Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOURCES SOUGHT

C -- 659-20-101 B21 SPS Scope Room Renovation

Notice Date
1/10/2020 8:01:06 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620R0023
 
Response Due
1/23/2020 8:59:59 PM
 
Archive Date
05/01/2020
 
Point of Contact
Sean Cosbysean.cosby@va.gov
 
E-Mail Address
sean.cosby@va.gov
(sean.cosby@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 659-20-101 B21 SPS Scope Room Renovation at the Salisbury VA Medical Center in Salisbury, North Carolina. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. The magnitude of Construction is between $500,000 and $1,000,000. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before December 3, 2020. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. LOCATION This Project will take place in Building 21 at the Salisbury VA Medical Center, 1601 Brenner Avenue Salisbury, NC 28144. General Scope General: This project will consist of renovating the sterile process services in Endoscopy. Develop preliminary drawings, working drawings, signed and sealed bid documents, and both working and bid specifications to provide new room layouts and process flow for the sterile processing services in Endoscopy. The Project will take place in Building 21, 2nd floor. The impacted areas include Sally Port (2B100), Endo Clean (2B104), Endo Dirty (2B101), Hallway (2A103), Clean Supply (2A102), Clean Utility (2A100B), Equipment Storage (2B133) and Equipment Storage (2B134). The renovation will include the redesign of the spaces to improve the efficiency process for the functions of sterile processing with the Endo equipment. Specifics: The project will take place in Building 21, 2nd floor. This project will renovate 1300 SF related directly to SPS cleaning and storage areas. This project is to renovate the area to help improve flow process efficiency and correct the compliancy issues with the area. The goal is to relocate the Equipment Storage rooms (2B133 and 2B134) to be in direct SPS area for storage and procedural usage. Currently the storage areas are away from the procedural area and outside of the procedural flow for the nurses. Current storage areas will be break room for Endo staff after renovation of SPS. All design will be done according to VA specifications, Design guides, Infection Control guidelines and all applicable codes. The design will be structured so as to require minimum interruption of space function during construction. All work shall meet NFPA / Life Safety Code and comply with all applicable building codes. The work will also comply with all Energy Standards as noted at the end of this document and attached summary PDF VISN6 Energy and Water Requirements for Projects . This will include all Architectural, Structural, Electrical and Mechanical engineering associated with this project. Review and design of existing space to accommodate new air handling units for compliance with new flow process efficiency of the SPS area. Facility design must incorporate new control settings to update the VA campus DDC system to match current programming requirements for the operation of the new layout rooms. Facility design must meet VA TIL requirements first and foremost, followed by requirements laid out in the most recent edition of the FGI guidelines and NFPA. 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. A thorough as-built shall be conducted of the existing site conditions to complete a full detailed set of documents. 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 Salisbury Engineering/Facilities Management Service, Safety and Contracting Officer comments into the final design package. Field verification of existing space and existing utilities servicing the renovated space. Evaluation and design modifications to the existing electrical distribution system servicing the renovated space to provide sufficient power to all new lighting and equipment in the scope of work. Electrical engineer shall perform full space survey of all impacted spaces to document existing electrical items and their locations in each space to ensure coordination with architectural scope, future mechanical chases, if required, as well as ceiling renovations and replacements so that no electrical item is missed during construction. Note obsolete items and sensors located within design area and coordinate with the VA to see if the items should be removed. Electrical engineer shall also be responsible for coordination of existing electrical items located above the ceiling with the new design ductwork routes, and for identifying those conduits, cable tray, junction boxes, etc. that require relocation both on drawings for the contractor and to the VA for advance coordination of outages. Junction box / pull box / cable tray access shall not be obstructed by new HVAC installation. If this condition is encountered, the electrical engineer shall provide design documentation for relocation of the associated items. Evaluation and design modifications to the existing plumbing and fire protection systems servicing the renovated space to provide sufficient water supply and drain lines to all new plumbing fixtures and equipment in the area, as required to accommodate the new scope of work (sanitary drains from roof, modifications to floor drains, make up water or drain coolers as required, etc.). Provide new sprinkler heads in areas within the modifications to existing space layouts to accommodate new layouts where heads are at the end of their service life. Note that sprinkler heads will require modification to maintain accordance with NFPA, especially if new ductwork is over 4 feet wide inside the mechanical room, or if stacked air handling units are provided. Plumbing and fire protection engineer shall also be responsible for coordination of existing plumbing and fire protection items located above the ceiling with the new design ductwork routes, and for identifying those pipes, valves, and other appurtenances that require relocation both on drawings for the contractor and to the VA for advance coordination of outages. Valve and other maintenance access shall not be obstructed by new HVAC installation. If this condition is encountered, the plumbing and fire protection engineer shall provide design documentation for relocation of the associated items. Evaluation and design modifications to the existing structure servicing the locations of new / relocated equipment associated with the scope of work for this project to allow for safe installation of new permanent and temporary HVAC equipment as required for completion of the scope of work. Architectural evaluation and design modifications for all spaces associated with the work as required to accommodate changes necessary for the scope of work. Expected: new ceilings where ceilings must be removed to complete the scope of work, new lighting where ceilings must be removed to complete the scope of work, modifications to existing and new chases as required to accommodate the new scope of work, and modifications to existing door closers / door operators if evaluation during design requires a more automated door opener approach. Architectural coordination with all trades is required to create a seamless, high quality project / built environment. Also required by architect: provisions for detailed phasing drawings and ICRA planning for each phase. Anticipate separate phases for SPS and storage areas. SPS with new storage area to be complete before renovating existing storage area to break room. Note that ICRA planning will require topping off of existing walls where walls around each phase do not go to deck. Walls, temporary or existing must be floor to deck. The architect shall identify those spaces where topping off of walls is required on the construction drawings, as well as document that the contractor is responsible for 1 hour rated full height walls around each construction phase. ICRA planning will also be required for spaces that are impacted above and below the levels of the Pharmacy renovation, if ceiling work below the associated floors is required such as for new plumbing / sanitary floor drains or access into the ceiling spaces below to accommodate any required structural modifications or new HVAC runs to the roof. Evaluation and design modifications (all disciplines) for providing an anteroom for entrance to the lab areas in this scope of work. Design for all new interior finishes that are required to accommodate the scope of work (room modifications paint, patch, floor base; new ceilings; ceiling access panels; etc.), as well as the small architectural modifications laid out in this scope of work. Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 270 calendar days from contract award. Construction will be addressed in phases to allow operations to continue during construction to the extent possible. Phasing will be incorporated as part of the schematic design options presented during the SD submission, due to the high probable cost of the phasing and its impact upon final system design option selections. Phasing must work within budget and allow the VA to continue operations at minimal interference. SPS Storage will be operational while the SPS area is renovated. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. Provide expeditious engineering responses to all design/conflict questions encountered during the construction term. Provide construction period services to review all shop drawings and submittals prior to sending to the VA for final approval. Provide construction period site visits to review progress of construction activities and milestones during construction. Provide final Record Drawings (pdf and AutoCAD) which will be developed based on construction period site visits, RFI s, submittal responses, and As-Built drawings from the contractor within 30 calendar days after completion of construction. 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 7610 space criteria and PG18-9 Space Planning Criteria, and PG-18-12 Design Guides. Services Provide Professional Architect/Engineer (A/E) and healthcare planning services to include but not limited to: Site investigation architectural, structural, electrical, plumbing, and mechanical including HVAC and control replacement, electrical, and site modifications. Prior request for notice to inspect must be coordinated and scheduled for times and dates. Connections to existing utilities must be fully investigated to ensure that the existing utilities can support the load of the new connection during design. Contract drawings and specifications for construction. Cost Estimates that include attention to phasing and ICRA as well as all other items associated with design. Construction period services - review of submissions, provide recommendations and estimates regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings; A/E will respond within a two-hour period when requested. Provide File Transfer system for use throughout duration of project. Site must be in place within 30 days of contract award. Site must remain open until final construction contract is complete. This site is intended for AE, VA, and contractor use. Site must be compatible to transfer large files of types AutoCAD 2013, all Microsoft Office 2013 programs (Word, Excel, Project), and pdf files. Site must meet VA OIT rules when transferring the files which will provide encryption during the transfer. Note: Due to requirements of certain construction submittals (i.e. finishes, profiles, shop drawings, etc.), these must be delivered to COR. Any hand delivered submittals must also have a backup copy of the cover sheet on A/E FT Site. A/E FT site must be secure (password protected), user friendly for uploading and downloading of files, and organized for easy file retrieval by the VA COR, Contracting Officer (CO), and contractors. Site must be organized with folders indicating each level of submission as outlined in this scope of work and corresponding required files. Must also submit hard copies to the VA for Design Review Drawings, Specifications, and Construction Documents. Comply with VHA Safety & Fire Protection Program to have drawings and specification submittals reviewed by VA at 65% and 95% submissions. Review based on VA standards, codes and regulations. Provide responses back to the VA fire review comments to verify that the comments have been reflected in the project drawings. Bid documents will be re-reviewed to ensure compliance with VA fire review comments. Items that have not been picked up with require changes to the Bid Documents until all review items have been addressed. Comply with VA Green Energy Management System (GEMS) program as per specifications. Comply with VA Design Guides, FGI Guidelines, ISO codes, and applicable codes as outlined in the VA Design Guides (most recent versions of all of the codes) Infection Control Risk Assessment: The AE shall work with the VA Infection Prevention and Control staff to determine required infection risk assessment levels and shall incorporate VA IPC recommendations into project ICRA drawings. Project scheduling and phasing. Phasing drawings shall also have provisions for safety and fire protection measures to be taken during construction. These measures are to be fully developed through coordination with VA Safety Department. Include in design documents to update the Fire Alarm Workstation to reflect the as-built location of all fire alarm devices as well as to reflect the as-built project floor plans.� This update shall include all updates to points, lists, tables, and graphics.� All fire alarm devices shall be operable from the updated graphic screens as well as from the device list in a manner similar to all existing devices. COR to provide location at design. Additionally, include in design documents to update the VA campus DDC system to reflect the as-built location of all HVAC and domestic water control devices associated with the project as well as to reflect the as-built project floor plans. This update shall include all updates to points, lists, tables, and graphics and shall include the removal of items demolished under the construction project. All HVAC and domestic water devices shall be operable from the updated graphic screens as well as from the device list in a manner similar to all existing devices. Completion Time for Design: 270 Calendar Days for Design The Magnitude of construction project: Between $500,000 and 1,000,000. Location: Salisbury VA Medical Center Salisbury, NC 28144 SUBMISSION REQUIREMENTS Interested parties are encouraged to provide the following capability information to the Contracting Officer, Sean Cosby via email sean.cosby@va.gov by 1530 on January 23, 2020. Tax ID Number The e-mail address and phone number of the primary point of contact Copy of current SAM record DUNS number Copy of VIP showing verified status SDVOSB THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c29ea8004f924560804e5f99a879a511/view)
 
Place of Performance
Address: W.G. Bill Hefner Veterans Affairs Medical Center;1601 Brenner Ave;Salisbury, NC 28144
Zip Code: 28144
 
Record
SN05532186-F 20200112/200110230130 (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 |
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.