptable engineering drafting skills, scales and standards. The A/E shall be responsible to provide and show in scale plans, elevations and details required to construct this project in which the prospective bidder is clear on the proposed intent and scope of work. A/E shall define and indicate on plans all new and existing conditions. A/E shall show, draw, locate, define, denote and detail all points of connection of new work to the existing. A/E shall plan, define, detail, draw and show on the contract documents exact routing of any new utility proposed for this project. A/E shall as part of this project, physically inspect each new routing, provide routings and/or rerouting of existing utilities to prevent any conflicts. Prior to review submissions all plans are to be reviewed by a fire protection engineer and documented accordingly by the A/E. Sustainable Design and Energy Reduction: EXPECTATION: All designs shall be in accordance sustainable design and energy reduction. Federal Mandates require all Federal government construction projects to comply with sustainability and energy reduction requirements.   To this end, the VA is committed to the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings. The U.S. Green Building Council s (USGBC) Leadership in Energy and Environmental Design (LEEDR) rating system provides a well known industry framework to achieve the Federal Mandates.   After complying with all the credits to achieve the Federal Mandates, this project should be able to achieve LEED Silver status with minimum extra effort and cost.   In the event the project design cannot achieve LEED status, Life-cycle costing should be used to determine viable energy reduction goals, as scope and budget permit.   Where the Mandates are not achievable, written justification must be provided.   An Architect and Engineering (A&E) firm that is selected to design a VA project should already have demonstrated their sustainable design capabilities through the VA selection process.   A/E firms will find the criteria and procedures in the VA s Sustainable Design and Energy Reduction Manual, a baseline for developing the design according to the unique conditions that each project represents. Environmental/Occupational Safety and Health (EOSH): EXPECTATION: Each project design shall contain language that addresses all applicable EOSH requirements. Regulatory Compliance EOSH requirements for work performed at the above location can be found in: Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry Volume 40 of the Code of Federal Regulations Protection of The Environment Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials Title 7 of the Delaware Code Conservation Title 16 of the Delaware Code Health and Safety Specifications The VA Master Construction Specifications contain work procedures and material requirements designed to meet regulatory compliance requirements. Whenever possible, the Master Construction Specifications must be used as the basis for each project design. A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov. Specifications which address EOSH requirements include, but are not limited to, the following:   SECTION 01 00 00 General Requirements SECTION 01 57 19 Temporary Environmental Controls   SECTION 01 74 19 Construction Waste Management SECTION 02 82 11 Traditional Asbestos Abatement SECTION 02 82 13.13 Glovebag Asbestos Abatement SECTION 02 82 13.19 Asbestos Floor Tile and Mastic Abatement SECTION 02 82 13.31 Asbestos Transite Abatement SECTION 02 82 13.41 Asbestos Abatement for Total Demolition Project SECTION 02 83 33.13 Lead-Based Paint Removal and Disposal -- Design Review Schedule -- EXPECTATION: Submit review packages so they are received on the noted day. SUBMISSIONS: Submit review packages so they are received on the noted day (calendar days after NTP) or earlier: Notice to Proceed Day 0 (0 days) Initial Meeting with Stakeholders Day 14 (0 days) Design Development Document Submission (25%) Day 70 (56 days) PDT Review Meeting (25%) Day 84 (14 days) Design Development Document Submission (75%) Day 154 (70 days) PDT Review Meeting (75%) Day 168 (14 days) Design Development Document Submission (100%) Day 203 (35 days) PDT Review Meeting (100%) Day 217 (14 days) Contract Documents Submission (Final) Day 231 (14 days) Note: A/E will be required to attend and take minutes of each Project Design Team (PDT) Meeting. Minutes will be submitted electronically to the Project Manager and Contracting Officer within three calendar days of each meeting. Specific Requirements: EXPECTATION: It is the expectation of the VAMC that construction specifications will be accurate, detailed and grammatical. All specifications shall be reviewed by the A/E, prior to submission, for: Spec sections shall not be referenced and not included. The spec section must either be added or the reference deleted. The article numbers for General Requirements articles must be validated and consistent throughout construction documents. (i.e., Article 1.8 Infection Prevention Measures may be called 1.7 Infection Prevention Measures or the referenced article is missing from the General Requirements entirely.) Incomplete editing (i.e., // marks or [   ] brackets).   Any missing information needs to be inserted and/or the editing marks deleted. Spec Writer Notes must be deleted from the final document. Paragraph must be numbered with consistent format and sequentially. Spec sections shall be numbered using the current format of 22 05 12 rather than 220512. The Joint Commission (TJC) is the correct name for this organization. It is no longer called The Joint Commission on Accreditation of Healthcare Organizations (JCAHO). Spec section titles shall be validated against the VA Master Specs and shall match the list of specs in the Table of Contents. The contractor shall be referred to consistently throughout the specifications. (i.e., Contractor, General Contractor, Prime Contractor shall not be used to refer to the same individual or company. This must be consistent.) The COTR shall be referred to consistently throughout the specifications. (i.e., COTR, RE, COTR, COR, shall not be used to refer to the same individual. This must be consistent.) Acronyms shall be spelled out in full followed by the acronym in parentheses the first time it is used.   The acronym may be used thereafter. Guarantee Period Services (GPS) If GPS are included, it is limited to those sections pre-approved for GPS in IL 049-05-9 dated 4-4-05 (unless the COTR obtains approval from Office of Construction and Facilities Mgt.) and limited to one year of GPS unless it is a CASCA (no year) funded project.    If GPS is included, there should be bid item(s) for GPS which are NOT ALTERNATES, and the bid item(s) must be included in the General Requirements under 1.2, Statement of Bid Items. Brand Name Only: Must be justified by the spec writer & approved by the CO if under $500K and approved by the HCA if over $500K.   (Justification & Approval must be posted along with the solicitation.)   Justification must include a description setting forth those salient physical, functional, or other characteristics of the referenced product which are essential to the minimum needs of the Govt. Brand Name or Equal: (It is often difficult to tell whether a product specified is brand name or equal or brand name only, especially if the spec says the product is the basis of design and does not include or equal after the brand name). Or Equal must follow the brand name. Solicitation should list all the known acceptable brand name products. Must include a description in the solicitation setting forth the salient physical, functional, or other characteristics of the referenced products which are essential to the minimum needs of the Government. The spec writer must provide a justification to the CO for use of brand name only. Design Requirements/Submissions: EXPECTATION: Submit complete review package in accordance with the following requirements and guidelines outlined in http://www.cfm.va.gov. Please pay specific attention to the schematic, design and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E may elect to delete individual submissions where they are not required (i.e. Do not address Site Development, Landscaping for interior renovation projects) DELIVER: All design packages directly to the Project Engineer on the established dates to allow the VA to review. A transmittal letter is required to go to the Contracting Officer on the same day as delivery. Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C May 2006. The manual is available at the following address: http://www.cfm.va.gov 25% Design Development Submission: Checklist of Requirements for the 25% Design Development Submission. Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (25% Design Development) Identify Working Drawings scope within construction budget Identify impact of existing asbestos Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code. Identify all design calculations Identify all existing utilities and utility requirements Identify all potential bid deduct alternatives Identify all phasing requirements for construction to minimize impact on medical center operations Design all finishes, required submittals 75% Design Development Submission: Checklist of Requirements for the 75% Design Development Submission. Address all comments from the 25% review. Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (75% Design Development) Identify Working Drawings scope within construction budget. Finalize impact of existing asbestos Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code. Identify all design calculations Identify all existing utilities and utility requirements Identify all potential bid deduct alternatives Identify all phasing requirements for construction to minimize impact on medical center operations Design all finishes, required submittals Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process. Present energy modeling and financial impacts using various types of windows for consideration. Develop Infection Control Risk Assessment (VA EC-43) A/E shall utilize the services of the Network 4 Fire and Safety Consulting firm to conduct a fire and life safety peer review of the project. The A/E shall provide the Project Engineer with a complete copy of the 75% documents for submission to the consulting firm. The designated firm will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting. 100% Design Development Submission: Checklist of Requirements for the 100% Design Development Submission. Address all comments from the 75% review. Design all finishes, required submittals Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process. Revise and update cost estimate Preparation of project scope for advertisement and account for any bid deduct alternatives developed in the 75% design submission Finalize all design calculations Finalize all potential bid deduct alternatives Finalize all phasing requirements for construction Finalize Infection Control Risk Assessment (VA EC-43) Address all comments from the VISN Safety and Fire Protection Review Contract Documents (CD) Submission: Submit a complete document set of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA. Construction Period Services PROVIDE: Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, supported by written recommendations of any problems or litigation encountered in past based on first-hand knowledge. Review all material submittals, shop drawings, test reports, etc and provide recommendations to the VA within five calendar days upon request. Review and provide replies to contractor generated RFI s when required by the project manager within five days. Review contractor's cost estimates and provide recommendations to the VA. A/E shall provide prompt response when contacted by the COTR to review and provide analysis of change orders and costs. Make site visits on requests of the VA and prepare written reports to include agreed upon changes in design as determined necessary during the construction. Visits made based on errors and omissions in design will be at no cost to the VA. A/E shall provide a total of twenty (20) site visits as a minimum. (Please include a price for additional site visits should they be desired by the COTR). Participate in partial and/or final acceptance inspections as scheduled and generate punch list items for completion. The punchlist shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.) Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction. Transpose contractor s as-built drawings to AutoCAD 2010 and provide a set of updated as-built drawings on CD within 30 days to the Project Engineer. ESTIMATES The Engineering firm will make use of the construction budget to derive the 25%, 75% and 100% construction cost estimates. All estimates shall be current as of the date of submission and escalated to the date of award as provided by the VA. Show unit quantity, unit measure, unit cost and total cost of labor and materials for each subheading, as required by VA FORM 10-6238, Estimate Work Sheet. All costs will include insurance, taxes and applicable subcontractors markup. Use wage rates that reflect current local wages. The latest Department of Labor wage survey available at the VA will be provided upon request. Price materials and equipment at the contractors buying level. Sales tax, when applicable, will be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit. Evaluation Criteria: The A&E selection criteria for this acquisition is listed below. 1. Team proposed for this project                                            a. Background of Personnel b. Project Manager                                           c. Other key personnel                                           d. Consultants                       2. Proposed Management Plan                                               a. Team organization                                                       (1) Design Phase                                                       (2) Construction Phase                       3. Previous Project Experience of Proposal Team                       4. Location and Facilities Working Offices                                               a. Prime Firm                                               b. Consultants                       5. Proposed Design Approach                                               a. Proposed design philosophy                                               b. Anticipated problems and potential solution                       I. Contract Award Procedure: Interested A&E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Chuck Peck, Contracting Officer (460/90C), Wilmington VA Medical Center, 20 Montachnin Rd, Contracting Office, Rm 116, Greenville, DE 19807 by close of business (4:00 PM, EST), May 31, 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 require may 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 FY17 funding. The construction magnitude is between $2,000,000 and $5,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R0866/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-0866 VA244-17-R-0866_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3543283&FileName=VA244-17-R-0866-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3543283&FileName=VA244-17-R-0866-000.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: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
Zip Code: 19805
 
Record
SN04529510-W 20170603/170601235803-a63efc16a063578ae45a51a969141f22 (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.