The RFP Database
New business relationships start here

A&E Post Design Services (Inclusive of Commissioning) in Support of Building 10 F-Wing Renovation


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

Reference Sources Sought Notice that was posted under Reference Number HHS-NIH-ORF-SBSS-16-001, this pre-solicitation notice provides information with regards to the Office of Research Facilities (ORF), NIH intent to issue a solicitation to Louviere, Stratton and Yokel LLC (LSY) for Post Design Architectural and Engineering Services to renovate Building 10, F-Wing and NIH Bethesda, Maryland

Task Order #HHSN20200099, Contract #HHSN263999900297I will expire December 31, 2015 and the IDIQ Contract remaining ceiling will not allow ORF to extend the services without increasing the IDIQ Contract ceiling. ORF has elected to pursue this A&E requirement as a new award under FAR 6.302-1 authority.

This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all inquiries received within five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

THE NATIONAL INSTITUTES OF HEALTH'S (NIH) OFFICE OF RESEARCH FACILITIES (ORF) INTENDS TO AWARD A SOLE SOURCE FIRM FIXED PRICE CONTRACT TO LOUVIERE, STRATTON AND YOKEL LLC (LSY) TO PERFORM POST DESIGN A/E SERVICES (INCLUSIVE OF COMMISSIONING) IN SUPPORT OF THE BUILDING 10 F-WING RENOVATION PROJECT, BETHESDA, MD.

Project Background:

The world's largest clinical research hospital is a complex of buildings on the NIH campus known as Building 10 or the Clinical Center Complex (CCC). While over the years the CCC has expanded from its original 1951 structure to encompass important additions, portions of the original Building 10 facility are no longer capable of supporting modern research. The building infrastructure is undersized, exceeded its useful life, and must be replaced with current state-of-the-art equipment to provide sufficient and reliable support for research.


For these reasons, in 2009, ORF acquired the services of an A/E of Record to prepare 100% construction documents necessary for the complete renovation of the F-Wing of Building 10 (floors 2 through 14). Due to the partial, continued occupancy of the North Corridor portions of floors 6 through 13 the project was designed to be accomplished in two phases.

The construction was awarded in July 2010 and consists of a 5-year Base period (Phase A) and one 5-year Option period (Phase B): the Option period was exercised concurrently with the Base period.


Phase A consists of:

a. The conversion of approximately 64,000 GSF of former patient care units on F-Wing floors 2 through 5 to accommodate laboratories, lab support and administrative areas and to install new utilities infrastructure; the infrastructure work will support the renovation of the entire F-Wing and will include the installation of mechanical equipment on floors 4 and 14.

b. Phase A also includes installation of mechanical equipment on the 14th floor and treatment tanks on floor B-1 and related alterations/piping on floors 1 and B-2.
Phase B consists of:

c. The conversion of approximately 151,600 GSF of former patient care units on F-Wing floors 6 through 13 to accommodate laboratories, lab support and administrative areas; work includes the installation of mechanical equipment on floors 9, 13, and 14.

d. Phase B also includes fit-out of north corridor areas of floors 2 through 5 not constructed in Phase A.

Currently, the Phase A and Phase B Construction is behind schedule; completion is anticipated in 2016.

Description of the Requirement:

The Government is seeking a qualified A/E firm capable of providing A/E of Record Post Design & Commissioning Services to coincide with the completion of the F-Wing Renovation construction performance period, with additional time beyond the construction allowed for preparation of As-Built Record Documents and Commissioning Post Construction Warranty periods.

The period of performance for A/E Post Design & Commissioning services, inclusive of warranty period(s), is anticipated through the end of calendar year 2016.

If awarded, the A/E firm shall assume the responsibilities and liabilities of the A/E of Record, inclusive of any redesign services resulting from errors and omissions, at no cost to the Government.

The A/E services shall be performed by qualified personnel who shall have proven knowledge of this type of construction and competence in construction and observation.

The services are to be performed in a timely and expeditious manner and shall principally consist of the following tasks:

TASK 1 - A/E POST DESIGN SERVICES

General and normal A/E Post Design Services will be required throughout execution of the construction project and shall principally consist of the following activities:

1.1. Construction Observation - The A/E shall perform full-time on-site construction observation of the construction to verify conformance of the work with the contract documents. The A/E shall also verify that the Prime Contractor is maintaining up-to-date contract record documents.

On the basis of such on-site observations, the A/E shall keep the Government informed of progress, quality of work, and deficiencies in the work of the Contractor. A complete log of each observation shall be maintained throughout the construction period and made available to the PO. Site visits and expenditure of time on matters related to clarification due to inadequacies, errors and/or omissions in the contract plans and specifications shall be performed at no cost to the Government.

1.2. Progress Meetings - The Contracting Officer Representative (COR) shall hold construction progress review meetings at the project site with the construction Contractor, the Government's Construction Quality Manager (CQM), A/E representatives, and other NIH officials at least once every two weeks to review progress of the contract and discuss and resolve issues and problems identified during construction. The A/E shall assign a primary staff member to attend each progress meeting.

1.3. Requests for Information - All Requests for Information (RFI's) and questions submitted by the Contractor shall be given to the A/E for resolution.
• The A/E's interpretation shall be documented in writing or in the form of drawings on a supplemental instruction form (similar to AIA G 710).
• A/E supplemental instructions shall be uniquely and sequentially numbered.
• A/E responses to RFI's shall be provided in a timely manner so as to avoid interruptions to the flow of work and minimize schedule delays.
• The A/E shall use an information tracking system to ensure that all RFI's and other construction issues are monitored for timely response, and brought to closure.

1.4. Submittal Reviews - The A/E shall review shop drawings, material samples, mockups, etc. for compliance with contract documents and shall recommend either "reviewed", "reviewed as noted," or "not approved." The A/E shall maintain a complete file of all submittals until the project is completed.
• Marked-up copies with the A/E's stamped recommendations shall be delivered to the contractor within ten (10) working days of their receipt by the A/E unless otherwise directed.
• The A/E shall coordinate and incorporate NIH submittal review comments.
• The A/E shall use an information tracking system to ensure that submittals are received and processed on time.

1.5. Payments to Construction Contractor - In collaboration with the Government's CQM, the A/E shall review all requests for payment submitted by the Construction Contractor(s) for progress payments and final payment, and submit recommendations concerning approval thereof to the CO.

1.6. Change Orders - The A/E shall review and monitor proposed change orders. The A/E shall participate and assist in negotiating these changes as requested by the COR.

1.7. Punchlist - Upon notification by the construction Contractor, the A/E shall conduct a preliminary observation of the completed project and review the Contractor's punch list of observed defects and omissions. Upon notification by the construction Contractor, the A/E, CQM and COR shall conduct a final observation to verify that the construction Contractor has adequately corrected defects, deficiencies and omissions. When the project is ready for occupancy, the A/E shall prepare a Certificate of Substantial Completion (similar to AIA Document G704).
• The construction Contractor shall forward copies of required warranties, O&M manuals, and related documents to the A/E for review and approval prior to issuance of Substantial Completion Certificate.

1.8. Inspection of Stored Items - When the construction Contractor invoices for materials stored but not yet installed in the project, the A/E shall assist the COR in the verification and inspection of the stored material prior to approval of payment.

1.9. Record Drawings - The A/E shall coordinate with construction contractors and update design and construction documents during construction to provide a record As-built BIM file upon completion of construction.
• At the completion of construction, the construction Contractor shall provide the A/E with marked-up record prints maintained in the field, indicating all changes and deviations to the original contract drawings.
• The A/E shall correct the contract drawings and update the Building Information Modeling (BIM) files to reflect changes indicated on the Contractor's marked-up prints.
• Marked-up construction prints and corrected drawings plus two CDs or DVDs of the record drawings shall be forwarded to the Project Officer.

1.10. Commissioning Participation - The A/E shall attend commissioning coordination, orientation, and training meetings.

1.11. Close-out Activities - At the close of the project, the A/E shall package all documents related to the project (including submittals) in an orderly manner and send them to the COR for archiving.

1.12. LEED Certification - The A/E shall coordinate and provide all necessary work and documentation to obtain the required LEED certification for the project (the Government anticipates a minimum rating of "Certified" for this project).


1.13. A/E Responsibility - The A/E shall comply with the following:
• Applicable requirements of the NIH Design Requirements Manual.
• Requirements of the NIH Sustainability Checklist.
• NIH Interim Life Safety Measures (ILSM) required for construction activity in Building 10.
• NIH requirements for Construction Risk Assessment.
• NIH Infection Control Risk Assessment (ICRA) procedures for Building 10/Clinical Center.

TASK 2 - COMMISSIONING SERVICES

Commissioning is a comprehensive and systematic process to verify that the building systems perform as designed to meet the Owner's requirements. As part of Post Design Services, the A/E shall provide the services of a qualified, credentialed Commissioning Agent (CxA) to provide overall coordination and management of the F-Wing Renovation commissioning program.
Commissioning shall principally consist of the following activities, listed in the general order in which they occur. The CxA shall coordinate all activities.

2.1. Submittals Review - CxA shall review the construction Contractor submittals to verify that the equipment and systems provided meet the requirements of the Contract Documents and Design Intent.

2.2. Start-Up/Pre-Functional Checklists - CxA shall coordinate start-up plans and documentation formats, including providing construction Contractor with pre-functional checklists to be completed during the startup process. Start-Up/Pre-Functional Checklist shall help verify that the systems are complete and

2.3. Functional Performance Testing - CxA shall coordinate, observe and record results of the construction Contractor's Functional Performance testing, inclusive of:
• Coordinating retesting as necessary until satisfactory performance is verified.
• Verifying the intended operation of individual components and system interactions under various conditions and modes of operation.

2.4. Short-Term Diagnostic Testing - After initial occupancy, the CxA shall perform short-term diagnostic testing, using data acquisition equipment or the building automation system to record system operation over a two to three week period.
• Investigate the dynamic interactions between components in the building system.
• Evaluate the scheduling, the interaction between heating and cooling, and the effectiveness of the HVAC system in meeting the comfort requirements.

2.5. Deficiency Report and Resolution Record - the CxA shall document items of non-compliance in materials, installation or operation. Non-conformance and deficiencies observed shall be addressed immediately, in terms of notification to responsible parties, and providing recommended actions to correct deficiencies.

2.6. Operations and Maintenance (O&M) Manuals and Training.
• O&M Manual - The CxA shall review the O&M manuals compiled by the construction contractor for completeness and for adherence to the requirements of the specifications. Obtain additional materials from construction Contractor as necessary to stress and enhance the importance of system interactions, troubleshooting, and long-term preventative maintenance and operation.
• Training - The CxA shall develop a Training Plan. Coordinate and review the training programs for the Owner's personnel. Obtain additional materials from construction Contractor as necessary to stress and enhance the importance of system interactions, troubleshooting, and long-term preventative maintenance and operation.
• O&M Database: The CxA shall develop a database from the O&M manual that contains the information required to start a preventative maintenance program. Record Documents Review, including BIM Final Commissioning Report, LEED Documentation, and Building Information Model.

2.7. Record Document Review - the CxA shall Record Documents and Building Information Model to verify accuracy.

2.8. Final Commissioning Report And LEEDTM Documentation
• Final Commissioning Report: The CxA shall compile the final commissioning report. Summarize all of the tasks, findings, conclusions, and recommendations of the commissioning process.
• Documentation. The CxA shall compile LEED documentation. Format as required by USGBC for submittal under the referenced green building rating system.

2.9. Deferred Testing.
• Seasonal Testing - The CxA shall schedule, coordinate, observe, and document additional testing for seasonal variation in operations and control strategies during the opposite season to verify performance of the HVAC system and controls. Complete testing during the warranty period to fully test all sequences of operation. Update O&M manuals and Record Documents as necessary due to the testing.
• Unforeseen Deferred Tests - If a test cannot be completed due to the building structure, required occupancy condition, or other deficiency, the functional testing may be delayed upon recommendation of the Commissioning Agent and the approval of the Owner. These tests are conducted in the same manner as the Seasonal tests as soon as possible.
• End-of-Warranty Review - The CxA shall conduct end of warranty review prior to the end of the warranty period. Review the current building operation with the facility maintenance staff. The review shall include outstanding issues from original or seasonal testing. Interview facility staff to identify concerns with building operation. Provide suggestions for improvements and assist owner in developing reports or documentation to remedy problems. Update O&M manuals and Record Documents as necessary due to the testing.


All interested A/E firms are requested to submit an electronic copy of their interest in this requirement, via email, to the Contracting Officer, Aaron Crawford, at crawfoa@mail.nih.gov.

The email subject line shall read: Solicitation # NIHOF2016088 - F-Wing Renovation A/E Post Design Services Interest Statement.

Interested firms shall submit the information addressing the following in PDF format, on or before by 12:00 pm, EST on Monday, December 7, 2015:
Interested firms shall include the following information:


1) Company Contact Information to include:
A. Firm Name
B. Primary Point(s) of Contact, with telephone number(s) and email address(es)
C. Firm Mailing Address and Telephone Number
D. Company Size (i.e. large business, Small business, Woman-owned, Veteran, etc.)
E. DUNS Number

2) Company Overview to include:
A. Brief description of the firm's core services

3) Post Design Services Experience:
A. Provide no more than three (3) similar projects performed within the last ten (10) years, or in progress, which best demonstrate the A/E firm's experience providing Post Design Services on projects similar to the NIH requirement.

B. Similar Projects to the NIH Requirement are defined as projects similar in complexity, type and size to the F-Wing Renovation project, as follows:
1. Facility Type -
a. Renovation of complex biomedical laboratory research facility in excess of 100,000 gross square feet.

2. Complexity -
a. 50% of the space must be labs and lab support of Bio-Safety Level 2 (or higher).
b. Space must contain current Good Laboratory Practices (cGLP) lab(s).
c. Space must have an HVAC system designed to provide directional air flow to establish proper pressure relationships to the laboratory and surrounding spaces, medical gases, and central RO/DI water systems.
d. Space must have the capability to accommodate specialized equipment/systems such as electron and confocal microscopes, Fluorescence Activated Cell Sorter, Imaging equipment, and other highly vibrated-sensitive scientific instrument.
e. A/E participated in commissioning of the facility including bio-containment features such as directional air flow, fume hoods, and Class II Type A and B Bio-Safety cabinet testing and certification.

3. Size - Construction cost greater than $100 million.

C. For each Similar Project include:
1. Contract Number
2. Owner and Address
3. Brief description of the Project, including the construction value.
4. Description of Post Design Services performed.
5. Description of services performed during the Commissioning process.
6. A/E Post Design Services Price and Period of Performance.
7. Technical Point of Contact, with telephone no. and email address
8. Contracting Official, with telephone no. and email address

D. Interested firm shall certify that "If awarded, the A/E firm shall assume the responsibilities and liabilities of the A/E of Record, inclusive of any redesign services resulting from errors and omissions, at no cost to the Government."


 


Aaron B Crawford, Phone 301-496-3274, Fax 301-402-1103, Email crawfoa@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP