The RFP Database
New business relationships start here

460-19-4-5332-0027 - Renovate 1 East - #460-19-003


Delaware, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

ACQUISITION INFORMATION:
The Wilmington Department of Veterans Affairs Medical Center, located at 1601 Kirkwood Highway, is seeking professional Architect and Engineering (A&E) services for Project No. 460-19-003, Renovate 1 East.

This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS.

Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement.


Wilmington, DE VA Medical Center
Wilmington, DE 19805


A/E SCOPE OF WORK

For


Renovate 1 East
Project No. 460-19-003

Construction Magnitude:
$2,000,000 - $5,000,000
Bid Documents/Final Report Ready By:
180 days after NTP


-- Services --
Provide:
Professional A/E and healthcare planning services to include but not limited to:
Site investigation architectural, structural, mechanical, electrical, and environmental services.
Contract drawings and specifications for construction.
3rd Party Cost Estimates
Construction period services - review of submissions, provide recommendations 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 on site within a two-hour period when requested.
Infection Control Risk Assessment
Meet all of the requirements as outlined in VA Program Guide PG-18-15 (Volume C), A/E Submission Instructions for Minor and NRM Construction Program. Reference at http://www.cfm.va.gov

-- Project Scope --
GENERAL:
This project is located within the Wilmington VA Medical Center. It involves all design work and phasing to:
Completely renovate the clouded area of drawing WL-01-01AR located on the 1st floor of Building 1 at the Wilmington VA Medical Center. For preliminary estimation assume 7,500 square feet.
SPECIFICS:
The area to be renovated is currently a combination of phlebotomy, waiting room, outpatient exams, check-in areas, and administrative offices. These spaces will be vacated prior to construction. Following renovation, the area will be occupied by the dialysis clinic, currently located on the 5th floor East wing. Space to include dialysis treatment area and contact isolation rooms (assume up to 20 chairs), centralized nurse station, check-in, waiting, water treatment room, medication room, soiled utility, sterile storage, supply rooms, biomedical equipment work room, space to hook up portable RO machines, patient education room, administrative space for VA staff, and all other spaces required to outfit a fully functional dialysis clinic in accordance with VA design guide specifications.
Project includes in-fill of dumb waiters 7&8 in room 1078, renovation of toilet rooms 1014 and 1015.
This project is to be a complete renovation of the area to include abatement of all hazardous materials and demolition of all existing utilities and architectural features to the outer cladding of the building. Design may include areas existential to the footprint for mechanical and service systems.
Demolition of the existing building includes, but is not limited to the removal of all finishes, fixtures, interior walls (to include backup wall/inner wythe of the external wall), floors (to the slab and penetrations), ceilings (to the upper floor slab and penetrations), lighting, electrical distribution, HVAC equipment, medical gas systems, fire/alarm systems, IT systems (to include BMS) and plumbing.
Window replacement has recently been completed under a separate project. A/E to evaluate existing windows and retain/salvage as appropriate.
The Hospital services will remain unchanged throughout construction. A/E will be responsible for appropriate phasing of the project to minimize impact to adjacent clinics, permit safe passage and circulation, and minimize infection control requirements.
A/E to work closely with the end user and VA facilities staff to develop an efficient and functional space within VA guidelines.
The architectural / interior design is to be closely coordinated with the VA Interior Designer.
A/E to design and show all infection control / dust prevention measures required.
A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic.
A/E to provide necessary literature on new technology or installation methods when required, e.g. pipe freezing, etc.. A/E will conduct investigations to ensure recommended methods are compatible within building.
OTHER SPECIFICS:
A/E to include deduct alternates in the contract documents to account for a minimum of 20% of project estimate.
A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the equipment identified for replacement.
Identify and correct fire and life safety deficiencies by site inspections. The consultant shall address these items as required to correct deficient items. Evaluate all doors and hardware throughout the project for compliance with life safety code NFPA 101. Identify and correct improperly filled firewall penetrations. All areas in this building are fully sprinkled. This note applies to areas considered under this specific project only, not the Medical Facility as a whole.
Construction Waste Management, Specification 01 74 19 is to be included.
Fire Safety Peer Review. A/E shall contract an independent Fire and Life Safety Engineer to conduct a fire and life safety peer review of the project at the 75% design phase for compliance with code and VA Design Manuals. The contracted Fire and Safety Engineer will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting. A/E shall incorporate all required changes into the design at no additional fee to the VA.
All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications.


-- Site Investigations --
EXPECTATION: A/E will make site visits as necessary to survey existing conditions.
Make site visits as required to determine existing as-built conditions affecting this project.
Provide any structural, architectural, electrical, and mechanical investigative work including exterior site work, of both existing and designed systems necessary to insure the accuracy of the design.
Prepare any measured drawings of existing systems of facility required to insure the accuracy of the design.
Provide a CIH to evaluate the impacted building areas for asbestos. Wilmington VA has an asbestos survey which will need to be verified.
Provide a CIH to evaluate the impacted building areas for lead based paint. Exterior window frames have not been tested for lead based paint, but exterior doors have and several did test positive.
NOTE: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov. AutoCAD background drawings will be provided by the VA upon request.
The A/E shall field verify all dimensions. A/E shall field verify every aspect that relates to the project. Coordinate site visits with the Project Engineer.
-- Sustainable Design and Energy Reduction --
EXPECTATION: All designs shall be in accordance sustainable design and energy reduction.
Federal Mandates require all Federal government construction projects to comply with sustainability and energy reduction requirements.B To this end, the VA is committed to the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings.
The U.S. Green Building Council s (USGBC) Leadership in Energy and Environmental Design (LEEDR) rating system provides a well known industry framework to achieve the Federal Mandates.B
After complying with all the credits to achieve the Federal Mandates, this project should be able to achieve LEED Silver status with minimum extra effort and cost.B
In the event the project design cannot achieve LEED status, Life-cycle costing should be used to determine viable energy reduction goals, as scope and budget permit.B Where the Mandates are not achievable, written justification must be provided.B
Firms that are selected to design VA projects should already have demonstrated their sustainable design capabilities through the VA selection process.B They will find the criteria and procedures in the VA s Sustainable Design and Energy Reduction Manual a baseline for developing the design according to the unique conditions that each project represents.
-- Environmental/Occupational Safety and Health (EOSH) --
EXPECTATION: All projects and project designs shall contain language that addresses all applicable EOSH requirements.
Regulatory Compliance EOSH requirements for work performed at the above location can be found in:
Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry
Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry
Volume 40 of the Code of Federal Regulations Protection of The Environment
Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials
Title 7 of the Delaware Code Conservation
Title 16 of the Delaware Code Health and Safety
Specifications
The VA Master Construction Specifications contain work procedures and material requirements
designed to meet regulatory compliance requirements.B Whenever possible, the Master Construction Specifications must be used as the basis for project designs.
A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov.B Specifications which address EOSH requirements include, but are not limited to, the following:
SECTION 01 00 00 General Requirements
SECTION 01 57 19 Temporary Environmental ControlsB
SECTION 01 74 19 Construction Waste Management
SECTION 02 82 11 Traditional Asbestos Abatement
SECTION 02 82 13.13 Glovebag Asbestos Abatement
SECTION 02 82 13.19 Asbestos Floor Tile and Mastic Abatement
SECTION 02 82 13.31 Asbestos Transite Abatement
SECTION 02 82 13.41 Asbestos Abatement for Total Demolition Project
SECTION 02 83 33.13 Lead-Based Paint Removal and Disposal
-- Design Review Schedule --
EXPECTATION: Submit review packages so they are received on the noted day.
SUBMISSIONS:
Submit review packages so they are received on the noted day (calendar days after NTP) or earlier:
Notice to Proceed
Day 0
(0 days)
Initial Meeting with Stakeholders
Day 7
(0 days)
Schematic Design Submission with layout options
Day 28
(21 days)
VA provide comments on SD and Proceed to 25%
Day 35
(7 days)
Design Development Document Submission (25%)
Day 65
(30 days)
PDT Review Meeting (25%)
Day 72
(7 days)
Design Development Document Submission (75%)
Day 102
(30 days)
PDT Review Meeting (75%)
Day 109
(7 days)
Design Development Document Submission (100%)
Day 130
(21 days)
PDT Review Meeting (100%)
Day 137
(7 days)
Contract Documents Submission (Final)
Day 151
(14 days)
Note: The issue of the NTP will be the first PDT Meeting. A/E will be required to attend and take minutes of each Project Design Team (PDT) Meeting. Minutes will be submitted electronically to the Project Manager and Contracting Officer within three calendar days of each meeting.

-- Specification Requirements --
EXPECTATION: It is the expectation of the VAMC that construction specifications will be accurate, detailed and grammatical. All specifications shall be reviewed by the A/E, prior to submission, for:
Spec sections shall not be referenced and not included. The spec section must either be added or the reference deleted.
The article numbers for General Requirements articles must be validated and consistent throughout construction documents. (i.e., Article 1.8 Infection Prevention Measures may be called 1.7 Infection Prevention Measures or the referenced article is missing from the General Requirements entirely.)
Incomplete editing (i.e., // marks or [B ] brackets).B Any missing information needs to be inserted and/or the editing marks deleted.
Spec Writer Notes must be deleted from the final document.
Paragraph must be numbered with consistent format and sequentially.
Spec sections shall be numbered using the current format of 22 05 12 rather than 220512.
The Joint Commission (TJC) is the correct name for this organization. It is no longer called The Joint Commission on Accreditation of Healthcare Organizations (JCAHO).
Spec section titles shall be validated against the VA Master Specs and shall match the list of specs in the Table of Contents.
The contractor shall be referred to consistently throughout the specifications. (i.e., Contractor, General Contractor, Prime Contractor shall not be used to refer to the same individual or company. This must be consistent.)
The COTR shall be referred to consistently throughout the specifications. (i.e., COTR, RE, COTR, COR, shall not be used to refer to the same individual. This must be consistent.)
Acronyms shall be spelled out in full followed by the acronym in parentheses the first time it is used.B The acronym may be used thereafter.
Guarantee Period Services (GPS) If GPS are included, it is limited to those sections pre-approved for GPS in IL 049-05-9 dated 4-4-05 (unless the COTR obtains approval from Office of Construction and Facilities Mgt.) and limited to one year of GPS unless it is a CASCA (no year) funded project.B B If GPS is included, there should be bid item(s) for GPS which are NOT ALTERNATES, and the bid item(s) must be included in the General Requirements under 1.2, Statement of Bid Items.
Brand Name Only:
Must be justified by the spec writer & approved by the CO if under $500K and approved by the HCA if over $500K.B (Justification & Approval must be posted along with the solicitation.)B Justification must include a description setting forth those salient physical, functional, or other characteristics of the referenced product which are essential to the minimum needs of the Govt.
Brand Name or Equal: (It is often difficult to tell whether a product specified is brand name or equal or brand name only, especially if the spec says the product is the basis of design and does not include or equal after the brand name).
Or Equal must follow the brand name.
Solicitation should list all the known acceptable brand name products.
Must include a description in the solicitation setting forth the salient physical, functional, or other characteristics of the referenced products which are essential to the minimum needs of the Government.
The spec writer must provide a justification to the CO for use of brand name only.

-- Design Requirements/Submissions --
EXPECTATION: Submit complete review package in accordance with the following requirements and guidelines outlined in http://www.cfm.va.gov. Please pay specific attention to the schematic, design and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E may elect to delete individual submissions where they are not required (i.e. Do not address Site Development, Landscaping for interior renovation projects)
DELIVER:
All design packages directly to the Project Engineer on the established dates to allow the VA to review. A transmittal letter is required to go to the Contracting Officer on the same day as delivery. Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C May 2006. The manual is available at the following address: http://www.cfm.va.gov
Schematic Design Submission: Submission Requirements
Provide electronic copy (pdf) of proposed floor plan layouts based on input obtained from initial meetings with stakeholders.
Minimum of 2 proposed layouts is required.
Floor plans should include identification of all spaces required for the program.
Intent is to assess A/E understanding of program requirements and process flow and permit VA to provide feedback on layout prior to proceeding to 25% documents.
25% Design Development Submission: Attachment A 25% Submission Requirements
Checklist of Requirements for the 25% Design Development Submission.
Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (25% Design Development)
Identify Working Drawings scope within construction budget
Identify impact of existing asbestos
Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code.
Identify all design calculations
Identify all existing utilities and utility requirements
Identify all potential bid deduct alternatives
Identify all phasing requirements for construction to minimize impact on medical center operations
Design all finishes, required submittals
75% Design Development Submission: Attachment B 75% Submission Requirements
Checklist of Requirements for the 75% Design Development Submission.
Address all comments from the 25% review.
Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (75% Design Development)
Identify Working Drawings scope within construction budget.
Finalize impact of existing asbestos
Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code.
Identify all design calculations
Identify all existing utilities and utility requirements
Identify all potential bid deduct alternatives
Identify all phasing requirements for construction to minimize impact on medical center operations
Design all finishes, required submittals
Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process.
Present energy modeling and financial impacts using various types of windows for consideration.
Develop Infection Control Risk Assessment (VA EC-43)
A/E shall utilize the services of the Network 4 Fire and Safety Consulting firm to conduct a fire and life safety peer review of the project. The A/E shall provide the Project Engineer with a complete copy of the 75% documents for submission to the consulting firm. The designated firm will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting.
100% Design Development Submission: Attachment C 100% Submission Requirements
Checklist of Requirements for the 100% Design Development Submission.
Address all comments from the 75% review.
Design all finishes, required submittals
Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process.
Revise and update cost estimate
Preparation of project scope for advertisement and account for any bid deduct alternatives developed in the 75% design submission
Finalize all design calculations
Finalize all potential bid deduct alternatives
Finalize all phasing requirements for construction
Finalize Infection Control Risk Assessment (VA EC-43)
Address all comments from the VISN Safety and Fire Protection Review
Contract Documents (CD) Submission: Attachment D Submission Requirements
Submit a complete document set of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA.

-- Construction Period Services --
PROVIDE:
Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, supported by written recommendations of any problems or litigation encountered in past based on first-hand knowledge.
Review all material submittals, shop drawings, test reports, etc and provide recommendations to the VA within five calendar days upon request.
Review and provide replies to contractor generated RFI s when required by the project manager within five days.
Review contractor's cost estimates and provide recommendations to the VA.
A/E shall provide prompt response when contacted by the COTR to review and provide analysis of change orders and costs.
Make site visits on requests of the VA and prepare written reports to include agreed upon changes in design as determined necessary during the construction. Visits made based on errors and omissions in design will be at no cost to the VA. A/E shall provide a total of twenty (20) site visits as a minimum. (Please include a price for additional site visits should they be desired by the COR).
Participate in partial and/or final acceptance inspections as scheduled and generate punch list items for completion. The punchlist shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.)
Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction. Transpose contractor s as-built drawings to AutoCAD and provide a set of updated as-built drawings on CD within 30 days to the Project Engineer.

ATTACHMENT A
Deliver the following (labeled with 25% Design Development Document Submission) and include this attachment as a checklist with your submission:
25% Design Development Submission Requirements
3 copies of a narrative report forwarding the design development 25% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F and F1.
3 sets of all drawings updating all previous comments required by project, produced on AutoCAD 2007 software.
2 copies of updated itemized cost estimate by spec section and trade (labor, material and equipment)
2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.
1 copy of drawings in AutoCAD 2010 and .pdf format and specifications in Microsoft Word 2007 on (CD)

ATTACHMENT B
Deliver the following (labeled with 75% Design Development Document Submission) and include this attachment as a checklist with your submission:
75% Design Development Submission Requirements
3 copies of a narrative report forwarding the design development 25% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall contain sample catalog cut sheets of new equipment to be installed in the design. Report shall include energy modeling reports with financial impacts of various window types. Shall include IH Report - Task 1 as per Attachment F.
3 sets of all drawings updating all previous comments required by project produced on AutoCAD 2007 software.
2 copies of updated itemized cost estimate by spec section and trade (labor, material and equipment).
2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.
3 copies of Infection Control Risk Assessment.
1 additional copy each of the custom edited VA Master Specifications and drawings as specified above are to be delivered to a third party fire and life safety firm on the same dates as delivered to the Project Manager. A letter of transmittal signifying delivery will be forwarded to the Project Manager. A/E shall utilize the services of the Network 4 Fire and Safety Engineer, to conduct a fire and life safety peer review of the project throughout the design. Comments resulted from the peer review shall be incorporated into the design at no additional cost.
1 copy of drawings in AutoCAD 2010 and .pdf format and specifications in Microsoft Word 2007 on (CD)

ATTACHMENT C
Deliver the following (labeled with 100% Design Development Documents Submission) and include this attachment as a checklist with your submission:
100% Design Development Submission Requirements
3 copies of a narrative report forwarding the design development 75% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F.
3 sets of all drawings updating all previous comments required by project produced on AutoCAD 2007 software.
2 copies of updated itemized cost estimate by spec section and trade (labor, material and equipment).
2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.
3 copies of the Infection Control Risk Assessment.
1 copy of drawings in AutoCAD 2010 and .pdf format and specifications in Microsoft Word 2007 on (CD)

ATTACHMENT D
EXPECTATION: Submit complete bid document for final review prior to solicitation. Continue to submit bid documents until all changes are incorporated by the A/E for final signature prior to solicitation. Upon approval duplicate copies as required.
Deliver the following (labeled with Contract Documents Submission) and include this attachment as a checklist with your submission:
Contract Document Submission Requirements
1 copy of the Cover Sheet (AutoCAD) for final VA signatures.
3 sets of all drawings updating all previous comments required by project, produced on AutoCAD 2007 software for final VA review. If approved, final sets to be submitted with signed off cover sheet.
3 copies of final project specification (two bound; one loose) prepared in Microsoft Word 2003 software. Include a master submittal list in the specifications.
2 CDs containing
All drawings in AutoCAD 2010 and in .pdf file
All specifications in Microsoft Word 2003
Submittal Spreadsheet identifying all the submittals required to be submitted by the contractor for review. The list shall be organized by division and specification.
Upon signature approval, provide five sets of final Contract Documents (complete with VA signed Cover Sheet). Provide two B= size sets of final drawings.

ATTACHMENT E

A/E SPECIFICATIONS
VA MEDICAL CENTER
WILMINGTON, DE

DEPARTMENT OF VETERANS AFFAIRS
A/E REGULATIONS ASBESTOS ABATEMENT
The A/E shall hire a Certified Industrial Hygienist (CIH) Consultant to assist in the assessment and design for asbestos abatement.
The CIH shall meet the following minimum qualifications:
Be certified by the American Board of Industrial Hygienists in Industrial Hygiene-Comprehensive.
Have asbestos abatement experience in assessment, design, abatement, construction monitoring and decontamination clearance.
His office to be as close as possible to the project location, so that he will be available to the COTR during construction on an on-call basis with a response time of one day.
Will have support staff and back-up capacity to provide adequate level of support to the COTR throughout construction.
The scope of work for the A/E with his CIH consultant is as follows:
Preliminary (25%) Design
Task 1: Review building records and interview station personnel for detection of trade name material used for the construction of the buildings, which are known to contain asbestos. Perform a visual inspection of the areas impacted and develop a sampling strategy that will yield statistically viable conclusions on extent of asbestos present. Perform this task at the first preliminary submittal and notify VA on results at 100% submission.
Final (75 and 100% Reviews) Design
Task 2: Collect bulk suspected asbestos samples and utilize the services of a testing lab accredited by the American Industrial Hygienists Association.
Upon receiving the results determine adequacy for an assessment report. Any samples requiring further clarification, utilizing scanning electron microscopy (SEM), need to be contracted to a qualified laboratory for sample analysis. If additional samples are required, take such samples at this stage so that the maximum detection of asbestos can be achieved. This service (bulk sampling) will be at no cost.
Task 3: Prepare an exposure assessment report on only the impacted areas of the modification project. Include the following information:
Describe the impacted areas by sketches, room names or other means. Show or describe the location of each sample taken, its composition and identification number.
Classify each impacted space as Major Abatement Minor Abatement or No Abatement areas. A Major Abatement area requires full protective measures (sealing off, change room, shower room, etc.), and all asbestos must be removed within the limits of the area. A Minor Abatement area can be decontaminated with one or more applications of the glove and bag approach. A No Abatement area requires no abatement work.
For each Major Abatement area, provide quantity and cost estimates of all asbestos within the limits of the area. Quantities to be in linear feet of pipe and square feet of ceilings and walls. The cost to be derived from the quantities multiplied by a unit price.
For each Minor Abatement area, provide the description, size and location of each element to be decontaminated and a cost estimate.
Provide summary of the square feet of floor space for all abatement areas, the total linear and square feet of asbestos to be abated, the total cost of abatement and a preliminary schedule of completion. Include in the cost estimate any cost for decontamination.
Provide an assessment on the impact of abatement on building sub-systems such as ceilings, lights, walls, carpets, pipes and equipment. Provide room-by-room description and estimated quantities of impacted items to be placed (number of lighting fixtures, square feet of ceiling, etc.) and a summary of these quantities. Provide a cost estimate for all impacted items.
Provide a cover statement signed by both the A/E and the CIH consultant. The statement shall be in accordance with the Sample Cover Statement provided by the VA, as part of the A/E package.
Submit the report at the 75% Design Review Submission.
Task 4: Prepare drawings and specifications for the asbestos abatement work reflecting the assessment report. The drawings shall be separately identified from the rest of the drawings, be 1/8 scale plans and shall provide as a minimum the following information.
For each Major Abatement area show the limits of sealing off, the location and quantities of asbestos material, the arrangements for auxiliary rooms, such as change room, shower room, etc., transportation to the loading platform.
For each Minor Abatement area show on plans the exact location type and length of pipe element to be abated by the glove and bag approach and any other abatement features.
Provide details, sections, notes and any other information that are necessary for complete bid documents.
Prepare project specifications by editing and modifying the VA master specifications on asbestos abatement.
Provide the drawings and specifications for the restoration of the impacted building sub-systems as an integral part of the overall project design. Provide for replacing of removed asbestos insulation with acceptable non-asbestos insulation, replacing contaminated carpets, replacing old contaminated light fixtures and replacing partially torn down plaster ceilings.
The submittals of the working drawings for abatement shall coincide with the submittals for the working drawings of the modification project.
Provide an integrated phasing showing how the abatement and the general modification work will be executed. Provide some reasonable cushion between each abatement phase and the following general construction phase to allow for unforeseen delays in abatement completion.
Task 5: Assist VA to determine whether the abatement sub-contractor meets qualification requirements.
Excluded from the scope of work (to be completed by others):
Provide onsite continuous monitoring during construction of the performance of the abatement sub-contractor. Check and approve the set-up for each Major Abatement area, check the standard operating procedure of the abatement contractor, continuously monitor air contamination inspections to ensure compliance with specifications and drawings, and monitor access/egress into containment areas. Determine abatement of asbestos discovered during construction and advise the COTR on time and cost for such abatement.
Perform the final inspection and testing at the end of the abatement work on the area and if the results are satisfactory, release the space to the general contractor for general work.
At the end of all abatement work, a compliance certificate signed by both the CIH and the A/E shall be issued. The compliance certificate shall be in accordance with the Sample Certificate provided by the VA in the A/E package.

ATTACHMENT E-1

A/E SPECIFICATIONS
VA MEDICAL CENTER
WILMINGTON, DE 19805

COVER STATEMENT FOR ASBESTOS ASSESSMENT REPORT

The enclosed Asbestos Assessment Report for has been prepared, as part of Project # and covers the following buildings . I certify that I have surveyed each of the buildings or areas in my contract, have interviewed station personnel and have supervised technicians for the examination of available records related to the buildings.
Based on the information gathered through the above activities and on the expected extent of the renovation as explained to me by of the A/E firm on this project, I have devised a sampling plan and I have supervised the trained Industrial Hygiene Technicians during the collection of the samples.
I have selected a qualified analytical laboratory for the analysis of the samples and I have evaluated the sampling results to ensure that statistically viable results on asbestos hazards were available for all buildings involved.
Bases on the above information, I have prepared the attached Asbestos Hazard Assessment Report. This report reflects the best-known abatement technology, the Asbestos Management Policy for the Department of Veterans Affairs Construction Projects and all applicable regulations. An abatement design, which will be prepared by a qualified abatement contractor, will achieve the desired decontamination of the impacted areas and minimize exposure of people and the environment.


(C. I. H. NAME, CERTIFICATION NO. & STATE CERTIFIED IN)





























The selected A/E firm shall adhere to the following guidelines:

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 and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents.
Estimates should include an appropriate percentage for overhead and profit.

Evaluation Criteria: The A&E selection criteria for this acquisition are listed below:

EVALUATION FACTORS WEIGHT
I - TEAM PROPOSED FOR THIS PROJECT 30
Background of the personnel
1. Project Manager
2. Other key personnel
3. Consultants
II - PROPOSED MANAGEMENT PLAN 15
Team organization
1. Design Phase
2. Construction Phase
III- PREVIOUS EXPERIENCE OF PROPOSED TEAM 30
Project Experience
1. VA project experience
2. Site investigation experience
3. Design of Dialysis Space
4. Programming/Phasing renovation in existing Healthcare Space"
IV - AE RESPONSE TIME 10
1. Prime firm
2. Consultants
V - PROPOSED DESIGN APPROACH FOR THIS PROJECT 15
1. Proposed design philosophy
2. Anticipated problems and potential solutions
TOTALS 100

Contract Award Procedure:

Interested A&E firms shall submit two (2) copies of the SF330 (8/2016 Edition) and a CD to the address below with the appropriate documentation. A&E Firms should also e-mail a PDF SF330 document to Maureen Long at Maureen.Long2@va.gov
Maureen Long, Contract Specialist (460/90C)
Contracting Office, Rm 116
Wilmington VA Medical Center
20 Montchanin Rd.
Greenville, DE 19807
by 3:00 PM, EST, April 29, 2019. A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services require may be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15.0M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY19 funding. The construction magnitude is between $2,000,000 and $5,000,000.

Maureen Long
E-mail: Maureen.Long2@va.gov
Phone: (302) 994-2511 x7573

Maureen.Long2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP