The RFP Database
New business relationships start here

Architect & Engineering, Renovate Data Center, Project No. 542-19-107


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

ACQUISITION INFORMATION: PROJECT NO. 542-19-107, RENOVATE DATA CENTER

The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-19-107, RENOVATE DATA CENTER.

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.

GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work.

Scope of Work:
This project will totally renovate to current standards the two data center hubs to state of the art systems. It will relocate the heart functioning data center hub to be juxtaposed with the brain functioning data center hub. It will also reroute and replace the fiber optic distribution and IT (Information Technology) cabling as required for a fully and effectively functioning system. The renovation area for the two new juxtaposed hubs is approximately 1500 square feet.

The design will additionally evaluate the full fiber optic distribution system to determine the extent of its replacement. The portions of fiber optic distribution which are recommended for replacement based upon the evaluation will be incorporated into the design documents.

This project will additionally renovate approximately 8500 square feet of basement floor area in the same building as the new data center combined hub. This renovation will accommodate IT storage needs and IT staffing offices.

The renovation includes:
Reconfiguration of the data center space to meet the new requirements.
New raised floor system
New Computer Room Air Conditioning (CRAC) System configured to meet current industry best practices. The new systems must incorporate N+1 redundancy of all system components, for all areas served, and taking into account anticipated future loads. All systems must be set up for ease of maintenance.
New environmental and moisture monitoring system, with necessary notification system tie-ins.
New electric system and new UPS system to handle current and future loads.
New Fire Protection system.
Force protection / security for all elements of the IT system. Security includes insuring that MEP maintenance requirements remain isolated from IT system components. Security must be fully coordinated with Facilities Engineering and the Police Service.
Water-proofing of existing walls.

The design must fully evaluate all aspects of the construction project phasing to ensure seamless transfer of IT services to the new system, with no interruptions to IT services.
All elements of the existing IT systems which will not be used in the new system must be removed, except where it is in the best interest of the VA to abandon them. Independent 3rd party asbestos abatement monitoring as construction period services must be included in the Design scope of work.

The scope of work includes but is not limited to the following:
Evaluation of existing conditions,
Programming and design charrettes as required,
Coordinate with CVAMC Chief Information Officer (CIO) or designee through the COR throughout the project in order to ensure that all IT and information security requirements are followed and maintained.
Coordinate with CVAMC CIO regarding the application of any government furnished equipment (GFE) for the new system or its setup.
Coordinate the locations of all new racks, panels and equipment with the CVAMC. Ensure that the appropriate ambient conditions will be maintained for all agreed upon locations. Include building system modifications in the design if necessary to accomplish this.
Subcontract a commissioning organization to ensure that all HVAC functionality is accomplished and demonstrated prior to construction project completion acceptance.
Provide uninterruptible power supply (UPS) as required for new computers, panels and devices.
The system shall have all required lightening/surge protection.
Re-landscape any existing landscaping damaged or removed during construction activities such that the final conditions match or improve upon the pre-construction landscape conditions. (The construction contractor shall photograph all areas of the CVAMC campus to be affected by construction activities, equipment, vehicles or materials staging prior to commencement of such activities.) Provide new materials as required.
Patch all surfaces and finishes where existing components are removed and where surfaces and finishes are damaged by the construction and removal activities. Replace ceilings and provide access panels as required to accomplish the work.
Instruct designated VAMC staff in the proper operation of the new systems.
All construction activities shall comply with OSHA requirements.
Sizing calculations,
Providing recommendations and cost estimates,
Implementing value-engineering decisions to meet required construction budget,
Involvement of a certified industrial hygienist (CIH) to incorporate the necessary guidance in the construction documents as applicable,
Providing submittals and final documents as indicated below.

The Following Investigative Work shall also be included Within the Scope of this Project:
Perform a Code analysis to ensure that the applicable Codes are being applied.
Provide any civil, structural, architectural, electrical and mechanical investigative work necessary for properly designed and coordinated systems and elements.
Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design.
Take digital photos of site major features and connection points. Digital format must be compatible with VA software.
VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits.

Other:
Complete review and analysis of contractor's project cost proposals.
The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Representative (COR), request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals.
The A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay.
Construction period site visits as required. Include twenty (20) half-day visits; four (4) hours each for budget purposes.
Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover.
Infection Control: The "Pre-Construction Risk Assessment (PCRA)", located at the end of this Attachment, shall be completed and incorporated into the final construction documents.
The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide to the COR a complete set of mylar as-built drawings and compact disks (CD) of electronic contract documents as described in Article III, CONSTRUCTION PERIOD SERVICE REQUIREMENTS.

Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission CD compact disk requirements include: Drawings in AutoCAD 2014 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines.

II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS:
This article specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review, and the due dates for each submission. Available reference materials pertinent to the design and submittal requirements are indicated in Article IV, AVAILABLE REFERENCE MATERIALS. Submissions must be complete in accordance with this attachment and all referenced materials. COR acceptance of each submission is required before proceeding to the next submission. The A/E shall complete the design within 270 days.

A. Concept designs- The objective is to provide the VA with several concept designs for the end users to review and choose which design works best for them. A Charrette meeting will be held with all end users before the concept design begins to gain information and ideas and then a review meeting will be held once concepts are complete to get input as to what works best for the facility.
50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents.
95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are substantially and technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA.
Final Submission of Construction Documents Provide complete sets of documents as outlined and in quantities as required.

III. CONSTRUCTION PERIOD SERVICE REQUIREMENTS:
Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omissions of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate.

Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within 10 working days, or as otherwise required by the Contract.

Review of Change Order Requests and Requests for Information (RFI): The A/E shall respond promptly to all Change Order Requests and Requests for Information as required by the Contract.

Site Visits: The A/E shall provide up to twenty (20) half-days; four (4) hours each Construction Phase site visits including the final inspection when requested by the COR. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR.

Testing and Commissioning Responsibilities: The A/E will incorporate into their construction period of services fees the need for any third-party testing in regards to concrete testing, asbestos third party testing for the VA s testing specified needs and any commissioning necessary during the construction phase and upon completion of the construction. The third-party test and commissioning companies will be agreeable by both the A/E and the VA before the acquisition of these companies by the VA. It is also necessary for the commissioning agent agreed upon to be active with the actual designing of the systems to accomplish a smooth and proper transition of the newly constructed area to the VA. A/E cannot act as their own commissioning agent. Along with the commissioning services the selected A/E will also be responsible for obtaining and paying for third party IH monitoring for the VA during any abatement services needed during construction.

"As-Built" Document Requirements:

Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide 2 complete set of Paper as-built drawings and two compact disks (CD) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A/E title block information erased per A/E requirements.
Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (CD) to the COR, each containing this complete set of the final specifications in Adobe PDF format.

IV. AVAILABLE REFERENCE MATERIALS:
Prints of the station site, utility drawings and building floor plans may or may not be available. The accuracies of these drawings are not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E.

A/E Submission Instructions for Minor and NRM Construction Program: Program Guide PG-18-15 Volume C, November 2008 available on-line at https://www.cfm.va.gov/til/aeDesSubReq.asp. Otherwise, navigate as follows:

Office of Construction and Facility Management Web Site (https://www.cfm.va.gov/)
Tech Info Library (from menu on right side of web page)
"A/E Submission & Review" link under "TIL NAVIGATION" section and the TIL CATALOG index of resources heading on the right side of the web page
"Volume C - Minor and NRM Projects" link under "PG-18-15 A/E Submission Requirements" heading in the middle of the web page.

Additionally, the A/E Submission Requirements for VA Medical Center Major New Facilities, Additions, & Renovations spreadsheet: Program Guide PG-18-15 Volume B, March 1, 2017, has good information regarding the levels of documentation suitable for each submission. It is available on-line from the same web page.

Download from the Technical Information Library (TIL) copies of the Master Construction Specifications list and unedited copies of each specification section applicable to this project as determined by the A/E. The VA unedited master Specifications are available on line from the Technical Information Library at https://www.cfm.va.gov/til/spec.asp. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (http://www.cfm.va.gov/)
Tech Info Library (from menu on right side of web page)
"PG-18-1 Master Construction Specifications" link under the "VA Numbered Standards for Construction" heading near the bottom of the web page

Drawing Requirements Overview: Refer to "Topic 02 Drawings" from the VA Program Guide PG-18-3, available on line in the TIL (Technical Information Library) at http://www.cfm.va.gov/TIL/cPro.asp. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (https://www.cfm.va.gov/)
Tech Info Library (from menu on right side of web page)
"PG-18-3 Design and Construction Procedures" link under the "VA Numbered Standards for Construction" heading near the bottom of the web page
"Topic 02 Drawings" link from the list on the web page

CAD deliverables must conform to the current VA Drawing Deliverable Requirements (DDR), available on line at https://www.cfm.va.gov/til/bim/DwgDelivRqmts.pdf. Otherwise navigate as follows:

Office of Construction and Facility Management Web Site (https://www.cfm.va.gov/)
Tech Info Library (from menu on right side of web page)
"PG-18-4 Standard Details and CAD Standards" link under the "VA Numbered Standards for Construction" heading near the bottom of the web page
"VA CAD Standards" link from the list of Divisions in the middle of the web page (and above the links to Standard Details)
VA Drawing Deliverables (DDR) link under the heading VA BIM Standard

Other relevant information is available on the web page, as well.
One copy of the legal documents and bidding forms applicable to this project. Contact Acquisitions Management Service (AMS) Contracting Officer as listed in the solicitation.

Cost Estimates:

Review the Manual for Preparation of Cost Estimates & Related Documents for VA Facilities, available from the following link: https://www.cfm.va.gov/til/dManual/dmCost.pdf. Otherwise navigate as follows:

Office of Construction and Facility Management (CFM) web site (https://www.cfm.va.gov/)
Click on Cost Estimating link listed under the TIL Quick Links heading in the middle of the web page)
"Manual for Preparation of Cost Estimates" link in the middle of the web page under the Cost Estimating heading.

Labor Rates: Current Construction Wage Rate labor rates are available through the Contracting Officer.

Energy, Water Efficiency and Renewable Energy: The A/E shall specify in the construction specifications the use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost-effectiveness.B The A/E shall also consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications. Energy-consuming products must comply with the requirements of 42 U.S.C. B' 8259b. When acquiring energy-consuming products listed in the ENERGY STARB. Program or Federal Energy Management Program (FEMP):

Agencies shall purchase ENERGY STARB. or FEMP-designated products; and
For products that consume power in a standby mode and are listed on FEMP s Low Standby Power Devices product listing, agencies shall
Purchase items which meet FEMP s standby power wattage recommendation or document the reason for not purchasing such items; or
If FEMP has listed a product without a corresponding wattage recommendation, purchase items which use no more than one watt in their standby power consuming mode. When it is impracticable to meet the maximum one-watt requirement, agencies shall purchase items with the lowest standby wattage practicable.
Information is available via the Internet about
ENERGY STARB. at https://www.energystar.gov/products; and
FEMP at https://www.energy.gov/eere/femp/search-energy-efficient-products.

V. Evaluation Criteria: The A&E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance.

Team Proposed for this Project
Background of personnel
Project manager
Other Key Personnel
Consultants
Previous Experience of Proposed Team
Project Experience (Psychiatric Unit, Hospital, VA Medical Center, IT Data center renovation/design)
At least two similar projects in size and scope within last 5 Years
Proposed Management Plan
Design Phase
Construction Phase
Project Control
Techniques planned to control the schedule and cost
Personnel responsible for schedule and cost control
Estimating Effectiveness
a.B Ten most recently bid projects, to include IT data renovation and design
Response Time
RFI s, Submittals, Change orders. Percentage in relation to project total cost
Prime Firm
Consultants
Proposed Design Approach
a. Architectural
b. Structural
c. Environmental
d. Electrical
e. Plumbing
f.B Mechanical
B B B B B B B B B B B g. Data Center and cabling Capabilities
Miscellaneous Experience and Capabilities
Experience in NFPA 70E and 101 Life Safety Code
b.B Industrial Hygienist

VI. 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 Elizabeth Morin, Contracting Officer (542/90C), VAMC, 1400 Black Horse Hill Road, Building 16, Coatesville, PA 19320 by 10:00 AM, EST, February 20, 2019. 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 required will 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 $15M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 19 funding. Magnitude of construction project estimate is between $5,000,000 and $10,000,000.

(End of Document)

Elizabeth Morin
610-383-0202

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP