The RFP Database
New business relationships start here

PROJECT # 630A4-18-415 INSTALL GENERATOR FOR B85 and B86 ST. ALBANS VA MEDICAL CENTER


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

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
The Department of Veterans Affairs 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 No. 630A4-18-415 INSTALL GENERATOR FOR B85 and B86 located in St. Albans NY VAMC, St. Albans Campus. This procurement is restricted to Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms ONLY.
This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $7 Million. Magnitude of Construction is between $1,000,000.00 and $2,000,000.00. The anticipated award date of the proposed A-E Contract is on or before 09/30/2019. Potential contractors must be registered in SAM (www.sam.gov) at the time of submission of their qualifications in order to be considered for an award. In order to assure compliance with this clause, all firms submitting an SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) - subcontracting will not be permitted under this contract.

I. The scope of Work:
Provide all necessary labor and material for A/E services to design the INSTALL GENERATOR FOR B85 and B86 project at the New York Harbor Healthcare System- St. Albans Campus. Develop construction documents, construction period services, and site trips.

II. Specific Requirements:
Design and Construction Period Services, including Construction Site Visits: A/E scope of work shall include, but not be limited to the following design and construction period services.
A/E shall conduct field visits, site investigations, and present two design options for emergency power to Building 85, 86, and 87. A/E shall design a new emergency generator along with automatic transfer switches to serve the emergency loads for Buildings 85, 86, and 87. The project includes installing a new concrete pad and outdoor enclosure for the generator or use of the existing enclosure with an extension, if necessary, of the existing emergency generator building. The project includes installing new electrical conduits and emergency feeders for Buildings 85, 86, and 87. The project includes installing new emergency distribution panels for Building 85, 86, and 87. The project will support the additional emergency loads required in Building 85 for the C1 ward renovation, the approved C3/D3 ward renovations, and planned future renovation of C2/D2. The project is necessary to continue the current, approved, and planned future ward renovations to meet current VA patient privacy standards and correct FCA deficiencies.

Buildings 85 and 86 are currently undergoing renovation; several of these renovation projects are or will be in the C1 ward, C3/D3 ward and the future planned renovation of the C2/D2. These new renovation projects entail the installation of several new air-handlers and other cooling equipment, and as such, it has been determined that an increase in the capacity of emergency power is necessary to support buildings 85, 86 and 87. A/E shall conduct several field visits and site investigations and include qualified personnel to take whatever load measurements, over a pre-determined, period of time necessary to adequately size the emergency generator. The A/E to provide the VA with the best options for providing emergency power to the buildings mentioned above. One option the A/E shall consider is adding a secondary emergency generator to supplement the existing 150 to 170 kW emergency generator currently serving building 85/86/87. Another option to be considered is removing the existing 150 to 170 kW emergency generator in its entirety to be replaced with an emergency generator that is bigger in capacity and KW rating with the same diesel fuel source. A/E shall have access to all available As-Built drawings.

A/E will be supplied with existing construction drawings of the C1 ward as well as C3/D3 renovation ward for calculation of actual future power requirements that the buildings will need in addition to the amount of power it is currently using. A-E will also use existing C3/D3 construction drawings to estimate power requirements of the future renovation of the C2/D2 ward so that it may be incorporated into the total power calculations.

The A/E shall act in an advisory and consultant capacity to the Contracting Officer s Representative during the entire period of project construction.

A/E shall inspect and design all necessary components and ancillary systems for a new emergency generator. Design of new components shall include but not be limited to the design of new dampers and actuators, discharge plenums, new louvers, a new muffler, new ductwork, new concrete pad, new generator enclosure, new annunciator, new wall mounted emergency lighting, Install new conduits and emergency feeders from the new generators to the existing generator breakers and provide a new, stand-alone, programmable logic controller for the generator vault for automatic starting upon failure of existing utility power. Provide a new fuel monitoring system for the generator, reporting to the boiler plant.

Unit (ELU), new emergency distribution panels, new automatic transfer switches as well as a new day tank with necessary fuel piping, fuel cooler and other fuel piping components to provide power to the new emergency generator. A-E shall consider the scope of work of replacing the existing day tank with a larger day tank to feed the new emergency generator as an option.

The A/E shall provide all services for complete conceptual, preliminary design/development, construction documents, construction period services, and construction site visits. The A/E shall be responsible for verification of all existing as-builts drawings, preparation of contract drawings and specifications, including ICRA, Asbestos, Demolition, Architectural, Mechanical, Electrical, Structural and Fire suppression drawings.

A/E shall be responsible for CIH (Certified Industrial Hygienist) services for preparation of Asbestos drawings and specifications and air monitoring services.

A/E is to provide design drawings for connecting a temporary emergency generator of adequate capacity and adequate fuel supply to ensure buildings 85,86, and 87 are constantly being provided with emergency backup power throughout the entire course of construction and load testing and commissioning of the new generator.

All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Health Care Facilities Code, NFPA 37 Standard for the Installation and Use of Stationary Combustion Engines and Gas Turbines, NFPA 110 Standards for Emergency and Standby Power Systems, NFPA 111 Standard on Stored Electrical Energy Emergency and Standby Power Systems, NEC, VA Standards and Regulations, and all other applicable codes and standards.

A/E is to provide drawings indicating recommended phasing path as well as the recommended rigging path when installing a new emergency generator.

The A/E shall assist the Contracting Officer and the Contracting Officer Representative to interpret the Construction Documents and shall recommend any actions he deems suitable for the satisfactory prosecution of the construction work.

The A/E shall prepare any supplemental drawings, specifications, or other documents that may be required to clarify or supplement the Construction Documents.

The A/E shall review Construction Contractor s Submittals (shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, certifications, load bank test reports, 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 by stamping the submittals and forwarding to the VA COR.

The A/E shall assess and respond in writing to all RFI s (Request for Information) from the Construction Contractor to clarify or supplement the Construction Documents.

The A/E shall make visits to the Project site, observe the construction, and advise the Contracting Officer s Representative of any deviations or deficiencies. A report shall be provided after each inspection and sent to the COR for his review.

The A/E shall, upon substantial completion of construction and prior to VA utilizing the equipment, provide a Punch List of deficient construction items to the VA.

The A/E shall provide upon completion of construction As-Built drawings to the VA. As-Built drawings shall be based on marked-up prints from the Construction Contractor.

III. Industrial Hygienist
1. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing steam distribution system to determine the quantities of asbestos-containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project.

IV. All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1, and VA Standards & Criteria.

V. The following must be incorporated into the A/E design:
1. Meet with the VA Engineering Staff to determine the exact functional requirements to be used for the design.
2. Recommend various options for the hospital engineers to evaluate. Options should include completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility, and compliance with overall hospital objectives.
3. Provide all necessary site survey work to verify As-Built drawings and field conditions.
4. Provide construction period services and site visits.

VI. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings):
1. Mechanical
2. Electrical
3. Architectural
4. Structural
5. Plumbing

VII. Document reviews The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60%, 90%, and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate.
Contract Originals and As-Built drawings:
Contract originals shall be prepared on standard VA drawing sheets using AutoCAD (version 14 and 2016). The A/E shall provide one (1) set of drawings to the VA for record plans at the completion of the design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction, and the A/E shall turn over the changes in the As-Built drawings to the VA.
AE shall incorporate the service of Multivista Photograph or equivalent to take construction documentation photos for photographic documentation of the project at 8 Interior Progressions, a Detailed MEP Exact Build, and Finished Exact Build.
All contractor employees under this contract are required to complete the VA's online security awareness training course and the privacy awareness training course annually. The privacy awareness training requirement may be fulfilled under additional privacy awareness training options. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the Contractor and subcontractor(s). The C&A requirements do not apply, and a Security Accreditation Package is not required.
All work shall be done at the VA Medical Center, 179-00 Linden Blvd., St. Albans, NY 11425 in accordance with the work described above and/or tasks described in this contract.

COST RANGE

Estimated Construction Cost Range: $1,000,000.00 and $2,000,000.00

TYPE OF CONTRACT CONTEMPLATED

The Department of Veterans Affairs is contemplating awarding a firm fixed price contract.

ESTIMATED START AND COMPLETION DATES

The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows:

Design:

Start preliminary survey & study 7 Days after Notice of Award
Deliver Concept Schematics 14 Days after Notice of award
Select and Sign off Concept Schematic 21 Days after Notice of award
Deliver 1st review material (30%) 35 Days after Notice of award
Review 1st review material (30%) 42 Days after Notice of award
Deliver 2nd review material (60%) 56 Days after Notice of award
Review 2nd review material (60%) 63 Days after Notice of award
Deliver 3rd review material (95%) 84 Days after Notice of award
Review 3rd review material (95%) 91 Days after Notice of award
Deliver 4th review material (100%) 105 Days after Notice of award
Review 4th review material (100%) 112 Days after Notice of award
Deliver Final 100% CDs issued for bid 120 Days after Notice of award
B

A total number of days for the entire design is 120 calendar days from notice to proceed.

Construction:

Number of calendar days to complete construction and IGCE to be proposed by the AE firm upon completion of the design.


SELECTION CRITERIA

The Department of Veterans Affairs shall evaluate each potential contractor in terms of its:

(1) Professional qualifications necessary for satisfactory performance of required services;

(2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials;

(3) Capacity to accomplish the work in the required time;

(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;

(5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; experience presented in SF330 must indicate/reflect same or greater magnitude projects with similar or greater complexity and must be designed and constructed within last 5-7 years within design and construction funding limitations.

(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.


LIMITATIONS

This procurement is restricted to Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms ONLY.

SUBMISSION REQUIREMENTS

Qualified Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms are required to submit three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms). All packages shall be submitted no later than 4:00 PM, EST on 07/19/2019. All submittals must be sent by EMAIL to Vladimir.Stoyanov@va.gov .

The submission must include an insert detailing the following information:

1. Dun & Bradstreet Number;

2. Tax ID Number;

3. The e-mail address and phone number of the Primary Point of Contact and;

The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Vladimir.Stoyanov@va.gov ); telephone and mail inquiries will not be honored.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST.

THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.

Vladimir.Stoyanov@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP