The RFP Database
New business relationships start here

AE Correct Legionella Deficiencies and Provide Monitoring 610A4-18-104


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

This requirement is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $15 Million.

The Architect Engineer (AE) firm shall provide architectural and design services necessary to furnish: professional services for 100% design for the project 610A4-18-104, Correct Legionella Deficiencies, Fort Wayne at VA Northern Indiana Health Care System, Ft. Wayne, IN Campus, 2121 Lake Avenue, Ft. Wayne, IN 46805. The design will include Schematic Design, Design Development, and Construction/Bid Documents per the A/E Design Submission Instructions Document, Construction Administration Services, Technical Specifications and Cost Estimates. The project shall be designed based on the guides, manuals and planning criteria as described below:

The A/E design firm shall furnish all necessary architectural and engineering resources to complete discovery and mapping of entire Hot and Cold Potable water system. The water system will consist of point of entry on VA property to point of use for Building 1. The design must allow for the continuous operation of the Medical Center with minimal disruption to the delivery of patient care. A/E design firm shall address the following:


Conduct site survey and mapping of entire Hot and Cold potable water system for Building 1. Complete visual verification of water system. This visual verification will require many hours above ceilings. Debris hoods/lifts, with HEPA filtration, must be used during ceiling tile removal and reinstallation. Existing as-built drawings are inaccurate and incomplete. Mapping of the entire potable water systems for Building 1 should be to scale and descriptive of pipe size and material of pipe. The mapping must also consist of an accurate one line diagram of the potable water system. The mapping will also consist of riser diagrams of the potable water systems for Building 1.
Schematic (single line) diagrams of the site distribution and domestic water systems (hot and cold). Each diagram must be current and include diagrams of how water is distributed, circulated, stored, heated and cooled, treated, and monitored. The diagrams must be accurate representations of existing conditions and focus on main areas of water distribution and processing system(s) and identify any areas in which water is processed differently (e.g., hemodialysis and sterile processing).
Identification of water system management points for the building s potable water distribution system(s), and, based on the schematic diagrams, where monitoring and controls can be implemented to prevent the growth of Legionella and prevent scald injury.
Assessing the current potable water system compliance with VA Directive 1061: Prevention of Healthcare-Associated Legionella Disease and Scald Injury from Potable Water Distribution Systems with respect to Building 1. Utilize the mapping of the potable water system and Directive 1061 to design a comprehensive construction project to bring the potable water system up to Directive 1061 standards. The assessment of the current potable water system shall include assessment of current temperatures of the potable water throughout the system.
Items, per the 1061 Directive, will include but not limited to:
Maintenance of Appropriate Water Temperatures in Building Water Distribution Systems.
Maintenance of Biocide at a Recommended Level for Legionella Control.
Investigation of the water tower within the water system
Identification of dead legs of potable water system
Establish a dead-leg elimination and prevention plan. Plan components include: identification of existing dead-legs, dead-leg risk assessment, removal prioritization, removal schedule, and prevention.
Ensuring unused water branch lines and dead-legs are removed and capped at the main supply/recirculation supply lines to limit stagnation and reservoirs for Legionella growth in accordance with the approved HCA LD plan(s).
Continuous monitoring and recording of potable water system parameters
Continuous monitoring of incoming water quality entering building(s) (from municipal or central plant sources) as required in Appendix A and the faclity s approved HCA LD prevention plan(s).
Ongoing monitoring of biocide and disinfection byproduct levels in the building s potable water distribution systems to ensure they are within the guidelines defined in Appendix A and in compliance with operating permit requirements.
Water Quality and Pressure Monitoring. Potable water entering each building subject to this Directive shall be continuously monitored for incoming water pressure and the following characteristics: temperature, pH, dissolved solids, and oxidant residual.
Biocide. Implementing systems to deliver oxidizing agents and other biocides in building water distribution systems can be effective in inhibiting bacterial growth; however, their operation requires careful oversight for effective and safe use. For all buildings subject to this Directive, the following section includes the requirement to assess the quality of incoming water, and guidance and recommendations in the event that a VHA medical facility decides to implement biocide-based water treatment system(s) in such buildings.

Create a BIM model of the current potable water system including Building 1 potable water system. Utilize 3D Laser Scanning and BIM creation services to provide accurate, up-to-date spatial layout information for Building 1 and the associated potable water system. Space validation measurements shall use laser scanning. The scan information shall use LiDAR technology to develop a point cloud of the required building. This will be used as the base to create a Level 3 BIM As defined in AIA Document E202
of the building spaces, and include for reporting purposes, square footage, functional use name, department assignment, room name, and other data requirements described herein. DWG and DWF files, if required, shall be generated and exported from BIM and shall carry all the required associated data.


The A/E firm shall provide a preliminary construction schedule which shall include a timeline for projected outages highlighting the facility interruption time frame for each affected area. The A/E firm shall provide and present a detailed project work plan, including schedule, explicit phasing directions, space access and occupancy schedules, work schedules to include off-shift, weekend and holiday work requirements, staging and shop areas, construction waste management, infection and noise control, life safety compliance, wall material and finish schedules in areas where demolition of walls for access is required, work turnaround requirements, property protection and cleanup/restoration requirements. For equipment above ground level that requires lifting, a detailed site plan for lifting equipment, whether ground or air based, shall be provided, to include areas requiring evacuation, safety zones and demarcation, placement plans for ground-based equipment including load bearing capability of underground utility systems and soil suitability, overhead utility and obstruction avoidance, circulation plans to include routine and emergency access, pedestrian access control, and time of day/day of week definition to minimize patient care disruption.

A detailed Inspection and Acceptance Testing plan will be developed to provide contractors with acceptance milestones and incremental punch list management direction during construction. The intent of this plan is to provide an orderly method for the VA COR to periodically recognize beneficial use of the completed elements of work.

The Inspection and Acceptance Testing Plan shall include all requirements for a complete testing and commissioning by a third party firm of all systems affected by this project. As part of this Plan, the requirements for commissioning shall direct the construction contractor that all commissioning work will be performed in accordance with VA standards.

Anticipated time for completion of design is approximately 198 calendar days including time for VA reviews.

NOTE: A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon as built drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner s existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm.

In accordance with VAAR 836.204(h), the estimated magnitude of the resulting construction price range is estimated to be between $1,000,000 and $5,000,000.

Prospective firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides.

Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package.

SUBMISSION REQUIREMENTS:
Qualified SDVOSB A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs), an organizational chart of the firm, a design quality management plan, and past compliance with performance schedules (original design schedule vs. actual design completion time) for each key design project listed in Section F. All submissions must be bound in some manner (spiral, wire, binder, etc) and include a CD copy of the Standard Form 330 submittal.

Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows:




1. Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined.

2. Specialized Experience: Including technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recoveredmaterials.

3. Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time.

4. Past Performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement.

5. Geographic Location and Facilities of Working Offices. Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. (In accordance with VAAR 805.207, the geographical area is limited to a 200 driving mile radius of the VA Northern Indiana Health Care System - Marion Campus, 1700 E 38th St, Marion, IN 46953.).

6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.


FAILURE TO CLEARLY ADDRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330.

Completed SF330s shall be sent to: NCO 11 Contracting Office, Attn: Jeff Hairston, 8888 Keystone Crossing, Suite 1100, Indianapolis, IN 46240, no later than 3:00 p.m. EST, December 20, 2017. Outer envelope or packaging shall clearly identify Solicitation number 36C25018R0140. Any request for assistance with submission or other procedural matters shall be submitted via email only (Jeffery.hairston@va.gov). No faxed or emailed SF330s will be accepted.

After the evaluation of submissions in accordance with the evaluation criteria listed herein, a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated by March/April 2018.

This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.

Jeffery Hairston, Contract Specialist

Jeffery Hairston, Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP