The RFP Database
New business relationships start here

526-17-105 Building 16 Alteration


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

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 Number 526-17-105 Building 16 Alteration for Life Safety. This Project will design a complete and fully functional Building 16 office and apartment spaces at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $15 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. 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 31, 2017. 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. NOTE - Offerors are referred to VAAR Clause 852.219-10(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns . In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc).

LOCATION
This Project will design a complete and fully functional Building 16 office and apartment spaces at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

SCOPE OF SERVICE REQUIRED
Project Number 526-17-105 Building 16 Alteration for Life Safety
A/E will supply all labor, materials and services to include but is not limited to Architectural Specifications, electrical, plumbing, mechanical, clinical, structural, Value Engineering, progress phasing scheduling and estimating as well as other design considerations, to design for a complete and fully functional Bldg. 16 office and apartment spaces. Design will include but is not limited to the following:



Basement

Design entire space for apartment spaces.
Include individual bedrooms, bathrooms and 2 shared kitchens per side.
Every room should have its own bathroom if possible..
Build around all structural walls and/or columns. Build as high ceiling as possible taking into account the steel beams and other utilities.
Remove all the garages and make living space.
Remove any piping or conduit that gets in the way of a consistent ceiling height throughout and provide system to conceal utilities in area
Remove all garage doors build new CMU and brick walls and provide windows to match the type, color and style as the rest of the Bldg.
Remove all steam condensate lines and radiators even under floors as necessary.

B) 1st, 2nd and 3rd Floors

Renovate 1st, 2nd and 3rd floors of Building 16.
Configure all floor spaces around elevator and stairwell entrance.
Replace finishes on 1st and 2nd floors only except for portions that have to be reconfigured around the elevator and stairwell.
Utilize existing bathroom locations as much as possible for 3rd floor but full renovate bathroom with new finishes.
Provide new kitchen or kitchens in basement.
For the 3rd floor, renovate for one large conference room, bathroom, executive office suite with reception, Directors, clerical space and Deputy Director Offices and administration support.


C) Asbestos and Lead Abatement

Conduct as Asbestos and Lead survey to determine where the lead and asbestos is and how much abatement is needed during renovation and installations in the project.
Mark all areas and clearly define where the hazardous materials are locationed and an infection control measure for abating it.
Provide air monitoring services during construction to make sure the contractor is abating all material properly.
Conduct mold survey only if VA has not done their own survey. Design for remediation in areas of construction if VA or survey done by A/e is positive for mold.

D) Electrical

Determine the current available source of the Building versus what will be required for the new electrical demand. Design for new service if not adequate.
Remove all old electrical panels in the basement corridor and corresponding wiring to nearest junction box.
Remove any electrical conduit and reinstall in it obstructs any needed ceiling heights or other design needs.
Provide all electrical requirements for additional offices, copy rooms, conference rooms, kitchens, bathrooms, etc.
Design for and additional loads to be added to the life safety, critical or essential equipment branch panels as per the NEC and VA electrical design manuals.
Provide all electrical outdoor and/or indoor lighting for the new stairwell depending on design option.
Provide all new electrical requirements for the new elevator shaft, cab, controls and motors.
Electrical requirements for the new HVAC system and/or systems.

E) HVAC

Current HVAC system on the roof is not functioning. Existing Unit on the roof to be removed and new unit or units to be installed.
Provide solution to provide adequate air to all newly renovated spaces. If the basement cannot be feed with roof top HVAC unit due to structural beams, design for alternate system.
Remove all ductwork associated with old unit.
All our HVAC to connect to our standard Johnson Control System.


F) Plumbing

Remove or reroute all piping as possible obstructing ceiling heights or as required for a fully functional design.
Install new bathrooms in basement.
Utilize at least one bathroom layout at 3rd floor. Demolish existing bathrooms in full. Provide new finishes and provide new plumbing fixtures.
Remove all steam condensate lines and radiators at basement.
Provide new cleanouts, valves, etc as needed for future maintenance considerations.
Provide plumbing requirements to new kitchens.

G) Fire Sprinklers

Make all new renovated spaces fully sprinklered.
Currently 1st and 2nd floor have sprinkler heads.
Expand sprinkler system to basement and 3rd floors.
Provide sprinklers to all areas as per Life Safety code.
Provide Hydraulic calculations and determine if extra water pressure is needed.
Sprinklers are to be star pendant, FM, QR rated, UL listed.

H) Fire Alarm & Life Safety Panel

Expand existing simplex fire alarm panel system smoke detectors and fire strobes to all areas of the building as required under the Life safety code.
Simplex to do all final terminations and programming to Fire alarm system.

I) Information Technology

Provide all IT requirements for all new offices for new computers and telephone needs.
Run all wiring and conduits for all IT needs. In house IT will do all final patch in at the closets.
Separate any new IT and electrical closets with separate entrances.

J) Elevator

Install elevator in Bldg. to connect to basement, 1st, 2nd and 3rd floors.
Configure space layout on each floor around elevator entrance openings.
Determine if it is more feasible to install shaft within Bldg. or create an extension in the outer part of the Building as per older design from 2009.
Design for all shaft, cab, motor and elevator control requirements.
Provide new motor room on the roof.
Cut into the brick and connect to each floor layout.
Elevator cab to be ADA compliant.
On 1st floor level ADA ramp is to connect to elevator entrance.
Enclose shaft with CMU walls and matching brick of exterior.
Weatherproof extension. Provide new roofing, gutters and downspouts.

Fire Stairwell

Create decorative option for fire Escape stairwell extension to Bldg. connecting to 2nd and 3rd floors.
Create entrance opening in each floor. Configure space layout on each floor around stairwell entrance openings.
Stairwell to be enclosed with CMU walls and matching brickwork to Bldg.
Provide all waterproofing, roofing, gutters, downspouts, etc for new extension.
Provide all necessary lighting. Connect some lights to Life safety branch as necessary.
Provide all matching windows for extension.
Look into alternate solution to meet Life Safety Code for secondary means of escape and egress for offices such as non-enclosed stairwell to connect to building structure directly to save money and time if there are budget problems.

Waterproofing & Roofing

Design for roofing flashing around new HVAC unit or units on roof.
Utilize current roofing system not to void existing warranties.
Design for roofing transitions into new extensions for elevator and fire stairwell extensions.
Correct existing leaking issues into brick work throughout building.
Repoint bricks where necessary.
Provide waterproofing coat throughout building and provide proper scupper and downspout systems throughout the building to minimize water going down bricks.
Existing basement has constant leakage in pit at mechanical room at basement. Determine solution to solve this.

Structural

Determine all structural considerations for new NVAC units, elevators, stairwell, non-enclosed fire stairwell, etc.

General

Phase out projects into separate phases as possible.
Fire proofing for all beams and studs.
Correction of life safety deficiencies in space regarding existing junction boxes and conduits that is not supported, open knocks outs, open junction boxes.

Exterior

Demolish existing ramp and railing and create ADA ramp at same location existing ADA ramp is located.
ADA ramp to connect to entrance opening of new elevator in front of building or to side entrance of Building if elevator is designed to go inside Bldg.
Ramp is to have new rail installed in sleeves filled with epoxy.
Rail to match type and color of rail at front main entrance of Bldg. 16.
Design for redoing all concrete sidewalks interconnecting to new ramp that will be damaged once existing rail is demolished.
Provide all landscaping around property.
Provide new canopies for all new entrances to match other adjacent canopies.



P) All design to be done as per VA specifications, NFPA 99, 101, NEC, VA design manuals, ANSI/TIA and BICSI standards.
Q) Coordinate all construction with Project Engineer prior to start of work.
R) All penetrations made during installation around wiring, conduits, junction boxes, pull boxes, pipes, etc must be sealed with Fire Sealant Caulking and/or materials. Hilti fire sealant is hospital standard.
S) Provide patchwork, paint, replacement of ceiling tiles, etc to any area destroyed during construction. All materials must match existing type.
T) Any drawings provided by the Government are for reference only and it is the responsibility of the contractor to field verifies all drawings, installation methods and dimensions for accuracy.
U) Must clean construction site on a daily basis.
V) Contractor is to furnish all warranties, operation and service manuals for the job and new equipment prior to final payment. All warranties begin when approved and accepted by Bronx VA.
W) Contractor is responsible for securing the construction site, while maintaining the integrity of the Medical Center security.
X) Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc.

COST RANGE
Estimated Construction Cost Range: Between $5,000,000 and $10,000,000.

TYPE OF CONTRACT CONTEMPLATED
The Department of Veterans Affairs is contemplating awarding a firm fixed price contract.

ESTIMATED START AND COMPLETION DATES
The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design are as follows:

Deliver Preliminary, Renderings Schematic Review material to Contracting Officer not later than____60 Days after Award.
Review Preliminary, Renderings Schematic Review material to Contracting Officer not later than____90 Days after Award.
Deliver 35% Schematic Review material to Contracting Officer not later than____120 Days after Award.
Review 35% Schematic Material with Contracting Officer on __140 Days after Ward.
Deliver 65% Design Renderings, Review material to Contracting Officer not later than______________200 Days after Award
Review 65% Design Material with Contracting Officer on __230 Days after Award.
Deliver 95% Design Review material to Contracting Officer not later than___260 Days after Award.
Review 95% Design Material with Contracting Officer on __280 Days after Award.
Deliver 100% Final Review material and renderings to Contracting Officer not later than____320 Days after Award
Review 100% Final Material with Contracting Officer on ____350 Days after Award.
The A/E shall perform the work required within the limits of the schedule above. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews.

Construction:
Number of calendar days to complete construction is to be determined by the AE firm after the design is complete.

SELECTION CRITERIA
The Department of Veterans Affairs shall evaluate each potential contractor in terms of its

Selection Criteria
Weighting
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
10%
Examples of specialized experience and technical competence in various disciplines required for specific project.
20%
Capacity to Accomplish the work in the required time
10%
Past experience and performance on government contracts.
10%
Proximity of firm or working office providing professional services to the facility.
10%
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
10%
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
5%
Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.
25%
Total
100%

SELECTION CRITERIA DESCRIPTIONS
The selection criteria descriptions are provided below.
PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES.
Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope;

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

CAPACITY
This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time.
The general workload and staffing capacity of the design office will be evaluated.
List current projects with a design fee of greater than $20,000 being designed in the firms office.
Indicate the firms present workload and the availability
of the project team (including sub-consultants) for the specified contract performance period;
Describe experience in successfully delivering projects per
performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates

PAST PERFORMANCE:
VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required).

Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought.

Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts.

Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation.

Submission Requirements:
Submit a minimal of three (3) references; any of the following evaluations are acceptable:
A-E Contractor Appraisal Support System (ACASS),
Contractor Performance Assessment Report System (CPARS), or
Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.
If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects.

A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Richard Adu via email at Richard.Adu@va.gov prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document.

LOCATION
The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is
an evaluation criteria.
v. This distance is determined according to http://maps.google.com/
vi. This factor evaluates the distance the AE firm's design office or offices lies from the
location of work. Please provide the address (es) and distance of your closest office to
the address listed below.

ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA.

LIMITATIONS
VA NOTICE OF TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service Disabled Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran-owned small business concern if: (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a service-disabled veteran-owned small business concern. (e) Any service disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

SUBMISSION REQUIREMENTS
Qualified Service Disabled Veteran Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from (www.gsa.gov/forms) and Two (2) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than Monday November 13, 2017 at 2:00 PM, EST, including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Richard Adu (10N2NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904.
The submission must include an insert detailing the following information:
1. Dun & Bradstreet Number;
2. Tax ID Number;
3. The e-mail address and phone number of the Primary Point of Contact and;
4. A copy of the firms CVE verification as a Veteran Owned Small Business.

The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Richard.Adu@va.gov; telephone inquiries will not be honored.
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.

Richard Adu
Richard.Adu@va.gov

richard.adu@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP