DOCUMENT
C -- Renovate 4A and 4B for Community Living Center - Attachment
- Notice Date
- 2/27/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- VA52812R0251
- Response Due
- 4/3/2012
- Archive Date
- 6/2/2012
- Point of Contact
- Rachael Roney
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for the following services related to Stratton VA Medical Center project 528A8-12-801; "RENOVATE 4A & 4B for Community Living Center." The VA Medical Center, Albany, New York is seeking professional firms architect/engineering firms, under NAICS code 541310, to provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to renovate for the Community Living Center. PROJECT SCOPE: A.Renovate approximately 24,000 square feet of existing office space located on the fourth floor of wings 4A and 4B that had previously been converted from ward space to office, lab, conferencing and storage space to accommodate Operations and Information Technology (O&IT) and Information Technology Networking (IT) suites. For this project, these spaces will become the new Community Living Center (CLC) facility at the Stratton VA Medical Center. The CLC design concepts will need to create functional, pleasing, nurturing and efficient environments reflecting a "home" environment for the residents with long and/or short term needs. Work must also include developing a CLC which is compliant with VA guide lines, standards, requirement and applicable codes of the space as well as the supporting mechanical, electrical and plumbing systems. This contract includes A/E design and construction period services. The A/E shall perform all work necessary to prepare the specifications, drawings, bidding documents, and provide construction period services for the subject project. Specific work requirements include, but not limited to, the following: i.The CLC facility design will support twelve (12) individual homes per wing and provide various common use and support areas for the residents, as may be required, to support the operational model of a "neighborhood". The uses of existing support areas such as the Veterans Service Center Store, Cafeteria, Chapel, Healthcare, Laundry, Food Services, Utilities, Security, Waste Management, etc. ii.The CLC facility will be designed to incorporate the 4A and 4B wings into one CLC. The Construction documents must be developed into two separate contract packages so that each wing can be built separate from the other. iii.Perform site visit(s) for field investigation and meet with technical and program staff to determine the specific CLC facility requirements. Prepare an investigative report verifying the project scope, existing building construction conditions and/or design considerations unique to the project area which may increase the projected project cost. iv.Include the total demolition of the space for replacement of existing windows, doors, lighting, walls, ceilings, floors, piping and HVAC ducts. The space contains asbestos and identification and abatement of this material must be included in this renovation. All asbestos insulation and piping removals shall be taken back to the main risers. Design will consider the use of "open-space" plan as much as practical and possible. v.Provide clear resident/patient circulation patterns within the CLC and to other supporting areas in the medical center that will maximize efficiency, accessibility and resident/patient privacy, where needed. vi.Removal and replacement of all heating, cooling and ventilation systems. vii.Removal and replacement of all domestic plumbing systems. "Sprinkler piping "Domestic hot and cold water viii.Removal and replacement of all electrical power distribution, including all wiring, outlets and connections. This includes all emergency power systems as well. ix.Provide the design of all new building utilities for the space such as; electrical, water, telecommunications/data, security, life/fire safety, duress, medical gas etc. for the renovated and/or new facility. x.Provide the design for new heating, cooling and ventilation system(s) for the renovated space. Design solution shall consider the extension of existing hot water and chilled water piping located in the third floor core shaft. Design consideration for the following mechanical elements will be included: ducted heating, ventilation and air conditioning controlled by VAV units for multi-zoning and perimeter heating. Design solution shall consider the potential extension of existing chilled water piping and hot water heating piping from a neighboring wing in lieu of installing new condensing units. xi.Green or recycled products shall be specified wherever practical and possible. xii.Providing a layout of the following functional areas: "Community Living Center functional groups: oCLC neighborhood "residential" environment (provide 12 "homes" for the projected residents) oHome environment (for residents and special needs residents) oCommunity Center "Home (to include, but not limited to) oEntrance with door bell oVestibule/Foyer oLiving/Dining Room oKitchen oBedroom oBathroom oOffice/Den oLaundry "Community Center oMulti-purpose Room oGreat Room oAdministrative space oMedia Center oPatio (access to outdoors for gardening or relaxation) xiii.Prior to the submission of the un-reviewed final drawings and specifications, the A/E shall conduct a narrative walk-through with the COTR for each of the trades included in the project to demonstrate that the work shown on the drawings can be physically constructed as depicted. The trades shall include, but not be limited to architectural, interior design, structural, plumbing, HVAC, fire protection and electrical. The designer for each trade shall be present at the walk-through which will encompass all of the physical areas affected by the project. Individual walk-throughs may be conducted for specific trades. Upon completion of the walk-through, the VA will give direction to the A/E whether the design may proceed to completion as shown or whether some redesign is necessary. The walk-through shall be scheduled by the A/E in a manner that will allow corrections before the un-reviewed final submission due date. Required corrections will not excuse the A/E from submitting the un-reviewed final drawings and specifications on time. xiv.Provide all contract documents on reproducible CD media in AutoCAD 2009, Microsoft Office 2003 (for Word and Excel) and PDF format, unless otherwise noted. Above functional areas are provided for preliminary design development and must be verified and coordinated with VA personnel of the Physical Medicine and Rehabilitation Services Department prior to final program development and project design. The A/E shall perform all work necessary to prepare the specifications, drawings, bidding documents, and provide construction period services for the subject project. A/E SCOPE OF SERVICES 1.Provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to renovate SPD. Services will included all Mechanical, Electrical or other Engineering or Architectural work associated with this project. Provide an NFPA/Life Safety Code review and make sure all building code are addressed with the project. Provide any asbestos services during design or construction as needed. 2.Provide contract specifications utilizing the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Albany VAMC electronically by either email or on a CD rom. All edited specifications are to be edited to the specified project and have all impertinent specs and information removed. 3.Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. 4.Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Albany Engineering Service, VA Network 2, or any other government comments. 5.Provide an electronic set and one (1) hard copy set of "Architectural E1" (30"x42") size working drawings, specifications, and cost estimate at the 50% and the 100% review stage. Also, provide an electronic set and one (1) set of drawings stamped and signed by an Engineer licensed in the State of New York, specifications, and cost estimates at final design submission. Electronic set at 100% final stage is to be provided in both PDF and AutoCAD formats. 6.Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 195 days from award of contract. 7.Provide a detailed material/labor cost estimate for construction of this project at the 100% review stage. 8.Bring final construction documents back to site and ensure that the design is complete and construction will to be able to be done, with no/minimal changes required. Complete understanding of design vs. actual site conditions. 9.Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. 10.Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner. A walk through is required at the end of the construction to provide a punch list of items to ensure the "completeness" of the construction, both technologically and physically. 11.Provide expeditious responses (within 10 days) to all design/conflict questions encountered during the construction term. 12.Upon completion of the project, provide two (2) sets of stamped "Architectural E1" (30"x 42") as-built drawings, as well as a complete set in PDF and AutoCAD formats. The following evaluation criteria will be used during the A/E selection process: 1. Team proposed for this project; 2. Proposed management plan; 3. Previous experience of team proposed for this project; 4. Location and facilities of working offices; 5. Proposed design approach for this project; 6. Project control; 7. Estimating effectiveness; 8 Miscellaneous experience and capabilities; 9. Awards & recommendations; 10. Insurance & litigations. The applicable NAICS code is 541310 with a small business size standard of $4.5 Million. This acquisition for design services will be a 100% set aside for service disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified by the Veterans Enterprise (CVE) through www.vetbiz.gov to be considered for award. SDVOSB firms desiring consideration must have a working office located within 200 miles of the Albany, New York city limits. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6. The estimated construction cost for this project is between $5,000,000 and $10,000,000. Responses must be received by April 10, 2012. Electronic submission of SF 330's is preferred; email completed SF330's to Rachael.roney@va.gov. The subject line of the email should read, 528A8-12-801: RENOVATE 4A & 4B for CLC - (Your Company Name).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA52812R0251/listing.html)
- Document(s)
- Attachment
- File Name: VA528-12-R-0251 VA528-12-R-0251.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301154&FileName=VA528-12-R-0251-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301154&FileName=VA528-12-R-0251-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-12-R-0251 VA528-12-R-0251.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301154&FileName=VA528-12-R-0251-000.doc)
- Record
- SN02683963-W 20120229/120227235046-6777aa36efc42fb0a463ec263569c4f5 (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 |