The RFP Database
New business relationships start here

Project Number 526-15-113 Renovate ICU


New York, United States
Government : Federal
RFP
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 Number 526-15-113 Renovate ICU. This Project will design a complete and fully functional ICU at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

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 $15 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2017. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-10(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns . In order to assure compliance with this clause, all firms submitting a 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) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc).

LOCATION
This Project will design a complete and fully functional ICU at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

SCOPE OF SERVICE REQUIRED
Project Number 526-15-113 Renovate ICU
A/E will supply all labor, materials and services to include but is not limited to Architectural Specifications, electrical, plumbing, mechanical, clinical, structural, Value Engineering, progress phasing scheduling and estimating as well as other design considerations, to design for a complete and fully functional ICU. Design will include but is not limited to the following:
A) Renovate ICU
Completely renovate 8B for ICU ward as per VA specifications and design guides to be inclusive of waiting room, staff lounges, staff locker rooms, on call rooms, sleeping quarters, bereavement room, patient beds rooms, break room, staff and patient showers, offices (for residents, fellows, managers, etc), conference room, nurses station, efficient storage rooms, linen rooms, medical supply, defibrillator crash carts, computer stations, clinical monitors, ABG rooms, X Ray rooms, possibility of lead lined ICU procedure room with fluoroscopy for lines and bronchoscopy if space allows, housekeeping closet and any other rooms or spaces for a fully functional ICU.
Waiting room, Bereavement rooms and patient rooms to have comforting, friendly, home environment and television.
Install intercom or similar system in waiting room for staff to communicate with family/visitors from ICU nurses station or reception area.
Install new Hill Rom nurse call system to match hospital standard and tie into existing centralization network. Install most up to date Nurse Call system. Include training all shifts for all staff.
Sky Factory or equal digital scenery changing panels to be installed in each patient room, waiting room. To be installed on patient walls or appropriate open equivalent space.
New rooms to have system where medical staff can view patients but patients still have their privacy as much as possible. Look into concept of E-glass, black out glass, or similar for privacy. Use of curtains is not preferred.
All patient rooms to have their own bathroom if possible. Patient shower location to be installed in new ward if they cannot fit in each room.
Create isolation rooms equipped with Antiroom, ball and tube indicators, etc. Some rooms already have negative pressure capability. Look into building around this set for new isolation rooms. Design for all ductwork to roof as needed or utilize any existing runs if present. Design for changing out exhaust fans if necessary.
Overall AHU is not being changed. Modify AHU or other equipment if needed to meet HVAC air exchanges and requirements for an ICU.
Look into the possibility of installing a bed pan washer location.
Change all flooring with infectious control ratings. Look into concept of Epoxy or Stonehard floor or equal for patient care areas. Waiting rooms, Bereavement rooms can be a decorative vinyl tile such as wood, etc.
Appealing countertops and space efficient storage cabinets by sinks. Cabinets and storage bins to have locks. Sinks to have sensors or other methods to eliminate touching sink for better infection control.
Nurses stations to have appealing countertops and have all required outlets, IT needs, new Nurse Call monitors, new clinical alarm system and monitoring, new camera observations systems, electronic charting and assignment boards, locations for binders, logs, etc. Nurses Station to be located in manner to minimize interruptions to patients as much as possible.
Create Slave monitoring system for select staff at their offices for patient monitoring.
Lighting in patients tooms to have dimming capabilities and other lighting methods for better comfort for patients.
Install patient or arjo lifts in all patient rooms.
Linen closets for all patients rooms to be accessed from inside patient rooms and outside corridors. With as much storage space as possible.
Install eye wash stations and water fountains.
All rooms to have new flat screen TVs. Flat screen monitors to be furnished by VA. Specify type flat screen monitor for VA to purchase to properly work with Nurse Call, Pillow speaker, etc.
Provide all necessary connections for the TVs to properly function. Show all electrics, cable TV, nurse call wiring hook up configurations as necessary for new flat screen monitors to fully function.
Each patient room to be have booms equipped with medical gas connections, outlets, all other required utilities. Booms to have exterior cover that is not prone to deterioration or rusting. Booms to be maintenance friendly for housekeeping to easily maintain.
Each room to have dialysis connections made of new durable materials that can easily connect to portable dialysis machines without breaking.
Create small storage room for portable dialysis machines and a separate room for pumps and other equipment.
Create 4 new emergency panels to match the set up at 8C and tap into existing incoming service from life safety generator at 8A electric closet to 8B to power emergency loads throughout unit. Existing ICU not be disconnected from generator. Design for method to see no or minimal downtime at existing ward 8C when final terminations are made.
Utilize critical, life safety and essential equipment panels in 8B electrical closet.
Modify and/or renovate PA speaker system in 8B as needed.
Try to make separate entrances to IT closet and electric closet if possible.
Include all new IT wiring, CAT 5,wall connections, patch panels, racks, phone termination blocks, plywood support backings, cable management systems, fiber optic connections, etc. Final terminations in closet to be done by in-house IT department.
Install new decorative handrails throughout space. Install decorative ICU entrance for entire ICU and waiting room..
Design for defibrillator crash cart spaces, med carts, gas canisters, and other equipment by Nurses Stations.
Efficient space for computer bays for nurse use near patient rooms.
Renovate for a new conference room equipped with wall mounted display system. (Utilize present conference room at 8C as an example)
Dedicated room or rooms for SPD supply, specialty items, IV supply, Medication, and supplies
Make some rooms able to handle the specific temperature of sensitive supplies with thermostats and temperature alarms.
All supply rooms to be installed with more efficient cabinets, shelving, etc.
Design areas showing all furniture placement for staff and patients rooms. Staff furniture to be purchased by VA separately. Non-movable furniture such as cabinets, storage, nurses stations, countertops, etc will be furnished by contractor.
Renovate at least for 2 bathrooms in main corridor at 8A with ADA requirements
Any bear steel beams found to be fireproofed with spray on fireproofing utilizing Hilti or approved equal.
Correction of life safety deficiencies in space regarding existing junction boxes and conduits that is not supported, open knocks outs, open junction boxes.
All locks to be Stanley best core max system locks. All offices to have storeroom functions. Supply, staff areas to have electric keypad locks with preinstalled electric wiring. Lock system to be small format 7 pin system
Include notes for PPE equipment and OSHA certification requirements for all workers on construction site.
Utility shutdowns to be isolated to area of work only if possible. Medical Center and/or other areas not to be affected if possible. Notes to coordinate with project engineer and in-house trades shops for sprinkler shutdowns, electrical, water, sanitary, HVAC, welding and cutting etc a week prior to shutdowns.
Provide common, path of egress, dead ends, smoke barriers walls, fire ratings, etc drawings for life safety.
Provide infection control drawing as per VA and in-house policies. Label group and risk. Clearly state requirements of contractor on drawing. Provide clear path for removal of debris. If any work has to be done in an active location contractor is to use mobile enclosed tent or plastic enclosure to prevent and/or minimize the spread of dust and other germs by opening the ceiling tiles to install system.

B) All design to be done as per VA specifications, NFPA 99, 101, NEC, VA design manuals, ANSI/TIA and BICSI standards.
C) Coordinate all construction with Project Engineer prior to start of work.
D) All penetrations made during installation around wiring, conduits, junction boxes, pull boxes, pipes, etc must be sealed with Fire Sealant Caulking and/or materials. Hilti fire sealant is hospital standard.
E) Provide patchwork, paint, replacement of ceiling tiles, etc to any area destroyed during construction. All materials must match existing type.
F) Any drawings provided by the Government are for reference only and it is the responsibility of the contractor to field verifies all drawings, installation methods and dimensions for accuracy.
G) Must clean construction site on a daily basis.
H) Contractor is to furnish all warranties, operation and service manuals for the job and new equipment prior to final payment. All warranties begin when approved and accepted by Bronx VA.
I) Contractor is responsible for securing the construction site, while maintaining the integrity of the Medical Center security.
J) Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc.
COST RANGE
Estimated Construction Cost Range: Between $5,000,000 and $10,000,000.

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 are as follows:

Deliver Conceptual and Preliminary Documents Schematic Review material to Contracting Officer not later than____ 60 Days After Award.

Review Conceptual and Preliminary Documents Schematic Material with Contracting Officer on ___________ 100 Days After Ward.

Deliver 35% Schematic Review material to Contracting Officer not later than_130 Days After Award.

Review 35% Schematic Material with Contracting Officer on_ 160 Days After Ward.
Deliver 65% Design Review material to Contracting Officer not later than 200 Days After Award

Review 65% Design Material with Contracting Officer on __ 240 Days After Award
Deliver 95% Design Review material to Contracting Officer not later than_270 Days After Award

Review 95% Design Material with Contracting Officer on ___ 300 Days After Award

Deliver 100% Final Review material to Contracting Officer not later than 330 Days After Award

Review 100% Final Material with Contracting Officer on ___ 345 Days After Award
The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews.

Construction:
Number of calendar days to complete construction is to be determined by the AE firm after the design is complete.

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

Selection Criteria
Weighting
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
10%
Examples of specialized experience and technical competence in various disciplines required for specific project.
20%
Capacity to Accomplish the work in the required time
10%
Past experience and performance on government contracts.
10%
Proximity of firm or working office providing professional services to the facility.
10%
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
10%
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
5%
Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.
25%
Total
100%

SELECTION CRITERIA DESCRIPTIONS
The selection criteria descriptions are provided below.
PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES.
Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope;

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

CAPACITY
This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time.
The general workload and staffing capacity of the design office will be evaluated.
List current projects with a design fee of greater than $20,000 being designed in the firms office.
Indicate the firms present workload and the availability
of the project team (including sub-consultants) for the specified contract performance period;
Describe experience in successfully delivering projects per
performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates

PAST PERFORMANCE:
VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required).

Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought.

Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts.

Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation.

Submission Requirements:
Submit a minimal of three (3) references; any of the following evaluations are acceptable:
A-E Contractor Appraisal Support System (ACASS),
Contractor Performance Assessment Report System (CPARS), or
Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.
If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects.

A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Richard Adu via email at Richard.Adu@va.gov prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document.

LOCATION
The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is
an evaluation criteria.
v. This distance is determined according to http://maps.google.com/
vi. This factor evaluates the distance the AE firm's design office or offices lies from the
location of work. Please provide the address (es) and distance of your closest office to
the address listed below.

ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA.

LIMITATIONS
VA NOTICE OF TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service Disabled Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran-owned small business concern if: (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a service-disabled veteran-owned small business concern. (e) Any service disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

SUBMISSION REQUIREMENTS
Qualified Service Disabled Veteran Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from (www.gsa.gov/forms) and Two (2) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than Monday September 11, 2017 at 2:00 PM, EST, including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Richard Adu (10N2NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904.
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;
4. A copy of the firms CVE verification as a Veteran Owned Small Business.

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 to Richard.Adu@va.gov; telephone 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.

Richard Adu

richard.adu@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP