Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
DOCUMENT

C -- A/E Services to design Project #613-115 Women's Wellness Center - Attachment

Notice Date
12/2/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24512R0040
 
Response Due
1/4/2012
 
Archive Date
3/4/2012
 
Point of Contact
Germaine Talbot
 
E-Mail Address
4-4487<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, Martinsburg, WV 25405 is seeking a qualified Service Disabled Veteran Owned Small business A/E firm to provide schematic design, design development, contract drawings and specifications, cost estimates, construction period services, and site visits (if required) to design a Women s Wellness Center at the VA Martinsburg, WV campus. The Women's Wellness Center will be constructed along the entrance road to the medical center adjacent to the Community Living Center (CLC). The Center will house the Women's Outpatient Clinic and a 15-Bed CLC Women's residential unit with private bedrooms and baths. The center will provide a full continuum of patient centered care for women veterans. In following the patient centered medical home model, each of the following services need to provide care in the patient s location: Primary Care, Geriatrics/Long-term care, and all ancillary departments that support each of these service lines including nutrition services, rehabilitation therapies, mental health, nursing, pharmacy, laboratory, recreation therapy and chaplain services. The Center will require 30 paved parking spaces immediately adjacent to the structure. The goal of this initiative is to provide comprehensive care for female veterans across their life span. To achieve this, the design shall include a wellness center that combines outpatient care with rehabilitation and long-term care where women veterans will receive health care in a setting that is private and offers care to meet their full spectrum of needs. In ongoing qualitative studies conducted by VISN 5, female veterans consistently identify the need for a separate space so they feel comfortable accessing health care through VA. To achieve this aim and account for the growing population of female veterans who will seek VA health care in the future, this project will help VAMC Martinsburg meet the national VA requirements for privacy, dignity, and comprehensive care. 1. The design will incorporate the master site planning information which was developed for the project 613-107 Dementia Unit Relocation. The Women s Wellness Center buildings will be located on the west side of Building 500, southwest of the proposed Dementia units and connected to them by an enclosed connecting corridor. 2. The design will encompass the site development, utilities, parking, and construction of a single story Outpatient Clinic and a single story 15-Bed CLC residential unit and connecting corridor. The work is to include: a.The AE shall use the VA provided Space Program to design the Women s Clinical Service to include the following: Reception/Waiting area, Children s area, Interview/Education room, Medication room, Exam rooms, Procedure room, toilets, support areas for medical and housekeeping staff, and offices and support areas for administration b.The AE shall use the a VA provided Space Program to design the Women s 15-Bed CLC Residential House to include the following: Front Porch, 15 Resident One Bedroom units with private bathrooms, Dining Room, Living Room, Quiet Room/Den, Kitchen, Laundry, Bathing/Spa, Beauty Parlor, Medication Room, Multi-Disciplinary staff work cubicles, housekeeping, medical staff, and other support areas. 3. The design shall also include a Landscaped Restorative Court Yard. The design shall consider including the following: ADA Walkways, Ponds/Fountains, Seating/Tables, Trees/Vegetation, Lighting, Trellis/Gazebo, Security Fence - (Iron World) Aberdeen Plus (Style B) with Double Gate, Patio area adjacent to dining room, Lighting ambient up-lighting on trees and focal points Perimeter Landscaping, Stone retaining walls as required, and Trees and Vegetation. 4. The A/E will implement Planetree philosophies with the current design guides, space planning criteria and technical criteria established by the VA to create an environment which enhances the healing process and simulates a residential environment. 5. The AE will perform all surface and subsurface investigative work pertaining to the existing structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication, public address system and their associated appurtenances located in other areas of the adjacent site and buildings as deemed necessary to provide a complete and constructible design. 6. Fire and Life Safety requirements will be designed under the Governing Codes of NFPA 101 Life Safety Code (2009 edition) and the Department of Veterans Affairs Fire Protection Design Manual (2005 Edition). 7. AE will investigate and include recommendations for energy saving alternatives to include the following: A. The A-E will perform energy modeling and life cycle cost analysis (LCCA) for the thermal sizing. B. Include feasibility study for horizontal loop ground source heat pump, specifically for the available crawl space area which will need to be covered. C. Include evaluation of dedicated minimum outside air, to include energy recovery ventilation (ERV) for the minimum 1 ACH outside air. This should also include the feasibility of using UVGI for recirculation of 3 ACH. D. Design shall comply with all requirements of the VA HVAC Design Manual for a variable air volume, 100% outside air system. E. Scope of work will include supply, exhaust, louvers, controls (integration with existing proprietary Johnson Metasys, version 12.04), filters, noise and vibration, relative differential pressure/volume, energy recovery, clean steam humidification, filters, air distribution, usage and interlock with existing central chilled water plant and redundant 100 TR DX chiller, and usage of existing building hot and chilled water distribution systems. F. Energy conservation will include, but not be limited to, evaluation of desiccant dehumidification, operational hours flow setback, and evaluation of heat recovery, to include exhaust stream from adjacent, existing exhaust fans. For design purposes, central chilled water supply will be assumed at 44 F. Air flows will be based upon current design for the renovated area and not from existing air flows. G. Include feasibility of solar photovoltaic (PV) for the South-facing roofs. No grid-tie is considered. Usage of DC circuit should be considered for domestic hot water, lighting (LED might be suitable, and supplemental heating for the ground coupled heat pump. H. Include feasibility of usage of solar hot water/heating if solar PV is not economical (40 year life). Solar heating to be considered for domestic hot water, supplement to heat pump, and along with day-lighting of corridor, consider dual technology occupancy lighting sensors, with dimming for window offices, possibly for minimum outside air unit. I. Envelope design to conform, at a minimum, the recommendations of ANSI/ASHRAE Standard 90.1-2007. 8. Specifically include the VA Sustainable Design and Energy Reduction Manual as an applicable reference. Commissioning is required on this scale of project. No third party certification (LEED Silver or 2 Green Globes) is requested. 9. The project will be commissioned. The A/E will be responsible for inclusion of commissioning specifications, preparation of Design Intent for the Commissioning Agent, assist and editing of the VAMC s project Requirements, attendance at Commissioning meetings during construction, off-season/deferred testing, and warranty period. Design will include measures necessary for commissioning as well as measurement and verification (M&V) for sustained performance. 10. Design shall incorporate Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings 11. The project will address the Master Plan site design and layout, required utility service from existing utility feeds to the area, and the Storm Water Management (SWM) and how it affects the project design and construction activities. 12. Approximate square footage for the project areas is broken down as follows: 6,789 SF for Ambulatory, 12,499 SF for Inpatient, 1,785 SF for Connecting Corridor, for a total of 21,073 GSF and 30 parking spaces. The VA will shortlist the firms utilizing the SF330 form and interviews will be conducted with at least 3 firms based on the outcome of the scoring. Selection criteria will be in accordance with FAR 36.6 and VAAR 852.236.6, which will include at a minimum: (1) Professional qualifications necessary for satisfactory performance of required service. Proposed management plan. 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, project control, and estimating effectiveness. 3.) Capacity to accomplish the work in the required time. Show adequate resources. 4.) Past performance in contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5.) Location and facilities of working offices in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.) Litigation and Insurance, and any other appropriate evaluation criteria. Record of significant claims against the firm because of improper to incomplete architectural and engineering services. 8.) Specific experience and qualifications of personnel/team proposed for assignment to the project and their record of working together as a team. Proposed design approach for this project and miscellaneous experience and capabilities. Additional Selection Criteria: In addition to the selection criteria identified above, the area of consideration is 200 mile driving radius between the offeror s location and the VA Martinsburg, WV (determination of mileage eligibility will be based on www.mapquest.com). Submission Requirements: Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, VISN5 Network Contracting Office, 510 Butler Avenue, Building 308B, Martinsburg, WV 25405, Attn: Germaine Talbot. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD of Parts 1 and II no later than 2:00 pm Eastern Standard Time on January 4, 2012. Hard copies shall be in binders. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by electronic/fax means are NOT permitted. All questions are to be sent to the attention of germaine.talbot@va.gov. Potential contractors must be registered in CCR (www.ccr.gov) and visible and certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms Vetbiz Registry. This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310 and 541330. Size standard is $4.5 million. This is not a request for proposal nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24512R0040/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-12-R-0040 VA245-12-R-0040_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=278412&FileName=VA245-12-R-0040-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=278412&FileName=VA245-12-R-0040-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Martinsburg, WV
Zip Code: 25405
 
Record
SN02632771-W 20111204/111202234417-54886292fc2749e432eefcf4f1a22b75 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.