The RFP Database
New business relationships start here

A/E Replace AHU Servicing Nuclear Medicine #460-18-001


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 Department of Veterans Affairs Medical Center located at 1601 Kirkwood, Wilmington, PA 19805 is seeking professional Architect and Engineering (A&E) services for Project No. 460-18-001, Replace Nuclear Medicine and Pathology Air Handlers Units (AHUs).

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.

Scope of Work:

GENERAL:
This project is located at the Wilmington VA Medical. It involves all design work and phasing to:
Nuclear Medicine and Pathology Lab air handlers are past their useful life and need to be replaced.
Existing HVAC system ductwork is to remain. The sheet metal is to be internally lined to decrease air leakage.

SPECIFICS:
The Hospital services will remain unchanged throughout construction. A/E will be responsible for appropriate phasing of the project, identification of temporary/modular-type building for Hospital operation to continue during phasing.
A/E to work closely with the end user and VA facilities staff to develop an efficient and functional renovation plan within VA guidelines.
A/E to design and show all infection control / dust prevention measures required.
A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic.
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:

A/E to include deduct alternates in the contract documents to account for a minimum of 20% of project estimate.
A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the equipment identified for replacement.
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.
Construction Waste Management, Specification 01 74 19 is to be included.
Fire Safety Peer Review. A/E shall 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 both the A/E and the VA Project Engineer prior to the corresponding review meeting. A/E shall incorporate all required changes into the design at no additional fee to the VA.

The selected A/E firm will be required to collaborate with the Wilmington VA Medical Center (WVAMC) staff and VA Design Guides to determine structural, architectural, mechanical and electrical design requirements. The firm will also attend programming meetings with Medical Center Engineering staff to layout project. Drawings concerning the existing conditions will be provided to the selected A/E firm but are for reference only, until they have been verified by the selected A/E design team. Any deviation between the drawings and actual conditions will be called out on the drawings and reported to the CMC VAMC Engineering Department. The selected A/E firm will also be responsible for providing a construction estimates of contract time and cost associated with their final drawings and specifications.

The selected A/E firm shall adhere to the following guidelines:
All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents.
Site Investigation:
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.

General Requirements:

A/E firm shall have licensed professional architects/engineers currently registered in the state of Delaware or in a state of which Delaware has recognized the engineering license.

A/E shall be responsible to provide a complete bid package to the Contracting Officer consisting of plans (signed Mylar originals), specifications, cost estimates and their related information. Drawings shall be submitted in AutoCAD Release 2014 and PDF, specifications in Microsoft Word and PDF and cost estimate in Microsoft Excel. A complete bid package will be submitted on a CD-RW.

The contract drawings shall have a cover sheet, which shall include but not limited to the following information:

Department of Veterans Affairs Logo
Drawing Index
AE Firm Name and Logo
General Notes

All drawings shall be scaled.

Each professional discipline shall be separately designed and be sealed by the respective A/E.

All design work shall be coordinated by the prime A/E, who shall be responsible for all field investigation, site surveys, measurements and engineering design calculations.

The A/E shall assure compliance with and design according to all local, federal, Department of Veterans Affairs, OSHA Regulations, state laws, regulations, codes and ordinances.

AE shall prepare specifications using the VA master specification.

Plans shall be drawn using standard professional and acceptable engineering drafting skills, scales and standards. The A/E shall be responsible to provide and show in scale plans, elevations and details required to construct this project in which the prospective bidder is clear on the proposed intent and scope of work.

A/E shall define and indicate on plans all new and existing conditions.

A/E shall show, draw, locate, define, denote and detail all points of connection of new work to the existing.

A/E shall plan, define, detail, draw and show on the contract documents exact routing of any new utility proposed for this project. A/E shall as part of this project, physically inspect each new routing, provide routings and/or rerouting of existing utilities to prevent any conflicts.

Prior to review submissions all plans are to be reviewed by a fire protection engineer and documented accordingly by the A/E.


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.B 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.B
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.B
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.B Where the Mandates are not achievable, written justification must be provided.B
An Architect and Engineering (A&E) firm that is selected to design a VA project should already have demonstrated their sustainable design capabilities through the VA selection process.B A/E firms 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: Each project design 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 each project design.
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:
B
SECTION 01 00 00 General Requirements
SECTION 01 57 19 Temporary Environmental ControlsB
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




Evaluation Criteria: The A&E selection criteria for this acquisition are listed below:
.
1. Team proposed for this project
B B B B B B B B B B B B B B B B B B B B B B a. Background of Personnel
b. Project Manager
B B B B B B B B B B B B B B B B B B B B B c. Other key personnel
B B B B B B B B B B B B B B B B B B B B B d. Consultants
B B B B B B B B B B B 2. Proposed Management Plan
B B B B B B B B B B B B B B B B B B B B B B B a. Team organization
B B B B B B B B B B B B B B B B B B B B B B B B B B B (1) Design Phase
B B B B B B B B B B B B B B B B B B B B B B B B B B B (2) Construction Phase
3. Previous Project Experience of Proposal Team
VA Project Experience
Air Handler Replacement Experience
Clinical Space ICRA Design Experience
Laboratory HVAC Design Experience

B B B B B B B B B B B 4. Response Time (Submittals and RFIs)
B B B B B B B B B B B B B B B B B B B B B B B a. Prime Firm
B B B B B B B B B B B B B B B B B B B B B B B b. Consultants
B B B B B B B B B B B 5. Proposed Design Approach
B B B B B B B B B B B B B B B B B B B B B B B a. Proposed design philosophy
B B B B B B B B B B B B B B B B B B B B B B B b. Anticipated Problems and Potential Solutions
c. Descriptive Innovative Approaches in Production and Design
B B B B B B B B B B B
I. 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 Chuck Peck, 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 14, 2017. 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 of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services require 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 541330 and size standard $15.0M 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 $2,000,000 and $5,000,000.

Chuck Peck, Contracting Officer
E-mail: Charles.Peck@va.gov
Phone: (302) 994-2511 x7526

Chuck Peck, Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP