SPECIAL NOTICE
C -- Renovate/Expand 47-Bed Domiciliary Pod B (Design) (VA-20-00015581)
- Notice Date
- 1/10/2020 10:58:50 AM
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520R0035
- Archive Date
- 04/09/2020
- Point of Contact
- Laura A TawzerContract Specialist304-263-0811 x3170
- E-Mail Address
-
Laura.Tawzer@va.gov
(Laura.Tawzer@va.gov)
- Awardee
- null
- Description
- FBO Pre-Solicitation Notice Solicitation No. 36C24520R0035 Minor Project No. 613-126 Award Item AE Design Renovate/Expand 47 Bed Domiciliary Pod B (Design) The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, Martinsburg, WV 25405 is seeking a qualified Service Disabled Veteran-Owned Small Business A/E firm to provide Schematic Design, Life Cycle Cost Analysis (LCCA), Design Development, Construction/Bid Documents, Specifications, Construction Cost Estimate, and Construction Period Services for the Renovate/Expand 47 Bed Domiciliary (Dom) Pod B (Design). This project includes the complete renovation and replacement of the HVAC system of the 47 Bed Dom Pod B HVAC with approximately 20,000 GSF of space single story dom and the 37-year-old courtyard of 3,770 SF. Renovation and expansion will also include up to 5,000 GSF will create approximately 28% of the beds in one-bed rooms with private baths and expand the bed count to 57. Priorities of Work: This project provides a complete renovation and replacement of the HVAC system of an approximately 20,000 s.f. single story domiciliary and courtyard that is 37 years old. The courtyard of the Domiciliary is 3770 SF. Renovation and expansion of up to 5,000 GSF will create approximately 28% of the beds in one-bed rooms with private baths and expand the bed count on this Pod to 57. The renovation will include updated finishes, systems replacement and floor plan changes to reflect the current standards of care. This renovation/expansion will enhance patient and women's privacy with single bed rooms with private baths. The size of the single unit within the project will be determined in the Schematic stage. The remainder of the bedrooms will be two-bed rooms with a shared bath in the room. The number of occupants will increase to 57 and the exact ratio of one-bed units and two-bed units will be determined during the 15% Preliminary Design stage. This project will increase the size of the Unit to meet projected demand. The renovation of the 502 Dom B Pod will allow increased privacy for Domiciliary residents, create a more family like environment for all patients, as well as providing female residents with an increased sense of security and pride in their living space. The mechanical systems throughout the Domiciliary in Bldg. 502B are beyond their life expectancy and do not meet the current requirements for occupancy. This project will provide two complete new mechanical systems for Pod B. The interior courtyard shall be upgraded in a way that minimizes maintenance and encourages use by the male and female population. At a minimum the A/E shall reference the VA design guide plates located at http://www.cfm.va.gov/til/dGuide.asp and the VA design manuals located at https://www.cfm.va.gov/til/dManual.asp for comprehensive architectural and engineering requirements for each space listed. Functional and space programs shall be developed using VA Space and Equipment Planning System (VA-SEPS). This information shall be defined by the A/E with VA assistance. The A/E will perform all surface and subsurface investigative work pertaining to foundations, geotechnical, structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication, public address system and their associated appurtenances located in other areas of the work area as deemed necessary to provide a complete and constructible design. In addition to design of required new work areas the A/E will design the required rerouting, relocation, and/or extension of all existing utilities electrical, plumbing, etc., which may pass through the proposed design area servicing surrounding spaces and future expansions. Note: the operation of adjacent domiciliary units will need to continue and supporting utilities common to those units - network controllers, steam distribution, electrical distribution, etc. - need to be specifically addressed in design. The A/E will implement Evidence Based Design (EDAC) and Sustainability philosophies with the current VA design guides, space planning criteria, and technical criteria, to create an environment which enhances the healing process. The heating, ventilation, and air conditioning (HVAC) design shall comply with the VA HVAC Design Manual. Controls will be compatible with existing Johnson Metasys Building Automation System. Design shall also include recommendation of at least three energy savings alternatives for consideration. The plumbing design shall comply with VHA Directive 1061 and the VA Plumbing Design Manual. Commissioning will be performed by third party contract directly with the VA. The A/E will be responsible for incorporating commissioning specifications in accordance with the VA Whole Building Commissioning Process Manual, dated 5/1/ 2013, and coordination with the Commissioning Agent during construction. Fire and Life Safety requirements will be designed under the Governing Codes of NFPA 101 Life Safety Code (2018 Edition) and the Department of Veterans Affairs Fire Protection Design Manual (2015 Edition), NFPA 70-2017, or most current edition in publication. A/E will perform a Life Cycle Cost Analysis (LCCA) to investigate and provide recommendations for sustainability and energy saving alternatives, which will include the following: The VA Sustainable Design Manual, current edition, is applicable. Energy Modeling will use the weather data available from the Martinsburg, WV Regional Airport. Renewable energy will be investigated and incorporated where feasible in accordance with the Sustainability Manual. Included shall be the requirements of section 01 81 13.11, Sustainability Certification Requirements - LEED HC V3, or 01 81 13.21, Sustainability Certification Requirements - Green Globes. The design shall utilize ASHRAE 90.1-2016. Master Construction Specification 01 81 11, Sustainable Design Requirements, shall be used. For LED lighting applications, Design Light Consortium (DLC) listing is preferred. Building envelope, opaque elements, shall meet or exceed requirements 189.1-2014. Natural daylighting measures shall be used to the greatest extent economically feasible. Dual technology occupancy lighting sensors, with dimming for spaces with windows shall be investigated. Site design will incorporate requirements of EISA 438, EO 13508, and the VAMC Martinsburg SWMP. The design shall include use of Energy Star, FEMP-designated (Federal Energy Management Program, and EPA Water Sense products where applicable. Design shall incorporate Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings . The AE will be responsible for completing the checklist given by determining compliance with The Guiding Principles for Sustainable Federal Buildings. The project will address the Master Plan site design and layout and required utility service from existing utility feeds to the area. The project will include requirements for advanced utilities metering as described under Division 25 of the VA guide specifications. Physical Security. The A/E will follow the requirements in the VA PHYSICAL SECURITY DESIGN MANUAL FOR MISSION CRITICAL FACILITIES or the VA PHYSICAL SECURITY DESIGN MANUAL FOR LIFE-SAFETY PROTECTED FACILITIES as they apply. The A/E s team will include a certified physical security specialist as well as a licensed professional structural engineer who has specialized training in blast design and analysis. The A/E shall perform all calculations, studies, analysis and reports as detailed under the VA Electrical Design Manual, paragraphs 1.10.1, 1.10.21.10.3, and 1.10.4. The A/E shall not consider this as authority for sole source . Calculations will be based on basis of design provided by the A/E and revised during the submittal review process. These studies will be used to update the existing Wiley & Wilson 2016 Electrical Deficiencies Study using SKM Power Tools. A/E is responsible for creating and applying arc flash labels in compliance with NFPA 70E-2018. The A-E will correct all electrical deficiencies within project area as identified by the 2016 Electrical Deficiencies Study, Section 7.4. A CD copy will be provided. Each item listed under item A above will be reviewed during the Schematic, Design Development and Construction and Bid Document stages and evaluated for probable cost. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. The VA will shortlist the firms utilizing the SF330 form and interviews will be conducted with at least 3 firms based on the outcome of the scoring. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW WILL RESULT IN REJECTION OF SF330. Selection criteria will be in accordance with FAR 36.6 and VAAR 852.236.6, which will include minimum the below criteria. The list shows the values for each factor and what the evaluators will use. These scores will then be totaled for a total score. PROFESSIONAL QUALIFICATIONS 15 1. Resume of each team member 2. Designers of record and their discipline 3. Reputation and standing of the firm principal officials with respect to professional performance, general management philosophy. 4. Specific experience and qualification of personnel/team proposed for assignment to the project and their record of working together as a team. 5. Proposed management plan and design development process. 6. Proposed approach to estimating construction costs. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 20 1. Narrative of up to 10 relevant projects completed within the last five years that illustrates overall team experience. 2. General list of healthcare projects in last 5 years by team members. 3. Experience in domiciliary design, renovation, associated logistics. 4. Experience in energy conservation/sustainability. PAST PERFORMANCE 20 1. Specific cost control measures utilized in Factor II submitted projects. 2. Quality control process(es) utilized in Factor II submitted projects. 3. Performance schedules challenges and compliance in Factor II projects. 4. List relevant projects constructed within last 10 years with original budget, final budget, final estimate, construction contract, total change orders 5. Projects demonstrating experience working with Government entities 6. Copy of performance evaluations and owner points of contact. 7. Included evaluations for projects in Factor II.1.&2 above. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL 20 1. Firm's organization and management process for this contract 2. Quality control program for this contract with name of person responsible for QA/QC and person responsible for technical/constructability review (provide examples, checklists). 3. Ability to handle other projects for multiple clients with varying types of project requirements and technical challenges 4. Team's organization for this contract (provide organization chart that identifies overall relationship and lines of authority of the team) CAPACITY 15 1. Available resources to accomplish task orders on time sensitive schedules 2. Process controls proposed for keeping team members on schedule. 3. Describe experience in delivery of projects on a time sensitive schedule 4. Current contracts greater than $20,000 5. Current workload and availability of the team LOCATION 10 1. Geographical location from Martinsburg, WV VA hospital and knowledge of locality LITIGATION AND INSURANCE 10 1. Record of significant claims against the firm and team members MILEAGE RESTRICTION: In accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 250-mile radius, of the Martinsburg VA Medical Center, 510 Butler Ave, Martinsburg, WV 25405. The 250-mile restriction will be verified by using the website www.mapquest.com and verifying the distance from the offeror s location and the VA Martinsburg, WV. Submission Requirements: This acquisition is for A/E Services and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. Firms registering for consideration for future Federal AE projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.00v/orca/login.aspx, and to update at least annually. Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, RPO East Network Contracting Office 5, 510 Butler Avenue, Building 306A, Martinsburg, WV 25405, Attn: Laura Tawzer. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD of Parts 1 and 2 no later than 1:00 pm Eastern Standard Time on February 4, 2020. Hard copies shall be in binders. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by electronic/fax means are NOT permitted. All questions are to be sent to the attention of laura.tawzer@va.gov. Potential contractors must be registered in SAM (www.sam.gov) and visible and certified in VetBiz (www.va.gov/osdbu) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms VetBiz Registry. Offerors shall provide all documents listed and comply with all proposal instructions for their proposal to be considered responsive to this notice. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified. VIP unverified SDVOSBs will be considered non-responsive as it is deficient and therefore will not be evaluated. This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size standard is $8.0 million; and 541330, Size standard is $16.0 million. This is not a request for proposal nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds. The Government is under no obligation to award a contract as a result of this announcement. Contracting Office Address: Department of Veterans Affairs Laura A. Tawzer, CO 613/90C 510 Butler Avenue, Bldg 306A Martinsburg, WV 25405 Laura.Tawzer@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a12b97476cd42b9b5666c0d15e6850d/view)
- Record
- SN05531639-F 20200112/200110230126 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |