The RFP Database
New business relationships start here

Hospice Oxygen System, Project 542-17-101


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

ACQUISITION INFORMATION:

The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-17-101, Hospice Oxygen System.

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 (3/2013 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.

A. Scope of Work:
The A&E shall provide all professional architectural and engineering services necessary to develop complete drawings, specifications, cost estimates, project phasing, site visits and construction period administration associated with Scope of Work. The A&E shall conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. This project design will bring oxygen into building 138E from the old building oxygen system in building 138 and connect each patient room in 138E to the existing system with head walls supporting this oxygen system. Oxygen presently exists in building 138 and needs to be brought into the new addition.
Building 138E (Hospice) is a newly constructed building in 2013 that is attached to an older structure constructed in 1983 by way of a corridor system.

The A&E shall provide a design package to include all systems related to a medical air system and suction system incorporated into a homelike environment head wall system as to not look institutionalized.

The A&E shall complete an evaluation of the existing system for capacity to add the 8 new head walls required and design the route and system in the new building.

The scope of work includes but is not limited to the following:
Evaluation of existing conditions,
Architectural programming and design charrettes as required,
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.

B. The following investigative work shall also be included within the scope of
this project:
Perform a code analysis to insure 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.

C. 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.
3. The A&E shall notify the COR in writing of any and all deviations from the
requirements of the construction documents that is 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 ten (10) half-day visits; four (4) hours each for
budget purposes.
4. 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.
5. Infection Control: The "Pre-Construction Risk Assessment (PCRA)", shall be
completed and incorporated into the final construction documents.
6. 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.
D. Energy, Water Efficiency and Renewable Energy: The A&E shall specify in the construction design 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 following applicable requirements. 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 one watt requirement, agencies shall purchase items with the lowest standby wattage practicable; and
Information is available via the Internet about
ENERGY STARB. at http://www.energystar.gov/index.cfm?fuseaction=find_a_product.; and
FEMP at http://energy.gov/eere/femp/energy-efficient-product-procurement

E. 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 2010 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.

F. Time Schedule Review and Submittal Requirements:
This article specifies documents and contents required to be submitted by the A&E to the Department of Veterans Affairs (VA) for each scheduled review. COR acceptance of each submission is required before proceeding to the next submission. The A/E shall complete the design within 120 days.

Conceptual Design and Schematic - Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies.
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.
100% Submission of Construction Documents The objective of this submission is to for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents.

G. 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 ten (10) half-days; four (4) hours each Construction Phase site visits including the final inspection when requested by the COR. (To 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.
"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 a complete set of mylar 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.

H. 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
At least two similar projects in size and scope
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. Ten most recently bid projects
Response Time (RFI, Submittals, Change Orders - Percentage in relation to total amount.
Prime Firm
Consultants
Proposed design approach
a. Architectural
b. Structural
c. Environmental
d. Electrical
e. Plumbing
f. Mechanical
Miscellaneous experience and capabilities
Experience in NFPA 70E and 101 Life Safety Code
b. Industrial Hygienist

I. Contract Award Procedure: Interested A&E firms shall submit two (2) copies of SF330 (3/2013 Edition) and CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Building 19S, 1400 Black Horse Hill Rd., Coatesville, PA 19320 by close of business (4:30 PM, EST), March 7, 2017. 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 541310 and size standard $7.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 17 funding. Magnitude of construction project estimate is between $500,000 and $1,000,000.00.

(End of Document)

Elizabeth Morin

Elizabeth Morin, Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP