United States - Y--460-19-005 | AE Upgrade Bldg ONE General Exhaust

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
19 September 2019
Opportunity publication date
21 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 20, 2019 4:07 pm

ACQUISITION INFORMATION:

The Wilmington Department of Veterans Affairs Medical Center, located at 1601 Kirkwood Highway, is seeking professional Architect and Engineering (A&E) services for Project No. 460-19-005, Upgrade Building One General Exhaust.

This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS.

Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement.

Wilmington, DE VA Medical Center

Wilmington, DE 19805

A/E SCOPE OF WORK

For

Upgrade Building ONE General Exhaust

Project No. 460-19-005

Construction Budget:

$2,000,000

Bid Documents/Final Report Ready By:

322 days after NTP

Contracting Officer:

TBD

Contracting Officer s Technical Representative (COTR):

TBD

-- Services --

Provide:

Professional A/E and healthcare planning services to include but not limited to:

Site investigation architectural, structural, mechanical, electrical, and environmental services.

Contract drawings and specifications for construction.

3rd Party Cost Estimates

Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings; A/E will respond on site within a two-hour period when requested.

Infection Control Risk Assessment

Meet all of the requirements as outlined in VA Program Guide PG-18-15 (Volume C), A/E Submission Instructions for Minor and NRM Construction Program. Reference at http://www.cfm.va.gov

-- Project Scope --

GENERAL:

This project is located within the Wilmington VA Medical. It involves all design work and construction phasing to:

The HVAC General Exhaust system has seen numerous modifications over the years. With spaces being added and deleted as the medical services provided on each floor have changed as inpatient numbers declined and specialty procedures increased.

SPECIFICS:

The Hospital services will remain unchanged throughout construction. A/E will be responsible for appropriate phasing of the project, for Hospital operation to continue during construction phasing.

A/E to work closely with the end user and VA facilities staff to develop an efficient and functional renovation plan within VA guidelines.

Existing HVAC system ductwork is to remain to the extent that it remains serviceable.

All existing exhaust ductwork is to be cleaned in accordance with the latest industry standards.

All new and existing ductwork is to be internally lined to decrease air leakage.

A/E to design and show all infection control / dust prevention measures required.

A/E to assess and design any asbestos abatement such as pipe lagging, floor tile and mastic.

A/E to provide necessary literature on new technology or installation methods when required, A/E will conduct investigations to ensure recommended methods are compatible within building.

OTHER SPECIFICS:

A/E to include deduct alternates in the contract documents to account for a minimum of 20% of project estimate.

A/E to plan all phasing of work in coordination with hospital staff in order to minimize down-time to areas served by the equipment identified for replacement.

Identify and correct fire and life safety deficiencies by site inspections. The consultant shall address these items as required to correct deficient items.. Identify and correct improperly filled firewall penetrations. All areas in this building are fully sprinkled. This note applies to areas considered under this specific project only, not the Medical Facility as a whole.

Construction Waste Management, Specification 01 74 19 is to be included.

Fire Safety Peer Review. VA shall contract an independent Fire and Life Safety Engineer to conduct a fire and life safety peer review of the project at the 75% design phase for compliance with code and VA Design Manuals. The contracted Fire and Safety Engineer will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting. A/E shall incorporate all required changes into the design at no additional fee to the VA.

All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications.

-- Site Investigations --

EXPECTATION: A/E will make site visits as necessary to survey existing conditions.

Make site visits as required to determine existing as-built conditions affecting this project.

Provide any structural, architectural, electrical, and mechanical investigative work including exterior site work, of both existing and designed systems necessary to insure the accuracy of the design.

Prepare any measured drawings of existing systems of facility required to insure the accuracy of the design.

Provide a CIH to evaluate the impacted building areas for asbestos. Wilmington VA has an asbestos survey which will need to be verified.

Provide a CIH to evaluate the impacted building areas for lead based paint. Exterior window frames have not been tested for lead based paint, but exterior doors have and several did test positive.

NOTE: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov. AutoCAD background drawings will be provided by the VA upon request.

The A/E shall field verify all dimensions. A/E shall field verify every aspect that relates to the project. Coordinate site visits with the Project Engineer.

-- Sustainable Design and Energy Reduction --

EXPECTATION: All designs shall be in accordance sustainable design and energy reduction.

Federal Mandates require all Federal government construction projects to comply with sustainability and energy reduction requirements.  To this end, the VA is committed to the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings.

The U.S. Green Building Council s (USGBC) Leadership in Energy and Environmental Design (LEEDR) rating system provides a well known industry framework to achieve the Federal Mandates. 

After complying with all the credits to achieve the Federal Mandates, this project should be able to achieve LEED Silver status with minimum extra effort and cost. 

In the event the project design cannot achieve LEED status, Life-cycle costing should be used to determine viable energy reduction goals, as scope and budget permit.  Where the Mandates are not achievable, written justification must be provided. 

Firms that are selected to design VA projects should already have demonstrated their sustainable design capabilities through the VA selection process.  They will find the criteria and procedures in the VA s Sustainable Design and Energy Reduction Manual a baseline for developing the design according to the unique conditions that each project represents.

-- Environmental/Occupational Safety and Health (EOSH) --

EXPECTATION: All projects and project designs shall contain language that addresses all applicable EOSH requirements.

Regulatory Compliance EOSH requirements for work performed at the above location can be found in:

Volume 29 of the Code of Federal Regulations, Part 1910 Occupational Safety for General Industry

Volume 29 of the Code of Federal Regulations, Part 1926 Occupational Safety for The Construction Industry

Volume 40 of the Code of Federal Regulations Protection of The Environment

Volume 49 of the Code of Federal Regulations, Part 397 Transportation of Hazardous Materials

Title 7 of the Delaware Code Conservation

Title 16 of the Delaware Code Health and Safety

Specifications

The VA Master Construction Specifications contain work procedures and material requirements

designed to meet regulatory compliance requirements.  Whenever possible, the Master Construction Specifications must be used as the basis for project designs.

A complete list of these specifications can be viewed at the following website: http://www.cfm.va.gov.  Specifications which address EOSH requirements include, but are not limited to, the following:

SECTION 01 00 00 General Requirements

SECTION 01 57 19 Temporary Environmental Controls 

SECTION 01 74 19 Construction Waste Management

SECTION 02 82 11 Traditional Asbestos Abatement

SECTION 02 82 13.13 Glove bag Asbestos Abatement

-- Design Review Schedule --

EXPECTATION: Submit review packages so they are received on the noted day.

SUBMISSIONS:

Submit review packages so they are received on the noted day (calendar days after NTP) or earlier:

Notice to Proceed

Day 0

(0 days)

Initial Meeting with Stakeholders

Day 14

(0 days)

Design Development Document Submission (25%)

Day 98

(84 days)

PDT Review Meeting (25%)

Day 112

(14 days)

Design Development Document Submission (50%)

Day 168

(56 days)

PDT Review Meeting (50%)

Day 182

(14 days)

Design Development Document Submission (75%)

Day 238

(56 days)

PDT Review Meeting (75%)

Day 252

(14 days)

Design Development Document Submission (100%)

Day 294

(42 days)

PDT Review Meeting (100%)

Day 308

(14 days)

Contract Documents Submission (Final)

Day 322

(14 days)

Note: The issue of the NTP will be the first PDT Meeting. A/E will be required to attend and take minutes of each Project Design Team (PDT) Meeting. Minutes will be submitted electronically to the Project Manager and Contracting Officer within three calendar days of each meeting.

-- Specification Requirements --

EXPECTATION: It is the expectation of the VAMC that construction specifications will be accurate, detailed and grammatical. All specifications shall be reviewed by the A/E, prior to submission, for:

Spec sections shall not be referenced and not included. The spec section must either be added or the reference deleted.

The article numbers for General Requirements articles must be validated and consistent throughout construction documents. (i.e., Article 1.8 Infection Prevention Measures may be called 1.7 Infection Prevention Measures or the referenced article is missing from the General Requirements entirely.)

Incomplete editing (i.e., // marks or [  ] brackets).  Any missing information needs to be inserted and/or the editing marks deleted.

Spec Writer Notes must be deleted from the final document.

Paragraph must be numbered with consistent format and sequentially.

Spec sections shall be numbered using the current format of 22 05 12 rather than 220512.

The Joint Commission (TJC) is the correct name for this organization. It is no longer called The Joint Commission on Accreditation of Healthcare Organizations (JCAHO).

Spec section titles shall be validated against the VA Master Specs and shall match the list of specs in the Table of Contents.

The contractor shall be referred to consistently throughout the specifications. (i.e., Contractor, General Contractor, Prime Contractor shall not be used to refer to the same individual or company. This must be consistent.)

The COTR shall be referred to consistently throughout the specifications. (i.e., COTR, RE, COTR, COR, shall not be used to refer to the same individual. This must be consistent.)

Acronyms shall be spelled out in full followed by the acronym in parentheses the first time it is used.  The acronym may be used thereafter.

Guarantee Period Services (GPS) If GPS are included, it is limited to those sections pre-approved for GPS in IL 049-05-9 dated 4-4-05 (unless the COTR obtains approval from Office of Construction and Facilities Mgt.) and limited to one year of GPS unless it is a CASCA (no year) funded project.   If GPS is included, there should be bid item(s) for GPS which are NOT ALTERNATES, and the bid item(s) must be included in the General Requirements under 1.2, Statement of Bid Items.

Brand Name Only:

Must be justified by the spec writer & approved by the CO if under $500K and approved by the HCA if over $500K.  (Justification & Approval must be posted along with the solicitation.)  Justification must include a description setting forth those salient physical, functional, or other characteristics of the referenced product which are essential to the minimum needs of the Govt.

Brand Name or Equal: (It is often difficult to tell whether a product specified is brand name or equal or brand name only, especially if the spec says the product is the basis of design and does not include or equal after the brand name).

Or Equal must follow the brand name.

Solicitation should list all the known acceptable brand name products.

Must include a description in the solicitation setting forth the salient physical, functional, or other characteristics of the referenced products which are essential to the minimum needs of the Government.

The spec writer must provide a justification to the CO for use of brand name only.

-- Design Requirements/Submissions --

EXPECTATION: Submit complete review package in accordance with the following requirements and guidelines outlined in http://www.cfm.va.gov. Please pay specific attention to the schematic, design and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E may elect to delete individual submissions where they are not required (i.e. Do not address Site Development, Landscaping for interior renovation projects)

DELIVER:

All design packages directly to the Project Engineer on the established dates to allow the VA to review. A transmittal letter is required to go to the Contracting Officer on the same day as delivery. Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C May 2006. The manual is available at the following address: http://www.cfm.va.gov

25% Design Development Submission: Attachment A 25% Submission Requirements

Checklist of Requirements for the 25% Design Development Submission.

Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (25% Design Development)

Identify Working Drawings scope within construction budget

Identify impact of existing asbestos

Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code.

Identify all design calculations

Identify all existing utilities and utility requirements

Identify all potential bid deduct alternatives

Identify all phasing requirements for construction to minimize impact on medical center operations

Design all finishes, required submittals

75% Design Development Submission: Attachment B 75% Submission Requirements

Checklist of Requirements for the 75% Design Development Submission.

Address all comments from the 25% review.

Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (75% Design Development)

Identify Working Drawings scope within construction budget.

Finalize impact of existing asbestos

Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code.

Identify all design calculations

Identify all existing utilities and utility requirements

Identify all potential bid deduct alternatives

Identify all phasing requirements for construction to minimize impact on medical center operations

Design all finishes, required submittals

Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process.

Present energy modeling and financial impacts using various types of windows for consideration.

Develop Infection Control Risk Assessment (VA EC-43)

A/E shall utilize the services of the Network 4 Fire and Safety Consulting firm to conduct a fire and life safety peer review of the project. The A/E shall provide the Project Engineer with a complete copy of the 75% documents for submission to the consulting firm. The designated firm will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting.

100% Design Development Submission: Attachment C 100% Submission Requirements

Checklist of Requirements for the 100% Design Development Submission.

Address all comments from the 75% review.

Design all finishes, required submittals

Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process.

Revise and update cost estimate

Preparation of project scope for advertisement and account for any bid deduct alternatives developed in the 75% design submission

Finalize all design calculations

Finalize all potential bid deduct alternatives

Finalize all phasing requirements for construction

Finalize Infection Control Risk Assessment (VA EC-43)

Address all comments from the VISN Safety and Fire Protection Review

Contract Documents (CD) Submission: Attachment D Submission Requirements

Submit a complete document set of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA.

-- Construction Period Services --

PROVIDE:

Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, supported by written recommendations of any problems or litigation encountered in past based on first-hand knowledge.

Review all material submittals, shop drawings, test reports, etc and provide recommendations to the VA within five calendar days upon request.

Review and provide replies to contractor generated RFI s when required by the project manager within five days.

Review contractor's cost estimates and provide recommendations to the VA.

A/E shall provide prompt response when contacted by the COTR to review and provide analysis of change orders and costs.

Make site visits on requests of the VA and prepare written reports to include agreed upon changes in design as determined necessary during the construction. Visits made based on errors and omissions in design will be at no cost to the VA. A/E shall provide a total of twenty (20) site visits as a minimum. (Please include a price for additional site visits should they be desired by the COTR).

Participate in partial and/or final acceptance inspections as scheduled and generate punch list items for completion. The punchlist shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.)

Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction. Transpose contractor s as-built drawings to AutoCAD 2010 and provide a set of updated as-built drawings on CD within 30 days to the Project Engineer.

ATTACHMENT A

Deliver the following (labeled with 25% Design Development Document Submission) and include this attachment as a checklist with your submission:

25% Design Development Submission Requirements

3 copies of a narrative report forwarding the design development 25% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F and F1.

3 sets of all drawings updating all previous comments required by project, produced on AutoCAD 2007 software.

2 copies of updated itemized cost estimate by spec section and trade (labor, material and equipment)

2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.

1 copy of drawings in AutoCAD 2010 and .pdf format and specifications in Microsoft Word 2007 on (CD)

ATTACHMENT B

Deliver the following (labeled with 75% Design Development Document Submission) and include this attachment as a checklist with your submission:

75% Design Development Submission Requirements

3 copies of a narrative report forwarding the design development 25% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall contain sample catalog cut sheets of new equipment to be installed in the design. Report shall include energy modeling reports with financial impacts of various window types. Shall include IH Report - Task 1 as per Attachment F.

3 sets of all drawings updating all previous comments required by project produced on AutoCAD 2007 software.

2 copies of updated itemized cost estimate by spec section and trade (labor, material and equipment).

2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.

3 copies of Infection Control Risk Assessment.

1 additional copy each of the custom edited VA Master Specifications and drawings as specified above are to be delivered to a third party fire and life safety firm on the same dates as delivered to the Project Manager. A letter of transmittal signifying delivery will be forwarded to the Project Manager. A/E shall utilize the services of the Network 4 Fire and Safety Engineer, to conduct a fire and life safety peer review of the project throughout the design. Comments resulted from the peer review shall be incorporated into the design at no additional cost.

1 copy of drawings in AutoCAD 2010 and .pdf format and specifications in Microsoft Word 2007 on (CD)

ATTACHMENT C

Deliver the following (labeled with 100% Design Development Documents Submission) and include this attachment as a checklist with your submission:

100% Design Development Submission Requirements

3 copies of a narrative report forwarding the design development 75% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F.

3 sets of all drawings updating all previous comments required by project produced on AutoCAD 2007 software.

2 copies of updated itemized cost estimate by spec section and trade (labor, material and equipment).

2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.

3 copies of the Infection Control Risk Assessment.

1 copy of drawings in AutoCAD 2010 and .pdf format and specifications in Microsoft Word 2007 on (CD)

ATTACHMENT D

EXPECTATION: Submit complete bid document for final review prior to solicitation. Continue to submit bid documents until all changes are incorporated by the A/E for final signature prior to solicitation. Upon approval duplicate copies as required.

Deliver the following (labeled with Contract Documents Submission) and include this attachment as a checklist with your submission:

Contract Document Submission Requirements

1 copy of the Cover Sheet (AutoCAD) for final VA signatures.

3 sets of all drawings updating all previous comments required by project, produced on AutoCAD 2007 software for final VA review. If approved, final sets to be submitted with signed off cover sheet.

3 copies of final project specification (two bound; one loose) prepared in Microsoft Word 2003 software. Include a master submittal list in the specifications.

2 CDs containing

All drawings in AutoCAD 2010 and in .pdf file

All specifications in Microsoft Word 2003

Submittal Spreadsheet identifying all the submittals required to be submitted by the contractor for review. The list shall be organized by division and specification.

Upon signature approval, provide five sets of final Contract Documents (complete with VA signed Cover Sheet). Provide two ½ size sets of final drawings.

ATTACHMENT E

A/E SPECIFICATIONS

VA MEDICAL CENTER

WILMINGTON, DE

DEPARTMENT OF VETERANS AFFAIRS

A/E REGULATIONS ASBESTOS ABATEMENT

The A/E shall hire a Certified Industrial Hygienist (CIH) Consultant to assist in the assessment and design for asbestos abatement.

The CIH shall meet the following minimum qualifications:

Be certified by the American Board of Industrial Hygienists in Industrial Hygiene-Comprehensive.

Have asbestos abatement experience in assessment, design, abatement, construction monitoring and decontamination clearance.

His office to be as close as possible to the project location, so that he will be available to the COTR during construction on an on-call basis with a response time of one day.

Will have support staff and back-up capacity to provide adequate level of support to the COTR throughout construction.

The scope of work for the A/E with his CIH consultant is as follows:

Preliminary (25%) Design

Task 1: Review building records and interview station personnel for detection of trade name material used for the construction of the buildings, which are known to contain asbestos. Perform a visual inspection of the areas impacted and develop a sampling strategy that will yield statistically viable conclusions on extent of asbestos present. Perform this task at the first preliminary submittal and notify VA on results at 100% submission.

Final (75 and 100% Reviews) Design

Task 2: Collect bulk suspected asbestos samples and utilize the services of a testing lab accredited by the American Industrial Hygienists Association.

Upon receiving the results determine adequacy for an assessment report. Any samples requiring further clarification, utilizing scanning electron microscopy (SEM), need to be contracted to a qualified laboratory for sample analysis. If additional samples are required, take such samples at this stage so that the maximum detection of asbestos can be achieved. This service (bulk sampling) will be at no cost.

Task 3: Prepare an exposure assessment report on only the impacted areas of the modification project. Include the following information:

Describe the impacted areas by sketches, room names or other means. Show or describe the location of each sample taken, its composition and identification number.

Classify each impacted space as Major Abatement Minor Abatement or No Abatement areas. A Major Abatement area requires full protective measures (sealing off, change room, shower room, etc.), and all asbestos must be removed within the limits of the area. A Minor Abatement area can be decontaminated with one or more applications of the glove and bag approach. A No Abatement area requires no abatement work.

For each Major Abatement area, provide quantity and cost estimates of all asbestos within the limits of the area. Quantities to be in linear feet of pipe and square feet of ceilings and walls. The cost to be derived from the quantities multiplied by a unit price.

For each Minor Abatement area, provide the description, size and location of each element to be decontaminated and a cost estimate.

Provide summary of the square feet of floor space for all abatement areas, the total linear and square feet of asbestos to be abated, the total cost of abatement and a preliminary schedule of completion. Include in the cost estimate any cost for decontamination.

Provide an assessment on the impact of abatement on building sub-systems such as ceilings, lights, walls, carpets, pipes and equipment. Provide room-by-room description and estimated quantities of impacted items to be placed (number of lighting fixtures, square feet of ceiling, etc.) and a summary of these quantities. Provide a cost estimate for all impacted items.

Provide a cover statement signed by both the A/E and the CIH consultant. The statement shall be in accordance with the Sample Cover Statement provided by the VA, as part of the A/E package.

Submit the report at the 75% Design Review Submission.

Task 4: Prepare drawings and specifications for the asbestos abatement work reflecting the assessment report. The drawings shall be separately identified from the rest of the drawings, be 1/8 scale plans and shall provide as a minimum the following information.

For each Major Abatement area show the limits of sealing off, the location and quantities of asbestos material, the arrangements for auxiliary rooms, such as change room, shower room, etc., transportation to the loading platform.

For each Minor Abatement area show on plans the exact location type and length of pipe element to be abated by the glove and bag approach and any other abatement features.

Provide details, sections, notes and any other information that are necessary for complete bid documents.

Prepare project specifications by editing and modifying the VA master specifications on asbestos abatement.

Provide the drawings and specifications for the restoration of the impacted building sub-systems as an integral part of the overall project design. Provide for replacing of removed asbestos insulation with acceptable non-asbestos insulation, replacing contaminated carpets, replacing old contaminated light fixtures and replacing partially torn down plaster ceilings.

The submittals of the working drawings for abatement shall coincide with the submittals for the working drawings of the modification project.

Provide an integrated phasing showing how the abatement and the general modification work will be executed. Provide some reasonable cushion between each abatement phase and the following general construction phase to allow for unforeseen delays in abatement completion.

Task 5: Assist VA to determine whether the abatement sub-contractor meets qualification requirements.

Excluded from the scope of work (to be completed by others):

Provide onsite continuous monitoring during construction of the performance of the abatement sub-contractor. Check and approve the set-up for each Major Abatement area, check the standard operating procedure of the abatement contractor, continuously monitor air contamination inspections to ensure compliance with specifications and drawings, and monitor access/egress into containment areas. Determine abatement of asbestos discovered during construction and advise the COTR on time and cost for such abatement.

Perform the final inspection and testing at the end of the abatement work on the area and if the results are satisfactory, release the space to the general contractor for general work.

At the end of all abatement work, a compliance certificate signed by both the CIH and the A/E shall be issued. The compliance certificate shall be in accordance with the Sample Certificate provided by the VA in the A/E package.

ATTACHMENT E-1

A/E SPECIFICATIONS

VA MEDICAL CENTER

WILMINGTON, DE 19805

COVER STATEMENT FOR ASBESTOS ASSESSMENT REPORT

The enclosed Asbestos Assessment Report for has been prepared, as part of Project # and covers the following buildings . I certify that I have surveyed each of the buildings or areas in my contract, have interviewed station personnel and have supervised technicians for the examination of available records related to the buildings.

Based on the information gathered through the above activities and on the expected extent of the renovation as explained to me by of the A/E firm on this project, I have devised a sampling plan and I have supervised the trained Industrial Hygiene Technicians during the collection of the samples.

I have selected a qualified analytical laboratory for the analysis of the samples and I have evaluated the sampling results to ensure that statistically viable results on asbestos hazards were available for all buildings involved.

Bases on the above information, I have prepared the attached Asbestos Hazard Assessment Report. This report reflects the best-known abatement technology, the Asbestos Management Policy for the Department of Veterans Affairs Construction Projects and all applicable regulations. An abatement design, which will be prepared by a qualified abatement contractor, will achieve the desired decontamination of the impacted areas and minimize exposure of people and the environment.

(C. I. H. NAME, CERTIFICATION NO. & STATE CERTIFIED IN)

The selected A/E firm shall adhere to the following guidelines:

All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents.

Estimates should include an appropriate percentage for overhead and profit.

Evaluation Criteria: The A&E selection criteria for this acquisition are listed in descending order of importance below:

Evaluation Factors

Upgrade Building 1 General Exhaust 460-19-005

Factor 1: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONEL

Offerors must provide background of firms (prime and sub-consultants) and list of key personnel with professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner. List all State registrations for individuals licensed in multiple jurisdictions.

Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services will be evaluated on education, project experience, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion this contract.

Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330.

Factor 2: FIRM CAPACITY & MANAGEMENT OVERSIGHT

Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm s ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. The evaluation will also consider the firm s present workload and the availability of the project team for the specified contract performance period. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected response times proposed may be incorporated into the statement of work as the standard.

Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming. Provide a listing of all active VA projects, dollar amount and estimated completion date.

Factor 3: SPECIALIZED EXPERIENCE & PAST PERFORMANCE

Offerors will be evaluated on the team's demonstrated experience, performance, technical abilities, and relevant project work of a similar scope, budget, and complexity as the Statement of Work for new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. Submissions will be evaluated on demonstrated ability to execute constructible, biddable, and well-coordinated construction documents, while meeting schedules and tracking/controlling costs to bring projects in on budget +/- 5%. Offerors shall provide estimates, bid price and final construction cost (to include change orders) of the 10 most recent projects completed.

Contractors shall provide up to five projects demonstrating experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. These maybe the same projects identified above however contractor shall clearly delineate the construction period services performed and identify them for consideration.

Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with past client/customer reviews. Offerors are encouraged to list awards, letters of recommendation, outstanding merits, evaluations, or letters from past clients that demonstrate quality in design, superior project management, customer service, or professional performance. The Government may also use corporate knowledge when evaluating this factor.

Factor 4: GEOGRAPHIC LOCATION & PLAN

The plan will outline the team's knowledge of Wilmington VAMC and unique requirements, along with the team s ability to accomplish the required AE services. Offeror s must indicate firm s/team s location, including main offices, branch offices and any subconsultants offices and demonstrate how the team will service the geographic area. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel.

Factor 5: PROPOSED PROJECT DESIGN APPROACH

Design approach statements will be evaluated based on demonstration of a clear understanding of the instant project. Statements should identify potential problems and proposed solutions. Statements shall also outline designers plans to execute project and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy and standard level of care.

Factor 6: Use Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses and other types of small business,

Per VAAR M836.602-1, the contractor shall provide a summary identifying the extent to which it commits to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Proposed subcontractors shall be identified by business type, DUNS number and percentage of work to be performed.

Contract Award Procedure:

Interested A&E firms shall submit four (4) copies of the SF330 (8/2016 Edition) and a CD to the address below with the appropriate documentation. A&E Firms should also e-mail a PDF SF330 document to Maureen Long at Maureen.Long2@va.gov

Maureen Long, Contract Specialist (460/90C)

Contracting Office, Rm 116

Wilmington VA Medical Center

20 Montchanin Rd.

Greenville, DE 19807

by 4:00 PM, EST, September 19, 2019. A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services require may be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15.0M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY19 funding. The construction magnitude is between $1,000,000 and $2,000,000.

Opportunity closing date
19 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Veterans Integrated Service Network 4 Facilities United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?