SOURCES SOUGHT
C -- DESIGN PHARMACY USP 800
- Notice Date
- 3/16/2018
- Notice Type
- Synopsis
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 02;2875 Union Road, Suite 3500;Cheektowaga, NY 14227
- ZIP Code
- 14215
- Solicitation Number
- 36C24218R0336
- Archive Date
- 6/23/2018
- Point of Contact
- 585-297-1460 x72453
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The VA Medical Center, Buffalo, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the drawings and specifications to replace and relocate equipment in the Sterile Processing Service (SPS) area. SDVOSB vendors with an SF-330 on file within the past twelve months are being considered. If you believe you have an SF 330 on file and would like to be considered for this procurement please send an e-mail to Martin.McPherson@va.gov expressing your interest in being considered. Other SDVOSB firms having a working office within a 400 mile radius from 3495 Bailey Avenue, Buffalo, NY may submit SF 330 s for consideration, to the Contract Specialist at Martin.McPherson@va.gov by 4:30 PM EST, April 1, 2018. A/E Scope of Work Pharmacy USP 800 Upgrades Project 528-17-s52 02/05/2018 GENERAL The Consultant shall provide Parts 1A, 1B, Parts 2, and 3 Architectural and Engineering (A/E) services associated with the development of drawings and specifications to Upgrade the Pharmacy USP 800 at the VA Western NY Healthcare System (VAWNYHS), 3495 Bailey Avenue, Buffalo New York 14215. These services shall include developing all drawings, phasing/impact on Medical Center, and comprehensive construction cost estimate necessary for all required work. The government estimate for construction is between $500,000 and $1,000,000. The Consultant is responsible for the development of an independent construction estimate to verify the government estimate. The Consultant shall advise the Contracting Officer in writing if the anticipated cost of the project is considerably different from the government estimate. The contract shall consist of Part 1A, 1B, 2 and 3 services. The Performance Period for the design (Parts 1A & 1B) is 80 calendar days, and an additional 160 days for Construction services (Parts 2 &3). Part 1A, 1B, 2 and 3 services are described below. PROJECT DESCRIPTION The pharmacy prepares both hazardous and non-hazardous drugs and is defined as Medium Risk based on the criteria in USP 800. The existing facility includes an anteroom, two clean rooms, a hazardous and non-hazardous room. The clean rooms contain three laminar flow hood cabinets for sterile compounding and one biological safety cabinet for sterile hazardous preparations. The laminar flow cabinets are currently recertified every 6 months per USP and are not expected to change or be replaced. Design shall include but not limited to: Investigate/evaluate the existing clean rooms and anteroom and associated ancillaries for compliance with current USP 800 standards and proposed USP 797 codes. Investigate/evaluate the HVAC requirements for current USP 800 and proposed USP 797 codes. Work with the VA to develop alternatives for the layout of the anteroom/clean room/hazardous preparation area. Design of a replacement AHU (air handling unit) sized for new load and to supply and control room atmosphere as required by USP 800 and to a minimum of ISO Class 8 standards. AHU to be connected to building chilled water but should also have means of off-season cooling when chilled water is not available. Design of windscreen panels on the roof to buffet the wind from the AHU. Replacement of all existing ductwork including welded stainless steel exhaust ductwork. Design a replacement control system to monitor/control room temperature, humidity and positive and negative pressure. Controls shall interface with the existing Andover building control system. Provide new VFD (variable frequency drive) on AHU (Air-Handling unit) Remove existing clean steam generator from AHU and connect to house steam system. Addition of a pass-thru window and hard-piped eyewash to the Hazardous Room. Design of an Ante Room off the Hazardous room. Access door to the Hazardous room shall include a hands free means of entry to match existing door controls. Design of an Ante Room entrance door to minimize leakage. Electrical supply in this area shall be on the emergency power system. It is not expected that any asbestos abatement is necessary in the pharmacy area, however if these issues are encountered, the VA will request pricing based on the scope required. Design shall also address any modifications required to the following systems. A new Air-Handling unit. Fire sprinkler and alarm systems. Plumbing systems including addition of a hand washing sink and eyewash in the new Ante room. Design temporary access to the construction area to minimize impact on existing Pharmacy operations. Develop a phasing plan. Examine options for keeping the pharmacy in operation during construction either within the hospital or via a temporary trailer. Demolition, rough carpentry, finishes and architectural elements. Electrical, data and phone systems. Determine capacities of existing utilities and provide proper sized services to each unit. Provide for future load. Provide calculations for all utilities. Call for testing and balancing of utility systems. Testing for asbestos containing materials within the work area. Call for 25% of work to be done on weekends.. SCOPE OF WORK: PART 1A Services The Consultants scope of work for PART 1A services (Schematic/Investigative services) shall include, but is not limited to the following: The Consultant shall conduct intense, on-site design sessions/meetings. The Consultants team shall work closely with key VA staff to develop the schematic design for the project. The schematic design is an iterative process where the A/E obtains client input, refines the design, and then presents the updated design for client feedback/approval. The Consultant shall assess existing systems for adequacy and incorporate Medical Center comments for their improvement. Consultant shall conduct field investigation as necessary to confirm routing of existing utilities and constructability of the concepts. The goal of the schematic design is to obtain Medical Center approval of a basis of design for the project and finalize, or freeze critical design parameters, including: Phasing Plans Construction Budget Design and Construction Schedules The consultant shall perform all hazardous material investigation and analysis necessary to complete the project. Asbestos investigation shall be in accordance with 12 NYCCR Part 56. Lead Investigation shall be in accordance 29CFR-1926.62. During the Schematic Design process the Consultant shall develop and submit a preliminary construction cost estimate and schedule for all required work. Attend periodic design meeting for the purpose of finalizing/freezing the design basis and program requirement for the project as well as periodically provide the VA with the status of design. In addition to a project kick off meeting the consultant shall attend the following meetings associated with submissions. The consultant shall provide meeting minutes within 1 week of the meeting to document the outcome. Preliminary Study submission shall include an Executive Summary summarizing recommendations and any options selected by the VA. Report shall also include life safety analysis complete w/NFPA section(s) used as basis s. Provide detailed calculations complete with back up documentation for all MEP designs including: HVAC System Design Plumbing Design Electrical System Design Design Submission Schedule Within (3) days of meetings, the Consultant shall provide meeting minutes and supporting materials such as functional plans, equipment lists or layouts, and design narratives to document the basis of design, design schedule for 1A and 1B and program approved by the Medical Center at the meeting. Furnish two (2) sets of design documents with each design submission, a review meeting will be held 2 weeks after the submission. The design documents shall include Specifications, drawings and construction cost estimate. Additionally one (1) electronic set of each document formatted in PDF (50 and 90%), AutoCAD 100%, MS Excel (estimate) and MS Word (specs) shall be provided on CD. First Submission: 50% Documents shall be submitted to the Contracting Officer twenty (20) calendar days after receipt of the notice to proceed. This submission includes programming narrative, drawings phasing recommendations, impact of the construction on the Medical Center, and construction cost. Second Submission: 90% Documents shall be submitted to the Contracting Officer Ten (10) calendar days after receipt of VA s comments on the 50% submission. This submission includes final report outlining programming and options reviewed, drawings, phasing recommendations, impact of construction on Medical Center, and construction cost estimate. The A/E shall incorporate all VA review comments generated by the 90% review The Final 100% submission shall include preliminary drawings, and a detailed report summarizing options reviewed, project design basis/programming, recommendations and a cost estimate for each option. 100% Documents shall be submitted to the Contracting Officer Ten (10) calendar days after receipt of the VA s comments on the 90% submission. Part 1B services will commence after VA review period. PART 1B Services The Consultants scope of work for PART 1B services (Detail Design, Construction Documents Development) shall include, but is not limited to the following: General Requirements: The Consultant shall conduct intense, on-site design sessions/meetings. The Consultants team shall work closely with key VA staff to review and refine the schematic design for the project. The Consultant shall assess existing systems for adequacy and incorporate Medical Center comments for their improvement. Consultant shall conduct field investigation as necessary to confirm routing of existing utilities and constructability of the concepts. All work shall be accomplished in strict accordance with the latest codes and standards. The consultant shall review and include any/all applicable standards and codes, including, but not limited to: Latest versions of VA Master Construction Specifications Standards, and Design Manuals. The VA s Internet address for VA Master Construction Specifications and other references is: http://www.va.gov/facmgt/standards/standard.htm. Latest versions of NFPA, NEC, JCAHO, OSHA, ANSI, ASHRAE, and any other codes. Consultant shall prepare MEP drawings showing system flow (flow diagrams, device outputs, etc.) and control (points list, sequence of operation, etc.) diagrams. Valve and device tags shall in accordance with existing facility naming convention. Development of phasing/impact documentation/plan for the construction documents to mitigate impact on the Medical Center. VA Record Drawings will be provided upon the A/E s itemized request. NOTE: Although the VA makes every effort to keep drawings current to existing conditions, changes and updates are sometimes not recorded. It is therefore the Consultants responsibility to perform field investigation and verify of the accuracy of the drawings with the actual conditions. Coordination and verification that proposed work (ductwork, piping, electrical, etc.) can and will fit and be maintainable in both existing and new ceiling spaces, walls, and the like. Provide final detail calculations complete with back up documentation for all MEP designs including: HVAC Design Plumbing Design Electrical System Design The Consultant shall develop drawings and specifications to address the findings of the hazardous material investigation. Design documents shall conform to the most current Federal Regulations. The Consultant shall provide a Submittal and RFI Register in Excel format for the AEs use. The Consultant shall develop the 010000 General Conditions section of the project specifications from the VHAWNY standard. Items to be addressed in the general conditions include but are not limited to the following: Project submittal procedures. Reporting requirements for tracking amount of material removed during demolition. Notification requirements for rough in, final, and start up inspections. Request procedures for utility shutdown Requirements for weekly meetings and submission of meeting minutes. Submission requirement for employee certification documentation (OSHA, NEBB, etc.) The consultant shall also include all NFPA section(s) used to develop drawings. NFPA sections shall be shown on the construction drawings. Design Submission Schedule Furnish two (2) sets of design documents with each design submission, a review meeting will be held after each submission. The design documents shall include Specifications, drawings and construction cost estimate. Additionally one (1) electronic set of each document formatted in PDF (50 and 90), AutoCAD 100%, MS Excel and MS Word shall be provided on CD. First Submission: 50% Documents shall be submitted to the Contracting Officer Twenty (20) calendar days after receipt of the VA s 100% Part 1A comments. This submission includes selected specifications (edit with a single line drawn through area(s) to be deleted, an asterisk shall be placed next to any new set of instructions and or equipment to be added to the specification), construction submittal register listing Divisions, Sections and submittal types, plans, phasing recommendations, impact of construction on Medical Center, and construction cost estimate. Second Submission: 90% Documents shall be submitted to the Contracting Officer ten (10) calendar days after receipt of VA s comments on the 50% submission. This submission includes selected specifications (edit and printed double side), submittal register listing Divisions, Sections, and submittal types, plans, phasing recommendations, impact of construction on Medical Center, and construction cost estimate. The A/E shall incorporate all VA review comments and VA Safety Officer s comments from the fire and safety review generated by the 90% review Provide two (2) sets of 100% design documents along with one CD copy of the documents electronically. The specifications shall be printed double sided; all documents shall be submitted to the Contracting Officer with-in ten (10) calendar day after receipt of VA s comments on the 90% submission. Construction Estimate During the design process the Consultant shall develop and submit a comprehensive construction cost estimate and schedule for all required work. Design Schedule During the design process the consultant shall develop, submit and periodically update the design schedule for parts 1A, 1B, 2, and 3 Services. PART 2 Services The Consultants scope of work for PART 2 services shall include, but is not limited to the following: The Consultant shall attend periodic construction meetings to discuss progress, process submittals and address RFIs. Price shall be based on seven (7) meeting of 2 hours each with the one personnel from the prime consultant and four (4) meetings of 2 hours each with one personnel from the sub consultant. The consultant and/or Sub consultant shall provide meeting minutes within 1 week of the meeting to document the outcome. The Consultant shall review/comment on all project submittals and RFI s. Consultant shall provide a written response to the VA COR for each submittal/RFIs within 10 days. The Consultant shall review hazardous material work/abatement plans and hazardous material disposal manifest for compliance to the project documents and applicable regulations. The Consultant shall provide cost estimates for any existing conditions and/or unforeseen conditions that result in change orders which shall include labor, material, profit/overhead, etc. The Consultant shall produce As-Built drawings from the field markups obtained from the AE and during periodic field visits and meetings The Consultant shall require the contractors vendor (Simplex) to update the VA s master Fire Alarm drawings. The Consultant shall up-date floor plans. (showing existing wings and new renovated wing) The Consultant shall coordinate, schedule, and oversee the startup of equipment and systems included in the design, including but not limited to: Balancing of Air and Liquid Systems Verification of Fire Alarm System Point Verification and Equipment Operation for HVAC, Chilled Water and Steam PART 3 Services The Consultants scope of work for PART 3 services shall include, but is not limited to the following: The Consultant and or Sub consultant shall perform periodic site visits to inspect the status of work during the course of the construction phase of the project (quote shall be based on 6 visits for 2 people for 3 hours each). The Consultant and or Sub consultant shall generate a field report (letter) of their findings and input on the status of construction versus the schedule. (End of SOW) The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Buffalo for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board Professional qualifications necessary for satisfactory performance of required services. 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. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 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; within 400 miles. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. Firms must be visible and verifiable in SAM and VetBiz to be considered. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218R0336/listing.html)
- Place of Performance
- Address: Departmnet of Veterans Affairs;Western New York Healthcare System;Attn: Robert Reiter;3495 Bailey Avenue;Buffalo, NY
- Zip Code: 14215
- Country: USA
- Zip Code: 14215
- Record
- SN04857573-F 20180318/180316230949 (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 |