The RFP Database
New business relationships start here

A/E UPGRADE HVAC Bldg 21 NEW SEARCH PROGRAM EQUIPMENT ROOMS AND LAB CONTROL BOXES


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

7

9

ACQUISITION INFORMATION:

The Department of Veterans Affairs Medical Center, Corporal Michael Crescenz, VAMC Philadelphia, located at 3900 Woodland Avenue, is seeking professional Architect and Engineering (A&E) services for Project No. 642-19-901, A/E HVAC Building 21.


CONTRACT INFORMATION:

This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work are requested to send two copies of an SF 330 (8/2016 Edition) and CD and e-mail to: maureen.jackson@va.gov. All packages shall be from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS under NAICS code 541330, Architectural / Engineering services. The contract is anticipated to be awarded about July 2019. It is anticipated that one contract will be awarded from this announcement.

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.

Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract.

Nature of Work: Provide Architectural / Engineering services required are for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. This work will involve new HVAC components, new controls and chilled water distribution systems, and ceiling systems. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. The services of an independent fire safety engineering firm will be required to review the drawings and specifications.



PROJECT INFORMATION:

PROJECT NUMBER: 642-19-901
A/E WORK STATEMENT
Upgrade HVAC Building 21
New search program equipment rooms and Lab control boxes


DESCRIPTION OF WORK

Provide professional Architect/Engineer services to include:

Site investigation architectural, structural, mechanical, electrical, and environmental (asbestos) and Hazmat sweep to equipment and duct work.
Preliminary plan for area shown on Attachment .
Construction drawings and specifications.
3rd Party Cost estimates.
Cost estimate of expected construction cost at the end of each phase.
Construction period services review of submissions, provide recommendations regarding contractor change proposals, visit site per VA s request and add to drawings as-built conditions respond on site within a two-hour period when requested.
Infection Control Risk Assessment (VA Memorandum EC-43).

PROJECT SCOPE:

General

The project will be constructed in multiple phases to allow day to day operations to continue.
Upgrade HVAC in research equipment rooms.
provide new dedicated exhaust system for 4SPIN LAB.
Replace all lab control valves on 2nd,3rd and 5th floors


Specifics
The project involves new HVAC components, new controls and chilled water distribution systems, ceiling systems, the following Will be addressed:
Layout of the space.
Provide HVAC units and provide additional units and controls where necessary to meet modern standards throughout the area. VAV systems w/DD controls are required. Individual Room controls are preferred.
Ensure patient privacy criteria are met (i.e. computerized information, patient privacy, HIPPA).
Design and construction work will be coordinated with other construction projects on-going at the hospital
Other areas/options as determined by design meetings to enable efficient delivery of service.
A/E will use most current healthcare delivery process and the VA design criteria as a guide. The direction that fits the situation the best will be used in the design.
Bid deducts will be designed into the project to reduce the price of the project as directed by the VA.
Install split units in each equipment one on each floor.
Provide Strobic fan dedicated exhaust for 4SPIN Lab one system .
Upgrade all Lab Phoenix /VAV control valves on second , third and fifth floor.
Provide a phasing plan to keep areas in service that are not under constructions.
Replace/upgrade plumbing as needed.
Replace/upgrade electrical as needed
HVAC, electrical, plumbing, security, telephone and data, life systems, as needed to accommodate the project and to meet the VA design guidelines as they pertain to the areas.
Provide ICRA details and phases for areas under construction per VA requirements.
The A/E team shall collaborate with Medical Center Infection Control Staff to conduct Infection Control Risk Assessment (ICRA) to incorporate the necessary protection as part of construction documents.
The A/E team shall collaborate with the VAMC staff to determine structural, architectural, mechanical, and electrical design requirements.
The A/E team shall provide a cost estimate for the construction costs associate with the final drawings and specifications. Provide alternate items.
Submission schedule will be 35%, 70%, 100%, and final drawings deemed ready for Bid Documents after approval and acceptance by the CMC VAMC Engineering Department.
Review of contractor s submittals with regards to architectural, mechanical, electrical, roofing, and asbestos lead removal, with recommendation to the VAMC.
Site visits when requested by the VA followed with a mandatory written field report.

A/E is responsible for providing certified industrial hygiene services to perform Hazmat survey investigations, bulk sampling, development of specifications and drawings, and construction period services. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.va.gov/facmgt/standard. A/E shall pay attention to USAF, NFPA, BOCA, VA Handbook 7610 space criteria and VA program guide PG-18-14 Room Finishes, Door and Hardware schedule . SPECIAL NOTE: Be reminded that the VA guidelines are just a guide, and the project is not bound by them. If current healthcare trends dictate a different approach is needed, we will follow that approach.

A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, asbestos/hazmat sampling and monitoring, structural, fire alarm and suppression, communications, cable, TV, etc.

SITE INVESTIGATIONS:

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. Note: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available VHA s Technical Information Library at address http://www.va.gov/facmgt.
A/E shall field verify every aspect that relates to the project. Coordinate visits with the Project Engineer as assigned to the project. The A/E shall arrange for and oversee the performance of such investigations as he/she determines are required for the proper design of the project. Auto CAD background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions, wall layouts, etc. A/E shall field verify every aspect that relates to the project.

The design team will develop a program for the project with the users and develop concept plans that respond to the requirements of the program and users operations, including confirmation of future growth potential and potential future equipment upgrades. The design team will also confirm volumes and provide an equipment list and specimen flow diagram.

INDUSTRIAL HYGENE

Provide Industrial Hygienist (IH) report for the minimization of airborne dust or other contaminants and provide chemical and hazmat survey to area covered by Scope of Work.

ARCHITECTURAL

Provide final 1/4 scale plans for the proposed project. Plans should show partition revisions and repairs necessary to maintain life safety and egress from the area. Show all rooms, room numbers as provided by VAMC, door swings, corridors, electrical closets, mechanical shafts and spaces, plumbing fixtures, all vertical circulation, including stairs. Provide all demolition plans for all items required for removal.

The A/E Firm shall provide an Infection Control Risk Assessment (ICRA) plan to protect staff and patients using physical separation, negative pressurization of the construction site, etc. and coordinate with all trades.

Submit B< scale equipment floor plans showing and identifying all equipment required for each area. Provide B= scale drawings for critical areas such as autoclaves, darkrooms, cold room area, and typical laboratory and toilet rooms.

Provide a separate 1/4" scale reflected ceiling plans including locations of types of ceiling systems (i.e. gypsum board, acoustic tile, etc.) coordinated with electrical and mechanical items scheduled for installation.

Provide a separate 1/8 scale Life Safety Plan for fire protection measures. Include smoke barrier partitions, fire partitions, fire alarm devices, fire extinguisher cabinets and exit patterns to demonstrate compliance with the applicable codes and the fire egress pattern.

Provide a title sheet with drawing index listing all drawings in the complete set. If necessary provide and edit list of symbols used for this project and appropriate general notes.

Provide all details necessary to fully describe the installation requirements of the architectural elements (i.e. wall types, typical framing details, typical door details, etc.).

6. Provide room finishes as required by PG-18-14 Room Finishes, Door and Hardware Schedule . Provide 1/4 room finish plan and binder with samples of finishes selected. Coordinate plan with Specification Section 090600 Interior / Exterior Finishes, Materials and Finish Schedule.

PLUMBING

Provide demolition plans for fixtures and piping to be removed as needed.

Provide floor plans as needed showing all plumbing fixtures and associated water, waste and vent lines as needed. Plumbing should include all points of connection.


FIRE PROTECTION

Provide drawings requiring the replacement of the existing fire sprinkler systems. Show smoke zone partitions and coordinate with sprinkler system zones.

Construction Documents shall be reviewed by fire protection engineer for compliance with the Life Safety Code and VA Safety Requirements.

HVAC

Provide demolition plans for all HVAC systems and devices to be removed.

Provide data that is the basis for the design, including design calculations, parameters and factors. Reference source of all data. Include methods to be used in sizing ducts and pipe.

Provide total cooling and heating loads for the affected space or any new space in the project.

Provide schedules for all HVAC equipment to be incorporated on the project

Provide details necessary to fully describe the installation requirements of the HVAC systems.

Submit duct and piping layouts for floor plans. Show the smoke and fire protection features of HVAC system. A/E shall review documentation from the third and fourth floor renovations projects for coordination to tie in supply, return and exhaust systems.

The HVAC design should be based on direct digital control (DDC) and connected to the existing building computer system




ELECTRICAL

Provide basis for design, including basic assumptions and points of connection with existing electrical systems. Verify that the existing feeders to be reused are adequately sized for the proposed project.

Provide single line diagram of proposed electrical system showing sizes of all electrical components.

Provide lighting and power plans as needed.

Provide demolition drawings for all items to be removed and relocated.

Provide fire alarm system and revisions dictated by space requirements as needed.

Provide plans and details of all extension of security system as needed.

Provide drawings for the extension of the public address and telephone/data systems as needed.

Provide light fixture schedule and fixture detail drawings as needed.

Provide all necessary details to fully describe installation requirements of the electrical equipment.

Provide panel schedules for all new and affected existing panels.

STRUCTURAL

Provide slab infill and opening details if necessary.
Provide equipment structure steel support as needed.


REVIEWS

A conceptual review (75%) will be held with selected VA Medical Center staff to ensure an understanding of the project between the VA and the selected A/E firm. At this review the AE firm shall present its program, methods, potential phasing plan and schedule under this work statement. This review will be scheduled after the design team has completed the onsite investigative review.

Formal Review: There will be two formal reviews; one each at the 70% and at the 100% design completion stages. The AE shall supply five (5) copies of drawings, five copies of specifications and five copies of cost estimates for each formal review. Review meetings will be scheduled approximately one week after receipt of the documents by the Medical Center. The AE shall incorporate any comments, notes or changes provided at a review meeting into the next review package. In addition, the AE shall incorporate any comments, notes or changes provided at 100% review meeting into the construction documents and cost estimate.

SEVENTY PERCENT (70%) REVIEW WORKING DRAWINGS

Specifications: Submit (5) copies of marked-up VA master specifications for each section to be used in final specifications.

Constructions Drawings: Provide (5) copies of plans showing all necessary alternations to existing areas affected by this project. Drawings should include demolition plans, final room and floor configurations with all doors and equipment located on the subject plans. A reflected ceiling plan, HVAC plan, plumbing plan, electrical power and lighting plans should be provided for this review. A room finish schedule should be provided for each type of room in the project along with plans, elevations and details.

Estimates: Provide five copies of construction cost estimates.

ONE HUNDRED (100%) PERCENT REVIEW WORKING DRAWINGS

Specifications: Furnish (5) complete sets of specifications bound in final format.

Construction Drawings: Furnish (5) complete sets of drawings, including all necessary plans, elevations, details and schedules and (1) complete set of Mylar reproducible drawings, one (1) single sided unbound copy and one (1) bound copy of the contract specifications after incorporation of 100% review comments.

Estimate: Furnish complete and detailed construction time and cost estimates.

The AE shall provide (2) sets of construction specifications in Microsoft Word/PDF and drawings in AutoCAD Version 2008 and in Adobe PDF format after incorporation of 100% review comments.

ESTIMATES

The Engineering firm will make use of the construction budget to derive the 70% and 100% construction cost estimates. All estimates shall be current as of the date of submission and escalated to the date of award as provided by the VA. Show unit quantity, unit measure, unit cost and total cost of labor and materials for each subheading, as required by VA FORM 10-6238, Estimate Work Sheet . All costs will include insurance, taxes and applicable subcontractors markup. Use wage rates that reflect current local wages. The latest Department of Labor wage survey available at the VA will be provided upon request. The A/E shall price materials and equipment at the contractors buying level. Sales tax, when applicable, will be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit.

CONSTRUCTION PERIOD SERVICES

Services during the construction phase of this project shall consist of:

Review of contractor submittals with regards to architectural, mechanical, electrical, roofing and asbestos/lead removal, with recommendation to the VA.

Site visits when requested by the VA, in accordance with the Engineering contract, each will be followed with a mandatory written field report.

After completion of the project correct the complete set of Mylar reproducible plans showing any changes from the original design and updated ACAD files. A/E shall also transmit copies of the ACAD files to Indus Systems for use to update Building Space files. A/E shall also transmit copies of 3-D color drawings and electronic version for VA record.

Provide the services of a certified Industrial Hygienist for monitoring and testing and a final report during the set-up and hazmat removal or cleaning.

End Statement of Work



SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance.

Evaluation Criteria: The A&E selection criteria for this acquisition are listed below:


Factor 1: SPECIALIZED EXPERIENCE & PAST PERFORMANCE
Offerors will be evaluated on the team's demonstrated experience, performance, technical abilities, and relevant project work of a similar scope, budget, and complexity as the Statement of Work for new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. Submissions will be evaluated on demonstrated ability to execute constructible, biddable, and well-coordinated construction documents, while meeting schedules and tracking/controlling costs to bring projects in on budget +/- 5%. Offerors shall provide estimates, bid price and final construction cost (to include change orders) of the 10 most recent projects completed.

Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with past client/customer reviews. Offerors are encouraged to list awards, letters of recommendation, outstanding merits, evaluations, or letters from past clients that demonstrate quality in design, superior project management, customer service, or professional performance. The Government may also use corporate knowledge when evaluating this factor.

Factor 2: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONEL

Offerors must provide background of firms (prime and sub-consultants) and list of key personnel with professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner. List all State registrations for individuals licensed in multiple jurisdictions.

Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services will be evaluated on education, project experience, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion this contract.

Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330.


Factor 3: FIRM CAPACITY & MANAGEMENT OVERSIGHT

Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm s ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. The evaluation will also consider the firm s present workload and the availability of the project team for the specified contract performance period. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected response times proposed may be incorporated into the statement of work as the standard.

Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming.


Factor 4: PROPOSED PROJECT DESIGN APPROACH

Design approach statements will be evaluated based on demonstration of a clear understanding of the instant project. Statements should identify potential problems and proposed solutions. Statements shall also outline designers plans to execute project and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy and standard level of care.

Factor 5: GEOGRAPHIC LOCATION & PLAN

The plan will outline the team's knowledge of CMCVAMC and unique requirements, along with the team s ability to accomplish the required AE services. Offeror s must indicate firm s/team s location, including main offices, branch offices and any subconsultants offices and demonstrate how the team will service the geographic area. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel.


Factor 6: INSURANCE, LITIGATION & CLAIMS
Firms shall identify the type and amount of liability insurance carried. Firms shall submit a listing of any litigation or claims against the firm and/or proposed subconsultants because of improper or incomplete architectural and engineering services within 5 years of the date SF330s are submitted. Listing shall include the outcome and settlement of each (if any). If there are none the offeror shall affirmatively state that there are none.


SUBMITTAL REQUIREMENT:
Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330.



Where to Submit: Offerors shall submit all original proposals to:

Department of Veterans Affairs
Network Contracting Office 4
Corporal Michael J. Crescenz, VAMC
ATTN: (Maureen Jackson)
3900 Woodland Avenue
Building 5, Contracting Office
Philadelphia, PAB 19104
Maureen.jackson@va.gov.

All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number.
Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract.

The741*963- A-E shall not include company literature with the SF 330.

In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work.

In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page.

In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page.

In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team.

In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement.

In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3.

In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered.

Personal visits to discuss this announcement will not be allowed.

Package must include an A&E Firm Point of Contact e-mail address and phone number.



End of Document

Maureen Jackson
E-Mail: Maureen.Jackson@va.gov
Phone: (215) 823-5800 ext. 9165

Maureen.Jackson@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP