Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
DOCUMENT

C -- VA Roseburg Medical Center Project Book - Attachment

Notice Date
7/26/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management Western Region;400 Mare Island Way;Vallejo, CA 94590
 
ZIP Code
94590
 
Solicitation Number
36C10F18R0685
 
Response Due
8/3/2018
 
Archive Date
9/2/2018
 
Point of Contact
Reginald L. Berry
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
8 VA Medical Center Roseburg, Oregon Seismically Upgrade and Renovate Building 2 and Replace Building 1 Project 653-408 PROJECT B OOK OFFICE OF CONSTRUCTION & FACILITIES MANAGEMENT WESTERN REGION JUNE 27, 2018 VA PROJECT BOOK General The Department of Veterans Affairs, Office of Construction and Facilities Management (OCFM or CFM), is seeking to retain a qualified indefinite-delivery indefinite-quantity architect and engineer (IDIQAE) Team to provide PROJECT BOOK Data Collection, Coordination and Presentation Services for a future project, Project Number 653-408, Seismically Upgrade and renovate Building 2 and Replace Building 1 of the Roseburg Medical Center at 913 NW Garden Valley Blvd, Roseburg, Oregon. VA CFM is committed to delivering high quality, cost effective facilities in support of our Nation's Veterans. In order to ensure compliance with VA design standards, criteria and submission requirements, CFM has determined that Government Furnished Information (GFI) for the design and construction of this specific Project (this PROJECT BOOK) needs to be gathered and developed in an organized & targeted fashion for use by a Design AE Team to be procured later. This PROJECT BOOK will be a collection of pre-design information that will result in a reliable Project Requirements Definition and be the foundation of all subsequent design efforts. While concept design and component design is not included in this PROJECT BOOK work, it is highly preferable that the IDIQAE selected for the PROJECT BOOK Task be familiar with VA Standards and Requirements. Project Description SCIP Business Case including specific Items of Work: This project will address seismic deficiencies in Extremely High Risk Building 1 (126,379 GSF - circa 1932) and Extremely High Risk Building 2 (74,474 GSF - circa 1932). The project will demolish Building 1and replace the building with a new hospital that meets all current seismic and VA design requirements for a modern hospital. The project will also address seismic deficiencies in Building 2 by renovating the interior spaces and correcting all facility condition deficiencies to create a modern facility. The project will renovate portions of Building 1AC to improve efficiencies and maintain certain departmental adjacencies. The project will include site infrastructure and utility improvements to support the newly constructed and renovated buildings. The preferred option for this project will be to demolish Building 1 (123,170 GSF partial disposal), Building 84 (MRI Building 1,121 GSF), Building 60 (Electrical Utility Building 425 GSF), Building 17 (Director and HR 9,859 GSF), Building 58 (EMS 3,803 GSF), Building 63 (Hazardous Material Storage 392 GSF), Building T-15 (Storage 4,535 GSF), Building T-19 (Storage 276 GSF), and Building T-20 (Storage 320 GSF). In total, 143,901 GSF of building space will be demolished. A new 150,568 GSF hospital building will be constructed in the current location of Parking Lot A and the Rose Garden. Building 2 will be seismically upgraded and completely renovated. A new parking lot will be constructed in the vicinity of demolished Buildings 17 and 58 to replace displaced parking and add additional parking spaces to address the parking gap of 69. Scope of this PROJECT BOOK Task: This PROJECT BOOK is required prior to any subsequent work and will be managed by VA CFM. This Consultant Team shall perform Tasks 1 5 (listed below) and collect all project specific information described therein. TASK 1 KICK-OFF MEETING & PARTNERING SESSION TASK 2 PROJECT PLANNING AND PROGRAMMING ASSISTANCE TASK 3 ASSESSMENT OF PHYSICAL INFRASTRUCTURE 3-1 On-Site Utility Survey 3-2 Off-site Utility Surveys (100 of Boundary or nearest service connection) 3-3 Transportation & Parking 3-4 ADA Barrier Survey and Compliance Report 3-5 Boundary Survey 3-6 Topographic Survey 3-7 Geotechnical and Geological Analysis 3-8 Site Issues and Observations 3-9 Seismic Analysis (Basic) 3-10 Environmental Assessment, and NEPA 3-11 Cultural & Historic Resources 3-12 Site & Buildings Physical Security Analysis 3-13 Sustainable Design, Energy Reduction, Renewable Energy Use 3-14 Existing Buildings Information 3-15 Telecommunications Survey 3-16 Codes, Standards and Requirements applicable to this Project 3-17 Programmatic Estimate (Level 2) Coordination with Independent Estimator Task 4 REQUIREMENTS Task 5 ADMINISTRATIVE AND DELIVERABLES APPNX FORMAT FOR DELIVERABLES This Consultant (PROJECT BOOK) shall provide professional services of architects, engineers and other consultants, who have a current working knowledge of Codes, VA Standards and Requirements, for the collection of data and surveys, and review for completeness and coordination, of designs, calculations, specifications, reports, and system analyses. Services shall be in accordance and compliance with VA Standards & Requirements. Following PROJECT BOOK, the US Army Corps of Engineers (USACE), in service to VA, will solicit, award and manage traditional AE Services through Concept Design, Schematic Design, Design Development, Contract Documents, Acquisition of a Construction Contractor and Construction. Background Purpose: The objective of the PROJECT BOOK is to identify and define the project requirements necessary to manage the risk (by confirming the scope) in establishing the budget for a new Capital Asset project. The PROJECT BOOK will be a collection of pre-design information (GFI) that will result in a reliable definition of project requirements and form the foundation of all subsequent design efforts for this project. Context: A VA capital construction project is (generally) initiated at the local level and submitted to VA Headquarters for evaluation and selection by the Strategic Capital Investment Program (SCIP) for inclusion in the Department-wide annual budget request to Congress. After a project is selected by VA, CFM will contract with an IDIQAE team to provide the technical expertise to create a PROJECT BOOK. This PROJECT BOOK is executed under a separate contract from the formal and traditional design work for the project. The PROJECT BOOK will refine a needs analysis, establish the final Space and Equipment Planning System (SEPS) Program for Design (PFD), collect comprehensive engineering information of the proposed site, existing utilities, project technical requirements and existing building conditions (if an existing building is to be modified). VA Management of the PROJECT BOOK The VA CFM Project Manager will manage the overall PROJECT BOOK work, assisted by the VA Planning team and other professionals of VA. The VA Planners shall coordinate the project space programming and confirmation activities with participation from the VA Medical Center (VAMC), VISN CAM and Planner VISN CAM Veterans Integrated Service Network, Capital Asset Manager and Planner manage complex strategic, investment and operational policy/regulatory/legal requirements related to capital programs; manage capital asset and engineering operational lifecycle processes from strategic capital investment planning.. The Consultant Team will support this effort. As the person responsible for management of the project, the VA CFM Project Manager is the sole person empowered to direct the Consultant s work. Do not proceed with any work or changes in the PROJECT BOOK scope of work until directed by the contract s VA CFM Contracting Officer. Information provided by VA (GFI) for PROJECT BOOK: SCIP Business Case. Program for Design (PFD), Preliminary Space and Equipment Planning System (SEPS) and Preliminary Project Room Contents (PRC). Preliminary Medical Center work load projections. Preliminary Medical Center staffing requirements. Preliminary Project Management Plan (PMP) to identify the players and roles and responsibilities for the capital asset project. Preliminary Concept Schedule showing the proposed capital asset project with the actual PROJECT BOOK delivery schedule. Current ConOps (as is) and a Preliminary Concept of Operations ConOps - Concept of Operations is a document created for each service, department or organization for which a space program is developed. It documents how that service currently functions and identifies changes and relationships to other departments for future operations in the new facility. It also identifies current and future workload and staffing. for the final and proposed Medical Center to be provided by the station. ConOps (existing and future) shall discuss shared services agreements with other facilities. This could include utilities, medical services, or other. Copy of the VAMC and VISN Masterplan. Facility Condition Assessments (FCA) of existing VAMC campus facilities. List of Available Facility Records and Contact Information such as: As-Built Drawings and Specifications, including record BIM files. Utility Billing and Usage records (Electrical, Water, Sewage, Fuel, Gas, Telephone, Internet Connections, and Utility Company Contacts). Current Facility Master Plan and Projection (with projected dates) of Future Facility Minor Projects (10 year minimum) including Cost / Funding Information and Risk Projections. Previous Topographic, Boundary and Utility Surveys and Legal Descriptions (including easement). Previous Geotechnical Reports. Environmental Assessments and NEPA documentation for previous years and projects. Emergency Operations Hazards Survey (VAMC/VISN/Chief Engineer). ASTM Haz-Mat Assessments (current and historical) which should include Asbestos Assessment, Lead, and other Hazardous Materials. Previous Historic / Cultural Asset Reports and Contact Information for State Historic Preservation office (SHPO). Physical Security Assessments. Previous Traffic Studies and Transport/Logistics Studies. Facility Bio-Engineering database or print-out of current Medical Equipment, location, condition, manufacturer and model number. TASK 1: KICK-OFF MEETING & PARTNERING SESSION At the beginning of the PROJECT BOOK effort, the Consultant will convene an Initial Planning & Partnering Session with all Project Leadership parties. This should include VA CFM Project Management, significant VAMC, VISN and VHA stakeholders, and others, including representation from VACO Office of Planning, VACO Office of Programs and Plans, and VACO Office of Facilities & Acquisitions. The session should begin with introductions of the Core and Leadership persons and their role in both their organization and the Project. The primary goals of the session is to ensure that everyone reviews the overall plan of action, understands the tasks at hand, and the schedule of the PROJECT BOOK work. The objectives of the project should be openly discussed and jointly rank-ordered using the SCIP mission objectives as the guide, vision, goals, and objectives for the project. TASK 2: PROJECT PLANNING AND PROGRAMMING ASSISTANCE VA CFM will provide the Consultant with the initial electronic Program for Design (PFD) and the initial Project Room Contents (PRC) list for each room generated by the Space and Equipment Planning System (SEPS), as well as the initial ConOps (Concept of Operations). The Consultant shall conduct and document validation interviews with user groups to finalize the PFD and ConOps. The Consultant Team is expected to bring expertise and knowledge of current healthcare trends and equipment to inform the discussion with the user groups. The Consultant Team is expected to know VA standards and requirements. The Consultant Team must analyze the existing floor plans and distribution of functions relative to the PFD and ideal functionality, and ascertain the best use of existing and new space from a holistic perspective. Some existing functions will need to be expanded in place, moved into other existing space, and/or moved into the new building. Some existing space might not be fully reusable; it is not uncommon to experience a 5-15% inefficiency factor in reuse of existing space. In addition to ascertaining the best overall functional distribution of services, the Consultant Team will also quantify the various levels of necessary functional renovation throughout the existing buildings and the total required scope of the new building. TASK 3: ASSESSMENT OF PHYSICAL INFRASTRUCTURE The purpose of this assessment is to accurately document existing physical infrastructure conditions so that the requirements for repair, modification, extension, or replacement to accommodate the proposed project can be identified. Electronic plans of all civil engineering work, such as utilities, topographic survey information, underground structures, and legal boundaries and easements, shall be provided in the latest version of Autodesk Civil 3D, with a Project Base Point located at a permanent survey monument defined by the Civil Engineer as per VA BIM Standards. Locate all site investigation work in Civil 3D so that it can be linked to the building BIM during design. Detailed Descriptions On-site Utility Survey Field test points of connections for on-site utilities and off-site service utilities. Provide dynamic and static flow testing and indicate direction of flow, size, type, condition and estimated useful life potential. Rim and invert elevations shall be shown at all manholes, catch basins, & hand holes. On-site Utilities shall include (at a minimum): Verify the information provided by the VA related to Propane and Natural Gas, Fuel Oil, Medical Gas Systems, Gasoline & Diesel. Identify and map type, size of lines, above and below ground tanks, etc. for all types on site. Steam, hot and chilled water. Show sizes, locations, and pressure of all supply lines and return lines. Show types and sizes of all site-located valves. Show capacity and spare capacity. Storm-water. Verify all information provided by the VA related to storm-water as it pertains to existing drains, catch basins, manholes, drain lines sizes, rim elevations and invert elevations, and note any existing storm water retention features, and capacities. Determine requirements and possible locations for additional storm water retention for new project. Review and report on requirements of local, state and federal storm-water and erosion control regulations applicable to this site Wastewater. Verify all information provided by the VA related to wastewater as it pertains to sizes, condition (estimated remaining useful life), and locations of all drain lines, manholes, lift stations, holding tanks. Domestic, Industrial (mechanical) and Fire Protection water supply systems. Show sizes, locations, and pressures of all supply piping, sizes and types of valves, meters, backflow preventers, fire pumps, FDC, water quality or treatment systems. Do a pressure test for each fire hydrant and show pressures & flow rates. Locate and describe existing water storage tanks (potable, domestic, industrial, fire protection water, landscape irrigation). Provide a water analysis, including pH, total hardness as CaCO3, and total dissolved solids. Identify the need for water softeners, of special filtration equipment (reverse-osmosis, or acid-resistant / chemical resistant piping. Review Fire Protection System with local Fire Marshal. Discuss access, pathway widths and clearances (radii), Fire Hydrant locations, Fire Water system & capacities, contemplated improvements and discuss pertinent elements of the Emergency Operations Hazards Survey (VAMC/VISN/Chief Engineer). Electrical service and distribution. Verify all information provided by the VA related to electrical service and distribution as it pertains to electrical services voltage, conduit, overhead and underground locations, manholes, and hand holes. Show substation and transformer locations and capacities. Show backup power types, location, and capacity. Telecommunications. Show sizes and locations of all conduits, manholes, and hand holes. Show wire type, sizes, and number. Include WiFi, telephone, satellite, and other communication systems. Off-site Utility Surveys (within 100 of the subject property boundary) Identify all utility providers, office location, point-of-contact individual, email and phone number. Identify permits requirements of the utility provider and tap fees. Identify potentials and processes for upgrades from each utility provider (time, engineering required, costs, process required, regulatory environment for upgrades) Identify the potential source and location of two sources to meet the VA Physical Security requirements for the following: Electrical power feeder lines Water (2 sources to loop main) Transportation & Parking Identify public transportation options available (or planned) to the site. Evaluate accessible pedestrian access and vehicular access including site access for staff and patient passenger vehicles and shuttles, delivery vehicles, emergency, and fire vehicles. Identify potential conflicts & crossings (pedestrian and vehicular) and safety issues. Identify service & delivery pathways and crossings / conflicts with patient / staff vehicles. Provide a traffic analysis (on & off-site) to determine if any roadway or site access improvements are required. Consult with local municipality and report. Conduct a parking demand study (using the VA Parking Design Guide), evaluating existing and proposed number of parking spaces, accessible and handicapped van spaces, and electric vehicle charging spaces for surface and structured parking. Evaluate entry & exit turnout lanes, queuing lanes for gates, and estimate peak vehicle usage of major parking areas. Document (observe and measure) existing parking lighting for night access to parking and pedestrian walkways leading to parking. Report in existing foot-candles (fc) at the surface level. Observe and report on security call boxes in parking areas. ADA Barrier Survey and Compliance Report The Consultant shall survey and report on barriers and accessibility compliance for all spaces and buildings (public and non-public) included in the project s scope of work including accessible pathways on site. Principally, accessibility will comply with: Americans with Disabilities Act, 2010. Architectural Barriers Act, 1968. Architectural Barriers Act Accessibility Standard (ABAAS, 2006). VA Barrier Free Design Standard, PG18-13, 2016. Report shall document onsite observation inspection and recommended remediation actions for accessibility issues / concerns. Recommended remediation shall identify all barriers, remediation recommendation and estimated cost of remediation. Boundary Survey VA shall provide title reports for all subject properties which shall include legal descriptions, boundaries and easements for the site. VA shall also provide any professional surveyed site boundary and easement maps for the site, if already in VA s inventory. Topographic Survey The Topographic Survey will be provided by the VA to be included in the overall project book. Geotechnical and Geological Analysis Provide a professional geotechnical analysis, defining soil types, bearing capacity of the soil, typical area geotechnical risks, hazardous materials and location of water table. Borings shall be located by the VA Project Manager for the PROJECT BOOK and coordinated / located on the Topographic Survey Map (above). Identify any site specific seismic concerns. Site Issues and Observations Provide analysis of the local climate, including heating and cooling days, high and low temperatures, average rainfall and snowfall by month and by highest record events. Micro-climate variations for specific areas of the site. Define typical extreme weather or other conditions (snow, wind, hurricanes, tornados, hail, etc.) Note prevailing wind direction and speed (constant, firm and gusts). Note any existing advantageous views. If VA owned property needs to be excessed as a part of the project, define the mitigation measures that must be remediated before disposal. Identify any local neighborhood or civic concerns, zoning, or issues. Identify strategies for flexibility to accommodate future requirements for 25% growth. Discuss opportunities and challenges related to the specific site and local market, and potential cost and schedule impacts. Seismic Information (Basic) Define seismic zone, ranking on VA s seismic list, typical structural types and bay sizes, review VA s analysis for seismic problems needing correction, and preliminary suggestions for correction. Obtain and provide in PROJECT BOOK, a copy of the Seismic Vulnerability Study Summary performed for this facility by the VA Office of Facilities Planning, conforming to CFM Policy Memorandum 003C-2016-6, dated May 18, 2016. Contact Facilities Standards Services, 202-632-5388. Environmental Assessment and NEPA The Consultant shall prepare an environmental assessment of the proposed action to ensure that VA is in compliance with the regulations set forth by the Council on Environmental Quality implementing the provisions of the National Environmental Policy Act (NEPA), Title 40 CFR Parts 1500 1508; and VA Regulations, Environmental Effects of VA Actions, Title 38 CFR, Part 26 (51 FR 37182, Oct. 20, 1986). Particular attention should be directed to the environmental assessment definition..."a concise public document that serves to: briefly provide sufficient evidence and analysis for determining whether to prepare an environmental impact statement or a finding of no significant impact" (NEPA Part 1508.9). The VA Environmental Assessment and Summary sheet shall be used to report environmental analysis of this proposed project. All information shall be reported in this format. The design team shall incorporate a discussion of the various alternatives developed by the VA; including the no action alternative. The Consultant shall provide a written description of each affected environmental characteristic that includes, but is not limited to: Description of the existing characteristic; Description of how the characteristic would be altered by construction of the proposed project; Detailed analysis of the worst case environmental impact that could occur for each characteristic when the proposed project is under construction and in operation; Detailed description of the measures required to mitigate those adverse environmental impacts to an acceptable level, if possible; and Statement concluding what unavoidable adverse impacts would remain after mitigation. Provide a summary of the impacts to the project of the Site Environmental Assessment, NEPA, and cultural and historic resources analysis surveys. Cultural and Historic Resources The Cultural and Historic Resources report and survey will be provided by the VA for review and to be included in the overall project book. The completed Survey provided by the consultant is anticipated to include the following sections: Level of Effect Documentation Review project impacts, if any, to the historic resources. Write a Finding of Effect (FoE) document. Mitigation Recommendation. Coordinate and recommend Mitigation, as needed, with VA Cultural Resource officer. Consider FoE for potential impact. Site & Buildings Physical Security Analysis Identify major site security issues/risks. For each facility in the project, determine the appropriate VA Physical Security level (Mission Critical/Life Safety) from the VA PSDM, Physical Security Design Manual (Mission Critical or Life-Safety Protected) and preliminary calculations for emergency storage capacity required for each building of the project s scope. Identify the site and physical security requirements for setbacks and other measures. Determine the requirements that will apply to the renovation of existing facilities. Determine requirements for existing parking structures. Identify requirements for upgrades to existing site security features required by PSDM. Identify / confirm cyber security compliance of existing telecom systems and medical low voltage or telemetry systems. Sustainable Design, Energy Reduction, Renewable Energy Use Identify the strategies that show the most promise for this location and building type. Define the VA expectations for performance requirements for each of the major building systems, including lifecycle costs for the mechanical equipment. Suggest potential viable options for onsite (on building and site) renewable energy use (at a minimum solar hot water and Solar PV systems). Identify the energy and sustainability goals (LEED Silver) for the project. Existing Buildings Information If accurate information is not available in as-built drawings, specifications and records, include a laser scan as-built survey for those portions of the building that are intended to be modified for the project. The contractor shall examine all existing FCAs (Facility Condition Assessments) confirm the most effective accommodation for the PFD (Program for Design). The study shall describe and quantify the existing facilities with respect to current and projected use and occupancy, noting all operational or work flow deficiencies to be corrected, and those that present opportunities for improvement. Existing spaces in the buildings that will be renovated will be documented in net square feet per room and compared with VA room net square feet criteria. Spot verify (manual measure & compare) spaces that were laser scanned, in previous projects, as being a current and valid representations of conditions above the ceiling and below the ceiling. Coordinate Room Functional Use names and coding with PFD of Task 2. Show roof plan. Telecommunications Survey The Consultant shall provide a Telecommunications / FMS Survey of existing Telecommunications and Special Telecommunication Systems. Investigate the existing systems and equipment. Provide the following documentation to The PROJECT BOOK: System Coordination: Coordinate requirements with the local service provider(s) for projects requiring new, replacement, or expansion of existing telecommunications service. For renovations of and additions to existing buildings, the Consultant Team shall investigate the existing infrastructure and determine whether sufficient capacity is available to accommodate the new requirements. For existing buildings of a potentially historic designation (over 50 years old), the survey must include mapped designations of interior areas of historic interest that should be avoided for equipment rooms and wire / cable pathways. Coordinate investigation results with VA PROJECT BOOK Project Manager and Consultant s Historic Consultant. Forward copies of all correspondence and minutes of meetings with service provider s representatives to the PROJECT BOOK PM regarding negotiations for new services or making changes to the existing services. Site components: Show major site distribution components, such as duct-banks, and maintenance holes, on the civil Utility Plan(s). Building Components: One line diagram (sketch) of existing systems. Location of Equipment Rooms, i.e. DEMARC (Demarcation) Room, Telephone Room, Telephone Operator s Room, Main Computer Room, Antenna Headend Room, Emergency Management and Preparedness and Police Control Rooms. At each telecomm or IT major room, describe HVAC, UPS and A/C Power Requirements. If Telecommunications Service Providers have an existing inside building distribution systems installed contact Spectrum Management and CONSEC Service as per the Telecommunications Design Manual (TDM) Paragraph 1.3. Codes, Standards and Requirements The Consultant shall provide a preliminary summary listing (from the VA CFM Technical Information Library TIL: http://www.ocfm.va.gov/til), including the date and version of each, of the applicable versions of Codes, Standards and Requirements to be used, at a minimum, on this project. Consultant shall perform and report a code evaluation on this project area to determine if new work will, by use modification or area percentage of change, require a complete code upgrade to the building. Programmatic Estimate (Level 2) Coordination with Independent Estimator The Consultant shall coordinate all PROJECT BOOK project information with a separate Estimating Consultant under contract to VA CFM who will develop a Level 2 Programmatic Estimate for use by CFM Cost Estimating Service. TASK 4 REQUIREMENTS The Consultant shall consolidate proposed project requirements to achieve the mission outlined in the SCIP submission and Planning Session. The Consultant Team shall also, in concert with the Project Stakeholders (Leadership), encourage the future Architect of Record through a Leadership developed Statement of Design. Statement of Design shall address, at a minimum, consideration of the most economical and flexible solutions for optimal adjacencies, space utilization, vertical and horizontal circulation flow, and other factors based on location constraints, current criteria, local needs, and standards. The Statement of Design and PROJECT BOOK requirements should also include other project parameters from VAMC, VISN, and VHA, such as: VAMC Project Requirements and Considerations The VAMC should openly list their critical and non-critical objectives and concerns, such as the examples below: PATIENT WORKLOAD: During construction, there will be no loss of current patient workload. Changes in this Medical Center s workload continue to increase. Continuing or future regulations (like Veteran s Choice Act) may result in additional staffing for the workload. Accommodation during Construction must be flexible so as not to impair the facility s ability to accommodate growth. PATIENT AND STAFF SATISFACTION: Design & Construction should not negatively impact Patient Satisfaction or Staff Satisfaction. PLANNING & DESIGN PARTNERSHIP: Veterans WILL be involved in the planning & design. The project must address, highlight and improve patient flow from the parking areas to their clinical appointments. FACILITIES MANAGEMENT: Design & Construction must be easy to maintain, practical and attractive to the staff, patients and public users of the Portland VA Medical Center. DESIGN & CONSTRUCTION OUTLINE: The entire design and construction process shall be described, with an emphasis on the necessity of timeliness of decisions, safety of staff & patients during construction, authorities and channels of communications. CONCURRENT PLANS AND ACTIVITIES: The Medical Center Facilities Management Services will present and regularly coordinate, in plan exhibits & narratives, an outline of their ongoing and planned NRM NRM - Non-Recurring Maintenance Project (NRMs) and Minor Construction Minor Construction projects under $10 million campus projects SCIP (Action Plan) initiatives for the 10 year period at the project location. Risk Assessment The Consultant shall assist the CFM Project Manager in preparation of a risk register and risk management plan by identifying risks and populating a risk register form. Format will be provided by CFM. Consultant shall participate with the project team in assigning probability and consequence ratings for all risks identified. Risks shall include those related to Architecturally Significant Equipment (ASE)and those identified in NEPA, ESA, and Cultural and Historic resources studies. TASK 5: ADMINISTRATIVE AND DELIVERABLES ADMINISTRATIVE Parties Involved: VA Task Order Project Manager (TOPM) VA CFM Director of Project Management Louis Sinclair William Ulibarri VA CFM Project Manager Western RĂ©gional Office 400 Mare Island Way, Suite 100 400 Mare Island Way, Suite 100 Vallejo, CA 94590 Vallejo, CA 94590 707-562-8489 707-562-8414 VA Contracting Officer Reginald Berry Contracting Officer 400 Mare Island Way, Suite 100 Vallejo, CA 94590 707-562-8463 Roseburg VA Medical Center Department of Veterans Affairs Associate Director Steven Brosky Roseburg VA Medical Center 913 NW Garden Valley Blvd Roseburg, OR 97471   (541) 440-1000 x 44229 Progress Invoices: Monthly Progress Invoices are to be submitted (by e-mail) simultaneously to the Contracting Officer and TOPM (CFM Project Manager) at louis.sinclair@va.gov and Reginald.berry@va.gov for initial review. Once approved and returned, they are to be submitted electronically via the OB10 system, attaching the scanned returned PM-approved invoice. Payments shall be made as work progresses to the following maximum values, according to the following: a. 95% following presentation and submission of Preliminary Findings. b. 5% following Final VACO Presentation of Findings. Final Consultant Invoice shall be accompanied by a properly filled & signed Release of Claims. DELIVERABLES Progress Meetings: Progress Meetings (at least once per month) shall be convened with VAMC or Station Management, VACO Representatives (by VANTS teleconference or VTEL) and CFM Project Manager to resolve issues related to Consultant access, work definition or performance. The meeting will discuss key issues from the work to date, focusing on project direction and risk issues which will drive recommendations. Graphics may be created and used to illustrate findings, but may not illustrate solutions. Based on the progress to date, minor adjustments to the project goals will justified and finalized. Preliminary Findings Presentation. Upon completion of the tasks described and required herein, a Preliminary Findings Report will be summarized and presented. Presentation shall be a series of Findings Meetings which will be held with the Project Stakeholders, Facility Leadership, VISN Management, VACO Representatives and CFM Project Manager. Technical and Planning issues will be presented in 60 minute blocks and recorded to DVD Audio-Visual mini-presentations. Block presentations, will be delivered to the CFM Project Manager so they may be distributed widely and electronically for all to access at their convenience. Questions and concerns from Stakeholders, Leadership and CFM Project Manager will be augmented, clarified and resolved prior to development of the Preliminary Findings Report or Final PROJECT BOOK. Preliminary Findings Report and Technical Review. A Preliminary Findings Report shall be prepared in the format described in Appendix A and submitted to the VA Project Manager for the project stakeholders and VA CFM review and comment. The Preliminary Findings Report shall include a Summary of Findings developed during the Work above, meeting minutes of the Partnering and Planning Session, the Progress Meetings and the Findings Meeting. The Preliminary Findings Report shall be sent out in full hard copies or CD/DVD as assigned below. Hardcopies shall be bound paper compiled sets of the PROJECT BOOK documents, collated, indexed and bound in tab-indexed binders. CD/DVD copies shall be compiled of electronic files in their native authoring software (MS Word, Excel, 2D PDF, AUTOCAD.dwg and AutoCAD Civil 3D formats), grouped by folders and a top level Index of Files. Allow for shipping and 45 days for review and comments. Unless noted otherwise by the CFM Project Manager, Technical Review sets (hardcopy and CD/DVD) will be distributed by the Consultant as follows: 425 I Street, Washington, DC 20001 Hardcopy CD/DVD Mark Wiersma VACO CSS CSS Lead 202-632-5104 1 1 Michael Koch VACO CSS Architect 202-632-5236 1 1 Jay Sztuk Cost Estimating Estimating 202-632-5614   1 810 Vermont Ave., Suite B47, Washington, DC 20420 Hardcopy CD Keith Van Bakel OIT: Spectrum Mangement Telecomm / OI&T 202-461-5310   1 VA CFM (Regional Planners and VACO) shall utilize the information of the Preliminary Findings Report to develop and submit the Zero-Point CPRMP (Capital Program Requirement Management Process) report for initiation of the Major Project. Comments from VACO Units and the Technical Reviewers shall be recorded in ProjNet Dr. Checks. Comments shall be delivered to the Consultant for revisions, additions and corrections prior to completion and publication as the final PROJECT BOOK. Submission (Deliverables) of the Final PROJECT BOOK: The Consultant shall submit the final PROJECT BOOK to the VA CFM Project Manager for dissemination to the VA Project Stakeholders and Leadership. One final copy of the PROJECT BOOK, with a signature page, will be sent to the VAMC Director for final acceptance and sign-off. SUBMISSION TO VA: Approved final documentation shall be provided and distributed in hardcopy and CD/DVD sets per the directions of the VA CFM Project Manager. CD/DVD copies shall be compiled of electronic files in their native authoring software (MS Word, Excel, 2D PDF, AUTOCAD.dwg and AutoCAD Civil 3D formats), grouped by folders and a top level Index of Files. Hardcopies shall be bound paper compiled sets of the PROJECT BOOK documents, collated, indexed and bound in tab-indexed binders. Hard copies shall be distributed in accordance with the VA CFM Project Manager s instructions. Unless noted otherwise by the CFM Project Manager, Final PROJECT BOOK sets and CD/DVD sets shall be distributed by the Consultant as follows: 425 I Street, Washington, DC 20001 Hardcopy CD/DVD Mark Wiersma VACO CSS CSS Lead 202-632-5104 1 1 Michael Koch VACO CSS Architect 202-632-5236 1 400 Mare Island Way, Vallejo, CA 94590 Hardcopy CD/DVD Reginald Berry CFM Western Region Contracting Officer 707-562-8463 1 Bill Ulibarri CFM Western Region Dir. Project Management 202-632-5263   1 Louis Sinclair CFM Western Region CFM Project Manager 707-562-8489 1 1 913 NW Garden Valley Blvd, Roseburg, OR 97471 Hardcopy CD/DVD Stevin Broskey VA Roseburg HCS Associate Director 541-440-1000 x44229 1 1 1601 E. 4th Plain Blvd., Vancouver, WA 98661 Hardcopy CD/DVD Ann Marie Naficy VISN 20 - Northwest HCN VISN 20 Rep. (CAM) 360-619-5931 1 Presentation of the Final PROJECT BOOK: The Consultant shall make a formal face-to-face presentation to the VA Stakeholders and Leadership, including the VAMC Director, VISN and VACO Leadership for review and approval of the final recommended PROJECT BOOK. The presentation shall show how elements meet the goals of the SCIP Business Case, achieve the mission objectives, and mitigate any identified project risk. Presentation shall be made at 425 I Street, NW, Washington, DC 20001 on a time and date coordinated by the VA CFM Project Manager. Date and time of the PROJECT BOOK face-to-face presentation shall coincide (several months later) with the Technical Review portion of the project s Concept Design Phase presentation from the Design Team AE of Record presenting their 3 Concept Options to VA Executives, on the following day, at 810 Vermont Avenue, NW, Washington, DC, 20001. APPENDIX A FORMAT OF PROJECT BOOK DELIVERABLE Executive Summary Project Narrative - Overall Building 100 - Project Narrative Proposed Building 100 Seismic Upgrade & Renovation - Scope Facility Utilization, Existing & Proposed Facility Conditions Architectural Exterior Cladding & Potential Replacement Accessibility Structural & Seismic Mechanical Plumbing Fire Protection Electrical & IT Physical Security Sustainable Design Hazardous Materials Building 101 - Project Narrative Proposed Building 101 Seismic Upgrade & Renovation - Scope Facility Utilization, Existing & Proposed Facility Conditions Architectural Exterior Cladding & Potential Replacement Accessibility Structural & Seismic Mechanical Plumbing Fire Protection Electrical & IT Physical Security Sustainable Design Hazardous Materials Building 102 Existing Parking & Sky-Bridge - Project Narrative Proposed Building 102 Structural Repairs Scope Proposed Sky-Bridge Seismic Repairs B102 Facility Utilization, Existing & Proposed Facility Conditions Architectural Accessibility Building 102: Structural Investigation & Seismic Study Sky Bridge A (Part of B104 - 1900 GSF) Over-road truss: Structural Investigation & Seismic Study Sky Bridge B (B106 11,600 GSF) 300 Suspension: Structural Investigation & Seismic Study Mechanical Plumbing Fire Protection Electrical Physical Security Sustainable Design Hazardous Materials New Specialty Care Building - Project Narrative Proposed New Specialty Care Building - Scope Facility Utilization, Proposed Facility Considerations Site Architectural Structural & Seismic Mechanical Plumbing Fire Protection Electrical Physical Security Sustainable Design New Parking Structure (600 Cars) - Project Narrative Proposed New Parking (600 Cars) - Scope Facility Utilization, Proposed Facility Conditions Site Architectural Structural & Seismic Mechanical Plumbing Fire Protection Electrical Physical Security Sustainable Design Central Plant Upgrades - Project Narrative Proposed Central Plant Improvements & Upgrades Scope Facility Utilization and Proposed Upgrades Facility Conditions Site Architectural Structural & Seismic Mechanical Plumbing Fire Protection Electrical Physical Security Sustainable Design Site & Infrastructure Upgrades - Project Narrative Proposed Site & Infrastructure Improvements Scope Site Utilization and Proposed Upgrades Site Conditions Boundaries & Topography Geotechnical Environmental Utilities & Site Distribution Transportation & Parking Physical Security Sustainable Design Demolition Project Book Administrative (Backup documentation, meeting notes, etc.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/36C10F18R0685/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10F18R0685 36C10F18R0685_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4507766&FileName=36C10F18R0685-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4507766&FileName=36C10F18R0685-000.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: 913 NW Garden Valley Blvd;Roseburg, Oregon 97471-6523
Zip Code: 97471-6523
 
Record
SN05008896-W 20180728/180726231236-4aa516b05d3d02c52100702195db09ff (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.