The RFP Database
New business relationships start here

630A4-CSI-109 DESIGN RELOCATE MRI BROOKLYN VAMC BROOKLYN, NY


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

Page 3 of 3
This is a Sources Sought Notice for the following services related to VA Medical Center, Brooklyn, NY project 630A4-CSI-109; RELOCATE MRI (BK)
Provide all necessary labor to provide Architect-Engineer (A/E) design services required for installation of a new Philips MRI in the basement of building 15 at the New York Harbor Healthcare System-Brooklyn Campus. The design services shall include removal of existing equipment, and installation of site prep work to accommodate a new Philips MRI.
Scope of Work
1. Architect-Engineer Service (A/E) to provide all services necessary for preparation of complete design to construction documents and construction period services. Work includes verification of existing as-built drawings, design development, preparation of contract documents and specifications.
2. The A/E to provide design-build services to complete contract drawings and specifications including demolition, architectural, plumbing, and mechanical, fire suppression, and electrical drawings for construction, structural, shielding, medical gases and all drawings required for the new equipment, and gut renovation of existing space. All structural drawings must be approved and stamped by a PE.
3. The A/E to provide design services which will include construction period services to include submittal review provide response to RFI, site visits/inspections/surveys, prepare as-built drawings from contractor mark-up.
4. The A/E to provide design services that will incorporate all necessary construction phasing as required to implement the construction.
5. The A/E to provide design services to submit 30%, 60% and 100% design documents and cost estimate for VA review and approval.
6. The A/E to provide design services to provide all necessary radiation shielding requirements that are required by the VA, and all additional shielding required, as determined from the shielding calculations provided by the VA, to ensure that the room is adequately shielded and meets all applicable codes and standards for the new Philips MRI equipment.
7. Provide custom millwork caseworks for the control room.
8. To minimize the daily operation of medical center, certain work including, but not limited to demolition, structural, mechanical, asbestos abatement and plumbing work will have to be done after hours and weekends only.
9. All designs and construction will conform to the most current editions of the NFPA 101 Life Safety Code, NFPA 99 Health Care Facilities Code, Infection Control, VA Radiology Design Guide Standards, Criteria, and Guidelines, VA Standards, VA Design and Construction Procedures and VA Master Construction Specifications, and MRI design guide.
10. A/E to meet with VA Engineering Staff to determine the exact functional requirements to be used for the design.
11. Recommend various options for the service and hospital engineers to evaluate.
12. The A/E to provide design services to include completion time, phasing, noise, dust, infectious control precautions as approved the COR, construction cost, impact, feasibility and compliance with the Hospital.
13. Provide all necessary site survey work to verify As-Built drawings and field conditions.
14. Provide construction period services and site visits.
15. The A/E to provide design services to provide three (3) sets of drawing for review at 30%, 60% and 100% review stage and one (1) electronic copy of the drawings (CAD and PDFs) and specifications ( 3 CDs), five (5) hard copies of drawings and specifications and one (1) set of mylar drawings to the VA for record plans at the completion of design.
16. The A/E to provide design services to incorporate all of the construction changes to the As-Built drawings at the completion of the construction and the contractor to provide design services to turn over the changes in the As-Built drawings to the VA.
The A/E shall have all available As-Built drawings, but is responsible for verifying the existing conditions:
Mechanical
Electrical
Plumbing
Structural
Architectural
Asbestos
Fire Suppression
It is the A/E s responsibility to verify the accuracy of the As-Built drawings.
17. Install new doors and new frames.
18. The A/E is responsible for all structural, mechanical, plumbing, electrical, fire protection, and equipment work.
19. The project design includes design of a new HVAC system to meet the room requirement. New unit to be tied into the building BMS. A/E responsible for having the VA service contractor to connect the equipment.
20. Contractor to provide design services to provide contract drawings and specifications, construction period service, and site visits.
Justification:
Existing MRI machine is outdated, past its equipment life, constantly needs repairs, and not connected to the main hospital building.
Patients have to go through a long corridor which is the same corridor as the rear entrance of the main building to go to the MRI building. By relocating the MRI to radiology in the main building, it will better serve the patients and staffs. Site prep work is necessary to accommodate a new Philips MRI machine.
All contractor employees and subcontractors under this contract or order are required to complete the VA's
VA Privacy Training for Personnel without Access to VA Computer Systems
or Direct Access or Use to VA Sensitive Information
Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s).
a. The contractor shall provide to the COR a copy of the signed training for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.
b. Failure to complete the mandatory annual training annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.
The following evaluation criteria will be used during the A/E selection process:
1. Team proposed for this project;
2. Proposed management plan;
3. Previous experience of team proposed for this project;
4. Location and facilities of working offices;
5. Proposed design approach for this project;
6. Project control;
7. Estimating effectiveness;
8 Miscellaneous experience and capabilities;
9. Awards & recommendations;
10. Insurance & litigations.

The applicable NAICS code is 541310. 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 Brooklyn, 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 . The estimated construction cost for this project is $1,000,000.00-$5,000,000.00. The NAICS code for this procurement is 541310 and small business size standard is $15.0 million. Responses must be received by 4:30 PM, July 30, 2018. Electronic submission of SF 330 s is preferred; email completed SF330 s to Emily.Lindsey2@va.gov

EMILY I. LINDSEY
CONTRACT SPECIALIST
EMILY.LINDSEY2@VA.GOV

EMILY I. LINDSEY, CONTRACT SPECIALIST

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP