Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
DOCUMENT

C -- A/E Design for PROJECT 667-17-108 Renovate Pharmacy Clean Room (USP 797) Shreveport - Attachment

Notice Date
3/22/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
VA25617R0421
 
Response Due
4/10/2017
 
Archive Date
7/18/2017
 
Point of Contact
Mark Wesson
 
E-Mail Address
3-5068<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SDVOSB Requirements: THIS IS A 100% SET ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS. Firms responding to this announcement must be registered and verified as SDVOSB in the VetBiz Vendor Information Pages (VIP) at https://www.vip.vetbiz.gov by the response date of this announcement. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, the SDVOSB concern agrees that, in the performance of the contract, 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 SDVOSB concerns. Selection Criteria: Architect-Engineer (A-E) Services are being procured in accordance with Public Law 92-582 Federal Government Selection of Architects and Engineers, formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the selection criteria. Firms will be selected based on demonstrated competence and qualifications for the required work. The selection criteria shall be those shown in FAR 36.602-1 and VAAR 836.602-1, which are as follows: FAR 36.602-1: Professional qualifications necessary for satisfactory performance of required services; 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; Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 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. VAAR 836.602-1: Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. General: Interested parties shall ensure current licensing and have current registration in the System for Award Management (SAM) database at https://www.sam.gov/ as well as have submitted the current VETS-4212 report at https://www.dol.gov/vets/vets4212.htm (for contracts in the amount of $150,000.00 or more). The NAICS Code for this acquisition is 541310 and the applicable small business size standard is $7 million. The area of consideration is RESTRICTED to within a 450 mile radius of the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, Louisiana. The primary A/E firm s main office or an existing branch office must be located within the 450 mile radius. The 450 mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). 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. Offerors are advised that, in accordance with VAAR 836.606-73(a), the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The estimated construction range (not design) of this project is between $500,000.00 and $1,000,000.00. Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of Standard Form (SF) 330 with appropriate documentation to the Contracting Officer at: VA Gulf Coast Veterans Health Care System Network Contracting Office 16 (NCO 16) Attention: Mark Wesson Bldg. T102 Room A112 400 Veterans Avenue Biloxi, MS 39531 All SF 330 submissions shall be clearly marked with the solicitation number. SF 330 shall be submitted no later than April 10, 2017, 4:00 PM local (Biloxi) time. Forms are available online at http://www.gsa.gov/portal/forms/type/SF. Fax and/or email submissions will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 Architect-Engineer Qualifications only. This requirement is subject to Availability of Funds. Project Information: The Overton Brooks VA Medical Center is seeking Architect-Engineering (AE) design services to provide a full set of bid documents (Scope of Work, Drawings, Specifications, and Cost Estimate) for Project No. 667-17-108, Renovate Pharmacy Clean Room (USP 797). A/E DESIGN SCOPE OF WORK Renovate Pharmacy Clean Room (USP 797) Project No. 667-17-108 Overton Brooks VA Medical Center, Shreveport, LA General Information A 1.0 Project Background, Description and Scope of Work Provide Architect/Engineer professional services to include design development, construction documents, specifications, cost estimates, construction period services and site visits. Overton Brooks VAMC has a requirement to design a project to renovate the existing Pharmacy Clean Room area within the Pharmacy on the first floor of the main hospital, building 1, Overton Brooks Medical Center, Shreveport, LA. The design documents shall capture a plan to renovate the existing Pharmacy Clean Room (IV Lab for non-chemo and Oncology for chemo) area in accordance with (IAW) the latest edition of USP 797 and USP 800 for a Low/Medium Risk Class 5 environment for sterile compounding and an ISO 7/8 Clean Room, VA Design Guidelines and Space Planning Criteria. Replace all associated components of the system in its entirety as USP 797 and USP 800 required to meet requirements including, but not limited to, Architectural, Mechanical, Electrical, Plumbing, Structural, Controls, Communications, Specialty work, Asbestos Abatement and Fire Alarms/Protection. The AE shall also be responsible to perform a pre-test TAB on the existing system (air and hydronics), survey the areas of work for asbestos and include the abatement of the material in the design documents. There may be other non-related local utilities that need to be relocated or modified to facilitate the renovation. The AE shall design plans that will expedite the construction process. Proper construction phasing of work with time limitations shall be included. Also, the replacement shall be done without interruption to the rest of the Pharmacy operation throughout the entire replacement. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. PERIOD OF PERFORMANCE The delivery date for this contract shall be 90 days from Notice to Proceed. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION A. The term responsibility, used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC project no. 667-17-108. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional facility. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facility. B. The terms Design Team, Design Offeror, or A/E refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. C. The term Design Team or engineer refers to registered/licensed Architects and Engineering professionals. D. The terms the work and project refers to the all site investigation, site survey, calculations, testing and design for documents to construct the Improve Smoke Damper Access, OBVAMC. E. The term VA and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. F. The VAMC Coordinator and COR (Contracting Officer s Representative) for this project is Kevin James at 318-990-5297, kevin.james2@va.gov G. The CO (Contracting Officer) for this project is to be determined (TBD). QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. DRAWINGS This project will utilize AutoCad, version 2015. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the e-transmit function. SITE AND TOPOGRAPHY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to perform a site survey to facilitate the design. A topographic survey is NOT required. GEOTECHNICAL SURVEY A geotechnical survey of the area is NOT required. UTILITY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to obtain utility information to facilitate the design. Otherwise, what is not obtained shall be surveyed to extent necessary by the A/E. ASBESTOS ABATEMENT SURVEY During the design phase, the A/E will coordinate with VAMC Staff to perform an asbestos abatement survey to facilitate the design. The AE shall survey the areas of conflict in question to incorporate into the design documents accordingly. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. SEISMIC DESIGN In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the latest edition of the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities as applicable. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. COMMISSIONING The construction and intended use does require commissioning. The A/E shall incorporate the VA s commissioning specification into the design and complete set of construction documents as applicable. The Construction contractor shall procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-10 Design Manuals (by discipline) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE: Utilize the latest version of guidance at time of design award. A 2.0 Design Deliverables OBVAMC Design Submissions Statement of Task: 1. Submit Floor Plan 2. 50% Design Development (DD) 3. 95% Design Development (DD) 4. 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum of 10 calendar days to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the 10 calendar day timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond 10 calendar days. 1. Floor Plan: Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting any and all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall collaborate with VA staff/end user (VA Safety Staff) to review and finalize the identification of the accessibility deficiencies and the plan to correct each deficiency. The A/E shall develop schematic drawings for review. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital. Dimensions, slopes, etc will need to be indicated on the drawings. AE shall work with the VA staff until acceptable correction plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies): a. OBVAMC Approved Floor Plan b. Preliminary Cost Estimate (RS Means, Cost Works) c. List of probable Specification Sections for this project d. Asbestos Survey 2. 50% Design Development: These drawings shall be at the largest scale possible a. Drawings & Specifications: Provide one 22 x34 size D set, two 17 x22 size C sets and one unbound 11 x17 size B set of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the AE proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). b. Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead, Profit, Bond, and Labor Burden (typically 32%). Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on a CD. c. FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments. 3. 95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 50% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the AE shall proceed to the 100% Final Construction Documents. a. Drawings & Specifications: Submit in the same manner as the 50% DD submittal. b. Cost Estimate: Submit in the same manner as the 50% DD submittal. c. FPE Certification: Provide an initial review by the Fire Protection Engineer and indicate their comments. 4. 100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding. a. Drawings & Specifications: Provide one 22 x34 full size D set, four 17 x22 half size sets and two 11 x17 size sets of FINAL construction drawings (one set of the 11 x17 size drawings to be unbound). Provide three sets of FINAL fully edited specifications (specs in a 3-hole punch notebook). Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format and AutoCAD binded, Specifications in Word format and PDF format). b. Cost Estimate: Submit FINAL CostWorks cost estimate in the same manner as previous submittal. c. FPE Certification: Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. d. Electronic Copies: Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2015) binded and scanned individual PDF files. The specifications shall be in separate Word and separate PDF files for each spec section. Construction Period Services (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract. CPS s to include assistance with questions, request for information (RFI s), clarifications and addendums during the construction solicitation phase. CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. AE shall also incorporate contractor s asbuilt drawings on AutoCAD (2015) binded. In addition to the Contract asbuilt package required, include one full size set on mylar.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25617R0421/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-R-0421 VA256-17-R-0421.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3357424&FileName=VA256-17-R-0421-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3357424&FileName=VA256-17-R-0421-000.docx

 
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: Overton Brooks VA Medical;510 E. Stoner Avenue;Shreveport, LA
Zip Code: 71101
 
Record
SN04443976-W 20170324/170322234850-7e2d3659c486fccd3d768bf572a3e6fa (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.