The RFP Database
New business relationships start here

Architect/Engineer Services 631-16-030 Ward 4 Lower Upgrades Design


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

Page 3 of 4
This is a Sources Sought Notice only. This announcement is not a Solicitation Announcement, nor is it not a Request for Proposals (RFP) or Request for Quotes (RFQ). The purpose of this notice is to perform market research in order to determine if any Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) A-E firms are interested and qualified in performing work in the proposed area of responsibility and this is a request for information advertisement only. The Government will not pay or reimburse any parties for the costs associated with responding to this request. this sources sought is not to be construed as a commitment by the Government to issue a solicitation and the Government is under no obligation to issue a solicitation or award a contract from the responses received as a result of this announcement.

The Department of Veterans Affairs, Network Contracting Office 1 is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 631-16-030 Project Title: Interior and Acoustic Upgrade Design for Acute Psychiatric Ward (Mental Health Environment Of Care, Ward 4 Lower, BLDG 4 located at the Northampton VAMC, 421 Main Street Leeds MA, 01530.

The purpose of this notice is to determine if there are qualified SDVOSBs or VOSBs that have the experience in A/E Services for a complete design to renovate and construct a Specialty Care Clinic in BLDG 1 at the Northampton VAMC, and to determine if such qualified businesses are interested in this A/E requirement. The NAICS code is 541330 and the small business size standard is $14 million. Interested SDVOSB or VOSB firms should indicate their interest to the Contracting Officer not later than 15 calendar days from the date of this notice via email to Torben.Ohlsson@va.gov
Scope of Work: The VA Central Western Mass requires design to alleviate excessive noise throughout the common areas of Ward 4 Lower, the Mental Health Acute Care Facility, for the purpose of patient comfort and staff efficiency. Currently there are no sound absorptive surfaces either on the walls or ceilings. The noise levels routinely rise to 75 dB which while acceptable per OSHA standards, the echo/amplification heard within the ward is counterproductive for the mental health of patients. Additionally it interferes with staff attention and focus upon patients. Design Firm must have access to an acoustic engineer available to evaluate this project and make recommendations.
This design request is for an architect / engineering firm to design an appropriate acoustic material / mounting style to mitigate the noise while ensuring safety for patients and staff. This ward houses acutely mentally ill patients to include patients at risk of suicide and assault on others. Therefore any components added to the walls or ceilings must meet strict patient safety standards and guidelines.
The architect/engineering firm shall perform the following tasks as part of this contract:
a) Review available documentation of the existing systems.
b) Perform on-site survey to document condition of walls and ceiling and acoustic environment. Site survey will include a walk-through of the sample panels obtained by the VA FMS and the lessons learned in terms of materials, mounting hardware, and method of mounting.
c) Provide a brief written report of findings and provide recommendations for the mitigation of the poor acoustic environment. Recommend cost-effective, suicide resistant, rugged (not easily punctured, torn, pulled off, etc.) and durable options for the VA to review and approve before design work begins.

d) Any components added to the walls or ceilings must be:
a. Durable and washable with a bleach cloth
b. Fire Rated
c. Appearance must conjure home like (therapeutic) environment
d. Limited to the common areas (no bedrooms or bathrooms are included)
e. Rugged (not easily punctured, torn, pulled off, etc.)
e) Mounting hardware and method is critical to this design. Hanging and ligature points must be eliminated. Tamper resistant screws must be used wherever the mounting hardware is exposed to patients.
f) Panels must be able to be removed for maintenance or cleaning purposes but must require special tool / knowledge to remove them they should be reasonably difficult for patients to remove.
g) Panels themselves must be a durable material to prevent access to the acoustic material. Panels shall be bleach cleanable and finishes shall have these minimum requirements: Minimum double rub of 100,000 for fabrics, antibacterial properties, Class A & Class 1 under ASTM E84, NFPA 260, Cal 117. Cradle to Cradle and SCS certified. Metal and panels with (potentially) sharp corners should be avoided.
Solid colors without pattern not allowed. Due to installation within an acute psych. ward, selection of a wide variety of patterns shall be made available. Organic, healing-type patterns preferred. Abstract-style patterns not permitted.
Note: 100% Xorel wallcovering with x-protect barrier backing as well as digital images applied to wallcovering will also be considered.
h) Design plan for the construction period should include a two week period of performance during which the ward will be shut down. Therefore no patients will be on the ward during the time of construction. Two weeks is the timeframe requested by the VA but design firm can recommend alternatives if there is sufficient justification.
i)Include in design two other elements:
a. Sink is required immediately outside Nurses Station. Conduct a site survey of work practices and review of plumbing drawings to determine best location. Sink must meet Mental Health Environment of Care standards. Must be included in the two week construction window.
b. The existing Nurse station was constructed with a 24 high wood base that slopes away from the desk. It was placed there to prevent patients from grabbing staff behind the counter but has created a significant trip hazard and is not as effective in removing the risk of patient access to the Nurses Station as designed. Include in this design an evaluation of this architectural element and design an appropriate replacement to be included in the two week construction period.
c. Review door and door frames. Many door frames seem too weak to support activity on ward. Conduct review of possible additional support measures.
d. Survey existing laundry and trash carts within ward and develop enclosure that will meet the MHEOC requirements.
j) Submit conceptual, design development, and final design drawings for VA review and comment by VA Engineering and Interior Design Departments. Issue signed and stamped construction drawings and specifications for bidding purposes.
k) All design work shall be in strict accordance with VA Standards, including the latest edition of the Dept. of Veterans Affairs Mental Health Design Guide and VA Sustainable Design Manual. Finish/color selections shall follow VA VISN 1 standards and approved by the VA Interior Designer.
l) The VA Master Specifications shall be used for construction specifications. These will be made available in electronic format from the VA Technical Information Library.
m) All field work shall be scheduled at least 72 hours in advance with VA Facilities Management.
n) Design firm shall follow applicable sections of VA PG-18-15, A/E Submission Instructions.
o) All new construction shall meet applicable VA life safety requirements.
p) All construction work will require an infection control plan.
q) The VA will perform a NEPA (National Environmental Policy Act) review of the project.
r) The contract documents must instruct the installing contractor to use all reasonable means to divert construction and demolition waste from landfills and incinerators, and facilitate their salvage and recycle in accordance with VA Master Specification Section 01 74 19.
s) The site shall be left clean of all construction debris and hazardous materials.
t) Design and installation to meet latest edition of the NEC, NFPA, and all applicable building codes.
u) All construction work shall be performed in accordance with VA Construction Safety Code and OSHA codes.
The following information is requested in response to this notice:

(1) Evidence of verification in Vet Biz as an SDVOSB or VOSB firm under NAICS code 541330.

(2) A positive statement of your intention to submit a qualifications package in response to this notice.

(3) Evidence of your experience in A/E Services for a complete design of a package for construction of Specialty Care Clinic with a minimum of one (1) located at a medical facility (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). The estimated magnitude of construction costs for this project ranges between $2,000,000.00 and 5,000,000.00.

(4) Proof of professional liability insurance required to cover the entire project.

(5) Evidence your firm is within a 200 mile radius of the Northampton VA Medical Center, located at 421 North Main Street, Leeds MA 01530

Firms must be registered in the System for Award Management (SAM). Visit www.sam.gov to register in this database. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under NAICS CODE 541330.

All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB or VOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB or VOSB concern. If adequate interest is not received from SDVOSB or VOSB concerns by 15 calendar days from the date of this notice, this action will not be set-aside for SDVOSB or VOSB firms. Interested firms may reply via e-mail Torben.Ohlsson@va.gov by 3/10/2017.

Torben Ohlsson, Contract Specialist
Department of Veterans Affairs
VA CENTRAL WESTERN MASSACHUSETTS HCS
Acquisitions-90
421 North Main Street
Leeds MA 01053-9764

Torben O. Ohlsson Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP