The RFP Database
New business relationships start here

DESIGN FOR BUILDING 16 FIRE DEPARTMENT UPGRADE


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

The VA Medical Center, Canandaigua, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) of an AE (SDVOSB) for the design of a project to design a renovation to the Building 16 Fire Department. SDVOSB Vendors with an SF-330 on file within the past twelve months are being considered. If you believe you have an SF 330 on file and would like to be considered for this procurement please send an e-mail to Martin.McPherson@va.gov expressing your interest in being considered. Other SDVOSB firms having a working office within a 300 mile radius from 400 Fort Hill Avenue, Canandaigua, NY may submit SF 330 s for consideration, to the Contract Specialist at Martin.McPherson@va.gov by 4:00 PM EST, May 15, 2017.

The project is to provide design and engineering services together with a VA format driven construction contract package for modifications to Building 16 to reconstruct the entire building footprint for the Fire Department use at the VA Medical Center 400 Fort Hill Avenue, Canandaigua NY 14424. All designs will follow, but are not limited to, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. The design will also be done to ensure that the design meets all the requirements/ specifications for local, state, and federal codes. The estimated construction cost for the design must fall within the VA budget.

ENGINEERING DESIGN SCOPE OF SERVICES.

EXISTING CONDITIONS

Building 16 Single Story shared occupancy by the VA Fire Department and the Grounds and Transportation Work Center.

Grounds and Transportation occupies office, storage, lavatory and garage bay facilities in B-
Estimated 550 S.F. general offices and 1,750 S.F. Garage with 3-Overhead doors.

Grounds activity supports road maintenance, snow removal, lawn and landscaping needs, and performs maintenance on VA tractors, mowers and a variety of equipment.
Transportation activity maintains buses and vans for VA shuttle and mobile medical service. In addition a fleet of cars is maintained for Medical Center personal travel. Transportation maintains assorted records for servicing all vehicle and equipment and a process for vehicle sign out.
In addition to normal hours, Grounds and Transportation may be present on a 24 / 7 basis pending activates such as snow removal.
Washing of vehicles and equipment is an ongoing activity. While this activity is performed frequently, the activity is limited by weather conditions.

The VA Fire Department occupies office, storage, lavatory (820 S.F.), locker, rest and kitchen area (650 S.F.) and vehicle bays (1,220 S.F.) for housing of Fire Trucks and EMS vehicles.
The office area contains a Campus wide PA and announcement system and the Main Control panel for the campus wide Fire Alarm reporting and annunciating system (Simplex Grinnell).
The FD is staffed 24/7/365 and is the focus for emergency response and back up for engineering, facility, and telephone operations. Each shift contains 4 6 staff. There are currently 13 total employees in the VA FD staff.
Building 16 Fire Fighting personnel participate in frequent rapid response to campus building and medical emergencies.
Communication systems also include radio communication links and County Emergency response reciprocal agreement.
Both class room and campus drill and training exercises are held frequently.
The VA FD and Police units are the Medical Centers working and back up operation centers for all crisis, fire, safety and medical response needs. Their continuous function ability must not be impaired by this project.

A/E SCOPE OF SERVICES

Provide design and engineering services together with a VA format driven construction contract package for modifications to Building 16 to reconstruct the entire building footprint for Fire Department use at the VA Medical Center 400 Fort Hill Avenue, Canandaigua NY 14424. This document provides an overview of the work.

Include design full consideration associated with all forms of CSI content generally associated with Architectural, Mechanical, Electrical and Code driven facility modifications. Such considerations may also include storm and sanitary sewer, paving and grading, SOG rework and reinforcement, fire alarm and protection, equipment, office, lavatory, hazardous material, storage, and grading. Such compliance will include but not be limited to a NYS SWPPP for the Canandaigua facility so that the Medical Center may obtain a SPDES General Permit for Storm water Discharges. Provide specifications and construction period services as required by the SPDES General Permit for Storm water Discharges. Provide landscaping and engineered erosion mitigation design as appropriate.

Provide testing and documentation of capacity of contiguous utilities and environmental adjacencies such that construction ties in will not be restricted by non-verified utility capability. Such investigation and engineering shall include but not be limited to the following:

Gutter and rain leader flow to storm water sewerage.
Ground water flow migration measures to SOG areas know to uncontrolled flooding or pooled water on slab. Direction and control of surface water and drainage.
Vehicle wash requirements and environmental compliance design.
Other drainage cons for all below grade areas.
Emergency and normal electrical service.
Roofing, gutter and exterior brick serviceability.
Enhanced security from overt threat or terrorist activity to facility and personnel.

Provide for phasing necessary to maintain current Fire Department operations and communications throughout the construction period. Provide layout for traffic control in the area of Building 16 and adjacent Building. Provide plans for contractor staging area without compromising Medical Center functions.

The following features and functions shall be included in the design and engineering and construction package documents.
General B-16 Layout See Conceptual Layout Dec 6 2016 . The layout is a 1st iteration concept sketch generally showing the functions and adjacencies input by VA FD personnel. The draft is not a final layout. Some modifiers already exist concerning the sketch and are typical of changes during the design development of this project:
Apparatus Bay The 3 overhead bay opening will be enlarged to allow entry by FD Vehicles. A Plymo Type Air System is required for carbon monoxide removal and ventilation. Include Turnout Space and Gear Rapid Access storage modules. Repair / replace SOG, add new non-slip HD epoxy flooring. Replace drainage and fixtures as appropriate. Environmental control separator for vehicle washing waste water, w/ disposition for sewer system connection.
Raised Mezzanine Evaluate relocation above 2 center Bunk Rooms. The area is to be used for physical training above ground floor conditions. Features may include mock up Second Storied window entry and emergency response simulation. Sketch in a Brass Pole as for personnel descent as in a classic firehouse.
Hallway between Apparatus Bays and Bunks Resize for inclusion of large personnel lockers (See TA50 Double Mil style).
Kitchen Supports 6 staff needs for 3-4 day continuous shifts. Multiple refrigerators and freezers. New access to natural gas for Vulcan type 8 burner stove w/ ovens. Tables, seating and storage. Ansul Fire Suppression system @ Stove.
Main Office Contains existing main and sub FA control and PA panels. Rework multiple Simplex FA panels to relocate and integrate functions and coverage.
Day Room Build out and furnish as living room for shift personnel.
Chief s Office.
Assistant Chiefs Office.
Locker Room and Laundry Access washer, drier, storage, layout for uniforms and accessory clothing.
Gym Appropriate design.
Training Room Screen, projection equipment, lecture appropriate sound system and accessories.
Storage Room Not shown on conceptual sketch TBD.
Maximize new ceiling height per location.
Replace all windows and doors.
Consult w/ VAFD for reuse, relocation or replacement of equipment (Ex: Breathable air compressor).
Exterior Building Signage.
Exterior Lighting.
Demotion plan.

Data and Communications:
Telephone, IS/IT connections, VA Wi-Fi throughout.
Simplex FA rework as appropriate.
House Bell Internal Response Communication Alert.
Intercom.
Commercial Network Television connectivity.
Continued service in construction phase plan.

ACM / Lead Survey and Abatement:
Abatement package for construction package.
3rd Party Air Monitoring contract package.

HVAC:
Campus steam is existing at B-16. Determine design for heating and rework of system connection.
Include A/C all areas except the Apparatus Bays.

Fire Protection:
Dry Sprinkler System.

Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. This should include a pre-set number of visits included in the proposal. The AE shall preform all appropriate searches of electronic files for additional reference and design.

Consult with VA Fire Department personnel regarding operations and specialized design needs.

Provide complete electronic plans in pdf and AutoCAD format and fully edited specifications in pdf and Word format sourced from VA Technical Investigation Library (TIL) based specifications. Include an execution package Scope of Work narrative summary of the work.

Provide an independent analysis of all underground utilities for inclusion in design. Such analysis shall not be limited to ground penetrating radar, access by the AE of existing project plans and data, and review of pertinent VA documentation.

Other work shall include:
Construction period services including:
RFI review and response, as expeditiously as possible but, within 14 calendar days of receipt.
Contractor Submittal and Shop Drawing review, as expeditiously as possible but, within 21 calendar days of receipt.
Site visits and inspections.
Completed As-Built drawings in AutoCAD and pdf format.
Execution release package Specifications and Scope of Work shall contain but not be limited to the following inclusions.
The execution contractor shall provide a certified testing laboratory for subsurface preparation, compaction, and materials compliance. The testing laboratory shall provide via the execution contractor written test report to the VA COR. Testing results not meeting standards contained in the specifications shall be removed and replaced by the execution contractor.
The execution package shall include provisions to verify all underground utilities and replacement of all items damaged during construction.
Review any adjacent project design and provide final as-built documentation.
The AE shall provide all interior design services including but not limited to the completed Finish Schedule for all architectural items to be installed. The AE shall coordinate execution package inclusion of all specific interior design item VA selection such as but not limited to room colors, trim, doors, hardware, wall treatments, flooring, shower and lavatory finishes and items, ceiling, window treatments, fixtures, and specialty items with the VA COR as the singular point of contact. The purpose of preselection is to eliminate the review and selection of these items after the award of the execution contract.

REFERENCE DRAWINGS As historic reference Presumably out of date
VA AutoCAD BLDG. 16 Ground10/7/2014
Conceptual Layout Dec 6 2016
16-4 Heating Garage Building 16
16-3 Plumbing
16-1 Garage Building No. 16
16- - Electrical

The scope of the execution package shall include but not be limited to the following.
On-site inspection of testing per specifications.
Construction traffic control as appropriate with professionally printed directions.
Construction phasing as appropriate to Fire Department operations.
Red Line drawings.
Commissioning.
Contractor provided alternate utilities to support execution phase w/ 100% functionality.

The following evaluation criteria will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Canandaigua for A/E evaluation and selection. Firms submitting SF 330 data for consideration must address each of the following criteria in the SF 330:

SHORT-LIST CRITERIA UTILIZING THE SF330 FORM
Department of Veterans Affairs Architect/Engineer Evaluation Board


1. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required
Assignable point rang ..(0 to 40)

2. Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team
Assignable point range .(0 to 40)

3. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously
Assignable point range .(0 to 20)

4. Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. (Firms with no previous VA experience receive a +5 rating)
Assignable point range (-20 to 20)

5. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located
Assignable point range (0 to 20)

6. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design
Assignable point range (0 to 20)

7. Inclusion of small business consultant(s) (1 point), and/or minority owned consultant(s) (1 point), and/or women-owned consultant(s) (1 points), and/or veteran owned consultant(s) (1 point), and/or disadvantage veteran owned consultant(s) (1 point), and/or HUBZone consultant(s) (1 point)
Assignable point range (0 to 6)


SCORING KEY
SCORING FACTORS
RANGE
POOR
MARGINAL
ACCEPTABLE
VERY GOOD
OUTSTANDING
1 and 2
0 40
0
5-10
15 25
30 35
40
3,5,6
0 20
0
5
10
15
20
4
(-20)-(+20)
(-20)
(-10)
0
10
20

7
0-6
0
1-2
3-4
5
6


Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF 330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above.

This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated construction cost for this project is between $500,000 and $1,000,000. The NAICS code for this procurement is 541310.

Martin McPherson
Contract Specialist
585-297-1460 x72453
martin.mcpherson@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP