The RFP Database
New business relationships start here

630A4-14-437 DESIGN UPGRADE ARCHITECTURAL FINISHES AE Design ST. ALBANS CAMPUS


New York, United States
Government : Federal
RFI
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, Shop Drawing Review, and all other related information for Project No. 630A4-14-437, Design for Architectural Upgrade Finishes of Interiors of Various Buildings located at NEW YORK HARBOR HEALTHCARE SYSTEM, ST. ALBANS CAMPUS, 179-00 LINDEN BLVD., ST. ALBANS, NY 11425. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB).
This is a Sources Sought Notice and 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 $7.5 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. 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) subcontracting will not be permitted under this contract. The design will be completed in a manner such that the estimated construction cost is within the VA budget.
SCOPE OF SERVICE REQUIRED:
The general scope of this project is for design services to renovate and modernize to enhance the overall appearance of interior spaces of various buildings. The upgrade includes replacing all old and/or damaged ceiling tiles, ceiling grids, Vinyl Composition Tile (VCT) flooring, painting all walls and trim and replacing all existing light fixtures with new light fixtures throughout various floors in Building 85, 86, 87, 88, 89, & 91 at the New York Harbor Healthcare System, St. Albans Campus. Architectural upgrade to include Outpatient Clinic, Commissary and Wards. Total of approximately 45,000 sf to be architecturally upgraded.
Design work shall address structural, plumbing, electrical, HVAC and architectural concerns. The A/E shall work with program staff to provide an operations flow study to maximize operational efficiency and provide maximum utilization of the existing space.
All designs will follow, but are not limited to, VA Space Planning Specifications, in conjunction with the VA Master Specifications as outlined in the VA Handbook 7610. The design will also be done to ensure that it meets all the requirements / specifications for local, state, and federal codes. The estimated construction cost for the design must fall within the VA budget.
Final design submission shall include phased drawings of all abatement, demolition, and construction work as required to allow the maximum use of all of the floors and areas associated around each construction area.


I. A/E SCOPE OF SERVICES
1. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services to include submittal reviews and responses to RFI s. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The design shall provide Certified Industrial Hygienist (CIH) services for preparation of asbestos drawings and specifications and asbestos air monitoring.
2. Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 300 days from award of contract.
3. Provide a detailed material/labor cost estimate for construction of this project at the completion of 30%, 60% 100% Construction Documents.
4. Attend pre-bid job walkthrough and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. Attend pre-construction meeting and will be required to answer any technical project related questions and provide meeting minutes.
5. Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner, (two- week turnaround on all submittals) maximum.
6. Provide expeditious responses to all design/conflict questions encountered during the construction term.
7. Upon completion of the project, the A/E will do a complete walkthrough and review (punch list) of the completed project work and verification of the contractual obligations and prepare a written report by close of business the following day.
8. Upon completion of the project, provide a set of stamped Architectural E1 (30 x42 ) as-built drawings, as well as complete electronic sets in PDF and AutoCAD formats (including reference files/drawings/specifications).
9. The A/E is responsible for performing a site survey of the Buildings 85 and 86 Wards, Basement, D1, D2 and C2, Building 87 Floors Basement, 1,2 and 3, Building 88 Commissary and Outpatient Clinic, Building 89 Floors B,1,2,3,4,5 and 6, and Building 91 floors B,1,2 and 3 and the connecting corridors regarding new finishes.
10. The A/E is responsible for project design involves replacing ceiling tiles, ceiling grids, flooring, light fixtures, electrical outlet and switch cover plates, plumbing fixtures, sprinkler heads, supply and return air registers, hand rails, corner guards, cove base, removing wall paper, eliminating the glazed block with skim coating and painting the walls and painting the existing walls in: Buildings 85 and 86 wards, Basement, D1, D2 and C2, Building 87 Floors Basement, 1,2 and 3, Building 88 Commissary and Outpatient Clinic, Building 89 Floors B,1,2,3,4,5 and 6, and Building 91 floors B,1,2 and 3 and connecting corridors.
11. The A/E is responsible for project design includes installing new finishes throughout Buildings 85 and 86 wards Basement, D1, D2 and C2, Building 87 Floors Basement, 1,2 and 3, Building 88 Commissary and Outpatient Clinic, Building 89 Floors B,1,2,3,4,5 and 6, and Building 91 floors B,1,2 and 3 and connecting corridors. The new finishes include new ceiling system, flooring, lighting, painting, hand rails, cove base, corner guards, electrical panel covers, electrical receptacles and switches, etc.
12. The A/E shall provide complete contract drawings & specifications including but not limited to: Demolition, Asbestos Abatement, Architectural, Architectural Signage, Interior Design, Finishes and Colors, Fixtures and Equipment, Structural, Plumbing, HVAC, Electrical, Fire Protection, Phasing Requirements, Infection Control, Commissioning specs for all appropriate trades.
13. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI review, site visits/inspections and prepare As-Built drawings from contractor mark-up and prepare a final Punch List .
14. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C.
15. The A/E shall be responsible for development of the construction phasing plan, personnel relocation, noise control, infection control risk assessment plan and the interim life safety measures plan to implement the construction.
16. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training.
17. The Architect/Engineer is responsible for completing the VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information. Contractors must provide a copy of the signed training to the COR prior to starting work and annually thereafter. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s).
II. Industrial Hygienist:
1. The following tasks shall be performed in accordance with VA Design Requirements:
1. Schematic Design
a. Task 1 Inspect project area.
b. Task 2 Sample suspect materials.
c. Task 3 Review sample analysis.
d. Task 4 Submit laboratory analysis.
e. Task 5 Design and specify appropriate technique and approaches to asbestos abatement.
f. Task 6 Review asbestos submittals and provide construction period services during construction.
g. Task 7 Provide air monitoring service during asbestos abatement removal process.
III. All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1 and VA Standards & Criteria.


IV. The following must be incorporated into the A/E design:
1. Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design.
2. Recommend various options for the hospital engineers to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives.
3. Provide all necessary site survey work to verify As-Built drawings and field conditions.
4. Provide construction period services and site visits.
V. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings):
1. Mechanical
2. Electrical
3. Architectural
4. Fire Suppression
5. Plumbing
6. HVAC
VI. Document reviews: The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60%, and 100%. Provide six (6) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate.
VII. Contract Originals and As-Built drawings:
Contract originals shall be prepared on standard VA drawing sheets using AutoCad (most recent edition). The A/E shall provide one (1) set of drawings to the VA for record plans at the completion of design. Provide an electronic set and one (1) set of drawings stamped and signed by an Engineer and / or Architect licensed in the State of New York, specifications, and cost estimates at final design submission. Electronic set at 100% final stage is to be provided in both PDF and AutoCAD formats. The A/E shall incorporate all the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA.
All work shall be done at the NEW YORK HARBOR HEALTHCARE SYSTEM, ST. ALBANS CAMPUS, 179-00 LINDEN BLVD., ST. ALBANS, NY 11425 in accordance with the work described above and/or tasks described in this contract.

COST RANGE
Estimated Construction Cost Range: $5,000,000.00 and $10,000,000.00

TYPE OF CONTRACT CONTEMPLATED
The Department of Veterans Affairs is contemplating awarding a firm fixed price contract.
The following evaluation criteria will be used during the A/E selection process:
(1) Professional qualifications necessary of staff proposed for satisfactory performance of required services;
(2) Specialized experience and technical competence in the type of work required, including, years of experience in the installation of building finishes, MEP, and knowledge of building codes;
(3) Capacity to accomplish the work in the required time;
(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
(5) Proximity of firm or working offices providing services to the facility; this distance is determined according to http://maps.google.com/;
(6) Proposed design approach for this project minimizing impact to Nursing Home Care facility;
(7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness;
(8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services;
(9) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team;
(10) Insurance and litigations.
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 and start and end dates for the construction are as follows:
Design:
Start Preliminary and Schematic Design Phase - 14 days
Submit 65% Preliminary and Schematic Design Phase for VA review - 21 days
Review 65% Preliminary and Schematic Design Phase for VA review - 14 days
Submit 100% Preliminary and Schematic Design Phase for VA review - 21 days
Review 100% Preliminary and Schematic Design Phase for VA review - 14 days
Submit 35% Design Documents for VA review - 30 days
Review 35% Design Documents with VA Personnel - 21 days
Submit 65% Design Documents for VA review - 35 days
Review 65% Design Documents with VA Personnel - 30 days
Submit 95% Design Documents for VA review - 35 days
Review 95% Design Documents with VA Personnel - 30 days
Submit 100% Design Documents for VA review - 14 days
Review 100% Design Documents with VA Personnel - 14 days
Deliver Final 100% Design Documents for Bidding Purposes - 7 days
Total number of days for entire design is 300 calendar days from notice to proceed.
Construction:
Number of calendar days to complete construction and IGE to be determined by the AE firm upon completion of design.
NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact.
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 veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A 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 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 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 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 veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a 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 veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any 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.
SUBMISSION REQUIREMENTS
The applicable NAICS code is 541310 and the small business size is $7.5 Million. This acquisition for design services will be a 100% set aside for service disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified by the Office of Small and Disadvantaged Business Utilizations Center for Veterans Enterprise (CVE) through www.vetbiz.gov before award.
SDVOSB firms desiring consideration must have a working office located within 300 miles of the St. Alban, New York city limits and be licensed in New York State. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6 .
Qualified Service Disabled Veteran Owned Small Business (SDVOSB) firms are required to submit four (4) hard copies of the SF 330. All packages shall be submitted no later than 4:00 PM, EST on 6/28/2019. Email completed SF330 s to Julie.provenzano@va.gov Subject Line: 36C242-19-R-0133 SF330.
NONCOMPLIANCE WITH THIS REQUIREMENT RISKS YOUR PACKAGES AS BEING NONRESPONSIVE
NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Julie.Provenzano@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.

Julie Provenzano
Julie.Provenzano@va.gov

Julie Provenzano, Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP