The RFP Database
New business relationships start here

Project #528-18-374 Design to Relocate Labs


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

Synopsis:
This is a Sources Sought Notice for Architect - Engineering Design Services to relocate the clinical and microbiology labs to a newly built floor atop of Building 20 (Research Lab), Project 528-18-374 at the Buffalo NY VA Medical Center The estimated cost of construction for this project is $17,100,000.00. This is NOT a request for proposal.
Set-Aside: This procurement is anticipated to be 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS code for this procurement is 541330; the small business standard is $15.0M. SDVOSBs shall be verified in: www.vetbiz.gov at time of evaluation, any subsequent RFP and prior to award.
Area of Consideration:
The area of consideration is restricted to firms with offices and key personnel assigned to this project located within a 525-mile radius of the Buffalo, NY VA Medical Center as indicated by a mapquest.com driving directions search; from the prime designer s home address as listed in Vetbiz to the Buffalo NY VA Medical Center, 3495 Bailey Ave. Buffalo, NY 14215
Background:
The main building identified as Building No. 1, is a 14-story structure that was constructed in 1949. In the late 1970 s a three-story E-Wing infill was added to Building No.1. The majority of Laboratory functions have been conducted on the second floor of B-Wing and E-Wing since the construction of both spaces. Blood draw is on the first floor of D-wing and the morgue is located in the basement of B-Wing. These locations have surpassed their expected longevity.
The research building (Building No. 20) was built in late 1980 s. It has a basement, two occupied laboratory and administrative floors, and a mechanical floor. Building No. 20 has the structural capability to have two floors added.
Scope of Work:
The purpose of this project is to design new and renovated space for the existing Clinical Laboratory Department and associated programs. The objectives of this project are:
constructing approximately 19,000 square feet of new floor space (4th Floor), with roof, on the Research Building (Bldg. 20) for Clinical Laboratory,
select demolition, renovation, and upgrade of utilities, supporting services, infrastructure, and spaces impacted by the additional floor,
phased renovation and/or relocation of phlebotomy and morgue,
maintaining separated and secured access to Research space and new Laboratory space via existing connectors and/or construction of new,
expansion of pneumatic tube system to serve relocated Clinical Laboratory
maintaining continued operations of the research functions in Bldg. 20 and other areas impacted by construction

The selected firm shall be responsible for providing comprehensive sets of drawings and specifications for a complete and executable construction project. This will require the firm to perform the following:
Analysis of and recommendation for laboratory department operations, procedures and equipment. This report shall be used to drive the design submissions.
Development of space program (SEPS)
Perform site investigation(s) of existing conditions and systems related to Building No.1 and Building No.20 via facility historical records, drawings, etc. to assess limiting extents of design potential
Hazard Material Analysis and reporting
Licensed surveying of land and structures as necessary to develop the design
Consultation and discussion with VA staff to establish Design Basis
Development of a design narrative to document the design process and delineate the construction impacts to the Medical Center.
Reconciliation of Contractor As-Built Drawings into Record Drawings
Coordinate with and obtain approvals (as required) from City of Buffalo officials as required for any required traffic pattern changes and zoning, setback, and easement requirements.
Coordination with and obtain approvals from the State Historic Preservation Office
Determine possible courses of action to resolve issues identified by VAMC and identified by the Consultant during site surveys
Develop detailed construction documents (35%, 65%, 95%, 100%), specifications, cost estimates, and an associated execution plan with constructability review (with phasing, required shutdowns, system bypasses, needed laydown areas, vehicular and pedestrian safety measures)
Identify bid deduct options that total a minimum of 20 percent of the total estimated construction cost.
Answering requests for information (RFI)
Submittal tracking and review
Oversee construction operations in conjunction with Buffalo VAMC personnel to ensure contractor is in compliance with developed detailed construction documents and specifications
Coordination with Commissioning Agent. The VA will employ a third party Commissioning Agent to meet the Federal Mandates requiring whole building commissioning. The Commissioning Agent will verify performance of building components and systems and to ensure design requirements are met, develop a commission plan inclusion of commissioning requirements in construction documents, verification of installation and performance of commissioned systems (testing and system monitoring), operation & maintenance manuals and training, and a commissioning report. The A/E team shall work with the Commissioing Agent throughout the design and construction process to assure all objectives are met.
Reconciliation of redline drawings into Record Drawings
The A-E shall specify in the construction design specifications, use of the maximum practicable amount of recovered materials consistent with the performance requirements, availability, price reasonableness, and cost effectiveness. The A/E shall consider energy conservation, pollution prevention, and waste reduction to the maximum extent practicable in developing the construction design specifications.

All designs will follow the VA design guidelines and specifications for VA construction. The design must meet VA Master Construction Specifications and Design Manual, latest versions of applicable NFPA standards, NEC, JCAHO, OSHA, ANSI, ASHRAE and any other codes. The VA s internet address for the VA Master Construction Specifications and other references is:
http://www.va.gov/facmgt/standards/standard.htm
The 100% construction document submission must include phasing drawings for demolition/asbestos abatement/new construction (if required). All designs must be certified by an engineer licensed in the State of New York. The design shall be completed in a manner such that it does not exceed the estimated construction cost.

SF330 Submission Evaluation Criteria:
The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by the Buffalo NY VA Medical Center for A/E evaluation and selection. The evaluation factors are shown below weighted and in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330:
1. Professional Qualifications of Team (18%):
Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Resumes to include SDVOSB Owner and provide current professional registrations/certifications of person/people who will be stamping the drawings if not listed above.
2. Specialized Experience of Proposed Team (18%):
Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at VA Medical Centers). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List individual(s) that be doing field investigation on this project and their past experience and knowledge of the Buffalo, NY VA Medical Center.
3. Capacity to Accomplish the Work in the Required Time (18%):
Show all current projects assigned to the proposed design team and describe what impact those projects will have on maintaining the design schedule for this project.
4. Past Experience/Past Performance (18%):
Provide prior prime contractor (SDVOSB) experience on projects (no more than five (5)) awarded within the last five years for Government and/or private hospitals with similar scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed:
a. Name, Address, Telephone Number, email and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance.
b. Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses, emails and phone numbers of subcontractors used.
c. Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to this design. Indicate how these projects are similar in scope, design and complexity to this design.
d. Proposed Management Plan and Approach: Management plan for the design phase and the construction phase as well as overall design philosophy. Include information on cost control, quality of work and compliance with performance schedules. Show the prime firm will perform 50% or more of the work.
5. Location (10%):
Proximity of facilities and personnel to the geographical area of the work in terms of mileage; corporate knowledge of local conditions related to the locality of the project.
6. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (10%)
7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management and cooperativeness. (4%)
8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (4%)
SF330 Format:
All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows:
All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size. In page limits discussion, one (1) page refers to one side of a typed page.
Introduction Letter: Maximum of two (2) pages.
Section D - Organizational Chart of Proposed Team
1. Limit of one page for this section
Section E - Resumes of Key Personnel Proposed for this Contract
1. Limit of one page per resume
2. Limit of 8 resumes total
Section F - Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract
1. Limit of one page per project
2. Limit of 5 projects total
Section G Key Personnel Participation in Example Projects
1. Limit of two pages
Section H - Additional Information
1. Include Proposed Management Plan and Approach
2. Include discussion of the following evaluation factors:
a. Location
b. Capacity
c. Estimating Effectiveness
d. Project Control
e. Insurance and Litigation
3. Overall limit of five (5) pages for this section
Standard Form 330s with appropriate data for this project must be submitted in ELECTRONIC FORM ONLY to the Contracting Officer no later than April 4, 2019 by 12:00 P.M. EST. The overall size of the file cannot exceed 10MB; if additional space is required, divide the file into segments with each file size less than 10MB.
Send information to: Davidm.Esmay@va.gov. A received notification will be sent.
It is anticipated interviews or discussions for selection will be conducted o/a April 26, 2019.
Type: Other (Fed-Biz-Opps-Notice)
Posted Date: March 5, 2019
Description: 36C24218R0031
Contracting Office Address:
Department of Veterans Affairs; Network Contracting Office (NCO) 2; 2875 Union Rd. Suite 3500, Cheektowaga, NY 14227
Place of Performance:
Department of Veterans Affairs; Buffalo, NY VA Medical Center; 3495 Bailey Ave. Buffalo, NY 14215
Point of Contact(s):
David M. Esmay
Contracting Officer
585-297-1460 x72456

David Esmay
Contracting Officer
585-297-1460 EXT 72456

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP