The RFP Database
New business relationships start here

A/E RENOATE THE CLC, PROJECT NUMBER: 460-18-008


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 Veterans Affairs Medical Center (WVAMC) located at 1600 Kirkwood Highway in Wilmington, DE 19805 is seeking professional Architect and Engineering (A&E) services for Project No. 460-18-008, CLC Renovation.

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.



A. PROJECT SCOPE

GENERAL:

This project is located within the Wilmington VA Medical. It involves all design work and phasing to:
1. Renovation of the CLC East and West Wing.

SPECIFICS:

1. Reference drawing WL-01-0GAR. The clouded area indicates the area comprising the scope of work, approximately 36,279 SF.
2. Building 17 (Community Living Center) currently comprised of dual patients rooms, two nurse s station, kitchen, an activity room, library and a multipurpose room.
3. This project is to be a complete renovation of the east and west wings to include abatement of all hazardous materials and demolition of all existing utilities and architectural features to the outer cladding of the building. This also includes upgrades to the mechanical systems CORE (switch from fan coils to a VAV system).
4. Demolition of the existing building structures 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 any existing/abandoned plumbing/mechanical piping.
5. The new East and West Wing shall consist of only single patient rooms incorporating cultural transformation, and convert the interior design scheme into a more home like atmosphere. This design shall also provide patient with more privacy, storage and offer palliative care treatment.
6. A/E to work closely with the end users and VA facilities staff to develop an efficient and functional space within VA guidelines.
7. The architectural / interior design is to be closely coordinated with the VA Interior Designer.
8. A/E to design and show all infection control / dust prevention measures required.
9. A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic.
10. 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:

1. A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the East and West wing of the CLC.
2. 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.
3. Construction Waste Management, Specification 01 74 19 is to be included.
4. Fire Safety Peer Review. VA will 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 the VA Project Engineer. 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. 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.

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.

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. Where the Mandates are not achievable, written justification must be provided.

Firms that are selected to design VA projects should already have demonstrated their sustainable design capabilities through the VA selection process. 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. 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. 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 Controls
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 14 (14 days)
Design Development Document Submission (25%) Day 49 (35 days)
PDT Review Meeting (25%) Day 63 (14 days)
Design Development Document Submission (75%) Day 133 (70 days)
PDT Review Meeting (75%) Day 147 (14 days)
Design Development Document Submission (100%) Day 182 (35 days)
PDT Review Meeting (100%) Day 196 (14 days)
Contract Documents Submission (Final) Day 210 (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 [ ] brackets). 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. 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. 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. (Justification & Approval must be posted along with the solicitation.) 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

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 spe
cifications 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 COTR).

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 2014 and provide a set of updated as-built drawings on CD within 30 days to the Project Engineer.


B. Evaluation Criteria:

The A&E selection criteria for this acquisition are listed below.


TEAM PROPOSED FOR THIS PROJECT
Background of the personnel
Project Manager
Other key personnel
Consultants

PROPOSED MANAGEMENT PLAN
Team organization
Design Phase
Construction Phase

PREVIOUS EXPERIENCE OF PROPOSED TEAM
VA Project Experience
Health Care Design Experience
Palliative Care Design Experience
Site Investigation

LOCATION AND FACILITIES OF WORKING OFFICES
A. Prime firm
B. Consultants

PROPOSED DESIGN APPROACH FOR THIS PROJECT
A. Proposed design philosophy
B. Understanding requirements of palliative care facilities.
C. Anticipated problems and potential solutions
D. Descriptive innovative approaches in design of Community Living Centers (Health Care Facilities)

PROJECT CONTROL
A. Techniques planned to control the schedule and costs
B. Personnel responsible for schedule and cost control
C. Review recent projects to demonstrate ability to meet project
cost target and schedules; and any additional construction costs
caused by design deficiencies.

ESTIMATING EFFECTIVENESS
Ten most recently bid projects (VA only if available, can use others
to supplement if not)

MISCELLANEOUS EXPERIENCE & CAPABILITIES
A. Autodesk's AutoCAD Architecture & MEP 2008 3D & Other Computer Applications
B. Value Engineering & Life Cycle Cost Analyses
C. Environmental Considerations
D. Fast Track Design
E. Specialized Experience in Community Living Center (CLC) design

AWARDS
A. Awards received for design excellence
B. Good References

INSURANCE AND LITIGATION
A. Type and amount of liability insurance carried
B. Litigation involvement over the last 5 years & its outcome
C. Contract Award Procedure:

Interested A&E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Mike White, Contracting Officer (460/90C), Wilmington VA Medical Center, 20 Montachnin Rd, Contracting Office, Rm 116, Greenville, DE 19807 by close of business (4:00 PM, EST), July 11, 2018. 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 the SF330 is submitted shall result in elimination from further consideration for award. An evaluation of the qualifications and performance data submitted will be conducted and three or more firms considered to be the most highly qualified firms to provide the type of services required 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 541310 and size standard $7.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY17 funding. The construction magnitude is between $5 million and $10 million.

(End of Document)

MIKE WHITE
MICHAEL.WHITE9@VA.GOV

Michael.White9@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP