C– Project 613-19-103 AE Services Design – Renovate/Upgrade Nutrition & Food Service Kitchen, Building 500 Basement
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: C-- Project 613-19-103 AE Services Design -
Classification Code: C - Architect and engineering services
Solicitation Number: 36C24519R0009
Contact: Shari M KeseckerContract Specialist 304-263-0811 x3233 mailto:[email protected]
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Description:
Martinsburg VAMC
Page 1 of 10
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD.
NAICS Code: 541 -- Professional, Scientific, and Technical Services; 541310 - Architectural
This acquisition is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAM) (www.sam.gov) as a small business as well as VETBIZ (www.vetbiz.gov) registered/verified Service Disabled Veteran Owned Business. Eligible AE firms must have a working office location within 0-500 miles of the
The selected A/E firm shall be in accordance with FAR Part 2.101 definition of Architect-engineer services as defined in 40 U.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for the project as required. The SDVOSB Architectural firm must employ the principle Architect responsible for design of this project, i.e. and be involved heavily in all aspects of the design, stamping drawings along with the other team disciplines. A/E(s) signing drawings must be licensed in the
This project will engage an (A/E) architectural/engineering firm to provide Schematic Design, LCCA,
Priorities of Work:
This project provides a complete demolition of the approximately 16,000 s.f. kitchen, food storage, walk-in freezers, dishwashing, and kitchen administration area to provide a more efficient layout and resolve infection control issues. The project includes the design of a new kitchen and administration areas of approximately 12,000 s.f. (rooms GB100-GB122).
In the 15% concept design submission, a minimum of three (3) alternate, preliminary design layouts will be submitted for consideration and
Also, to keep the kitchen operational during demolition and construction, in the 15% design submission will be a minimum of three (3) alternate phasing proposals. The possible alternate considerations may include the following individually or in combination. A budget cost analysis will accompany each scenario for construction phasing so the most appropriate and least expensive method may be chosen, but is not guaranteed.
Demolition of an additional 6,800 s.f. office swing space area to utilize for the new kitchen for phasing purposes (rooms GA106-GA137). To relocate the occupants of these rooms, and as a first phase, renovation will be required of approximately 2900 s.f. of existing building 500 warehouse space in the basement (west end of GD100). The new space will be offices for the staff displaced from the swing space adjacent to the kitchen (rooms GB100-GB122).
The warehouse mechanical unit does not have cooling. Evaluate the existing mechanical systems in the basement to determine which system will support the new swing space office area, and design an extension to that system to service the area.
Utilize the former dining area in the Nursing Home 501 C for cooking. Some of the cooking equipment in the basement kitchen can be easily moved to this location.
Replace the existing cook-chill-reheat methods, eliminating the retherm unit and reheat carts with a new system.
Utilize the kitchen in Domiciliary 502 E for dish washing.
Provide for the leasing of a mobile or modular kitchen.
Provide an extensive phasing plan to maintain operations in the kitchen s present location.
Replace air handling unit AC-1, and its associated equipment which services the kitchen spaces.
Replace HVAC equipment including, but is not limited to SF-1, SF-24 (MUAU), RF-1, EF-1, EF-50, EF-51, EF-52 & EF-53. The make-up unit, SF-24, is near failure, as are the SF-1 cooling coils. Additionally, remedy the total exhaust in the kitchen which is imbalanced against supply, causing the pressure in hallway between the Kitchen and SPS/SPD to continually go negative with respect to the surrounding areas. The air terminal units are failed or failing, pressure dependent, and no longer accurately controlled.
Replace mechanical room ventilation. Demolish old pneumatic controls and actuators and replace with electric.
Replace the failing pneumatic controls with
The original, existing steam distribution system needs to be evaluated and repaired/replaced as necessary, particularly PRV-7A/B and PRV-8A/8 to point of connection for all N&FS equipment and isolate valve for domestic hot water. Do not replace PRV-7 and PRV-8. Proper would be PRV-12 and PRV-13. Both in failed/failing condition with missing insulation, leaks, and demolished bypass.
Replace existing original chilled water secondary pumps, 500-P15 and 16, and install VFD s.
Replace all floors, ceiling tiles, and lights with kitchen grade and durable quality materials.
Revise drain system in entire kitchen, slope finished floors downward to drains. Demolish abandoned pulping system and provide new. Provide facilities needed for the composting operation, to include segregated, ventilated storage.
Install variable speed automatic sensor hoods with a wash down system. Use a Commercial Kitchen Ventilation system, comparable with Me Link.
Update intercom system so it can be heard in the kitchen.
Add a card reader system with automatic sensing that will alarm if a door is open for more than 5 min.
Disassemble present tray line and revise electric for two pod assembly stations, including cart dock plug ins.
This contract will require a Commercial Kitchen Design/Consultant with at least five years experience designing hospital kitchens. An integrated design approach is expected.
Provide for the purchase and installation of permanent energy efficient cook serve equipment: induction burners, grill, ovens, blast chiller replacements, etc.
Recommend which new cook serve carts the
Provide for a new retherm box about half the size of the existing.
Provide for a large volume grease trap suitably located for cleaning and that will be large enough for the new kitchen and the first-floor canteen. This will require a pumped system to discharge to gravity lines in the interstitial space above the basement.
Add a supervisor office in tray line area and dish room area, both with large windows toward the work areas.
Reconfigure administrative office area to include chief s office in the grouping.
The new training room shall be larger. Refer to the SEPS space program.
The new storage space in kitchen shall be larger. Refer to the space program.
The new employee lounge area shall accommodate 3 computer cubicles, a microwave, and a full-size refrigerator.
Replace dish machine and tray scrapping table/trough.
Add automatic cart wash in dish room.
Improve the guarding for the building expansion joints to prevent leakage, and install a draining pan system.
Provide for all new walk-in coolers and freezers and cooling equipment.
Add a pull thaw compartment to the refrigeration system.
All lighting, including that in the cooler/freezers, shall be DLC listed LED lighting.
Design new offices (ingredient control, etc.).
Perform a condition assessment of the main hood exhaust system including the exhaust fan on the penthouse roof to determine if it needs to be refurbished and or a new fan installed.
At a minimum the A/E shall reference the
Functional and space programs shall be developed using VA Space and Equipment Planning System (VA-SEPS). This information shall be defined by the A/E with
The A/E will perform all surface and subsurface investigative work pertaining to foundations, geotechnical, structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication, public address system and their associated appurtenances located in other areas of the work area as deemed necessary to provide a complete and constructible design.
In addition to design of required new work areas the A/E will design the required rerouting, relocation, and/or extension of all existing utilities electrical, plumbing, etc. which may pass thru the proposed design area servicing surrounding spaces and future expansions.
The A/E will incorporate Sustainability philosophies with the current
The heating, ventilation, and air conditioning (HVAC) design shall comply with the VA HVAC Design Manual. Controls will be compatible with existing Johnson Metasys Building Automation System. Design shall also include recommendation of at least three energy savings alternatives for consideration.
Commissioning will be performed by third party contract directly with the
Fire and Life Safety requirements will be designed under the Governing Codes of NFPA 101 Life Safety Code (2018 Edition) and the
A/E will perform a Life Cycle Cost Analysis (LCCA) to investigate and provide recommendations for sustainability and energy saving alternatives, which will include the following:
The VA Sustainable Design Manual, current edition, is applicable.
Included shall be the requirements of section 01 81 13.11, Sustainability Certification Requirements - LEED HC V3, or 01 81 13.21, Sustainability Certification Requirements - Green Globes.
The design shall utilize ASHRAE 90.1-2016.
Master Construction Specification 01 81 11, Sustainable Design Requirements, shall be used.
For LED lighting applications,
The design shall include use of Energy Star, FEMP-designated (Federal Energy Management Program, and EPA Water Sense products where applicable.
Design shall incorporate Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings .
At paragraph 40, the A-E will be responsible for arc flash analysis and labeling. Please copy same verbiage as already provided from VA Electrical Design Manual.
The A/E shall perform all calculations, studies, analysis and reports as detailed under the VA Electrical Design Manual, paragraphs 1.10.1, 1.10.21.10.3, and 1.10.4. The A/E shall not consider this as authority for sole source. Calculations will be based on basis of design provided by the A/E, and revised during the submittal review process. These studies will be used to update the existing
The A-E will correct all electrical deficiencies within project area as identified by the 2016 Electrical Deficiencies Study, Section 7.4. A CD copy will be provided.
Each item listed under item B above will be reviewed during the Schematic,
II. PROJECT INFORMATION:
Background Information:
The Architect/Engineer shall use the following standards when developing the design.
VA Master Construction Specifications
VA Standard Details
VA Design and Construction Procedures
VA Design Manuals
A/E Submission Instructions for Minor and NRM Construction Program Guide, PG-18-15, Volume C (http://www.cfm.va.gov/til/aeDesSubReq.asp).
Energy Independence & Security Act (EISA), 2007, section 438.
VAMC Martinsburg Storm Water Management Plan (SWMP).
The Architect/Engineer shall take minutes of all meetings, conferences, and site visits. A copy of the minutes shall be provided, within (7) days of the occurrence, to the Contracting Officer for concurrence.
Auto CAD Requirements:
All drawings shall be created in AutoCAD 2014.
Drawings shall be D size, using the
Note: a six percent (6%) A/E limitation imposed by law exists for the preparation of contract drawings and specifications portion of the contract per 48 CFR, Chapter 8, Part 836.606-73
Project Funds Limitation- Construction Cost Budget
PROPOSED SCHEDULE (Subject to change due to final determination of Pre- design Meeting date, but durations will remain the same).
The A/E shall perform the work required by this contract within the limits of the following schedule and shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews which may be scheduled at the time of each design submission. All days listed are calendar days.
Award of Design:
Program Verification Meeting: 14 Calendar Days
Preliminary Design 15% - 21 Calendar Days
VA Design Comments 14 Calendar Days
Schematic Design 30% - 45 Calendar Days
VA Design Comments 14 Calendar Days
VA Design Comments 14 Calendar Days
Construction Documents 95% - 60 Calendar Days
VA Design Comments 14 Calendar Days
Final Documents 100% - 28 Calendar Days
VA Design Comments 14 Calendar Days
Bid Documents 7 Calendar Days
III. PRELIMINARY DESIGN REQUIREMENTS: 15%
The A/E shall evaluate all the items listed in the scope of work above and determine severity with a recommended priority for correction.
Include a site visit for key team members to interview staff/users.
At least three preliminary plan solutions shall be presented at the 15% review meeting for evaluation and selection/ direction by the
The A/E shall determine what if any additional support documentation shall be provided at this presentation to present and convey each of the solutions.
Provide 1 set of full size drawings, 3 sets of half size drawings, 2 sets of binders for support documentation and 2 compact disks of entire submission.
IV. SCHEMATIC DESIGN REQUIREMENTS: 30%
A. Per the schedule above, the A/E shall provide 30% Schematic Design documents for review.
B. Provide 1 set of full size drawings, 3 sets of half-size drawings, 2 sets of binders for specifications and support documentation and 2 compact disks of entire submission.
Submission requirements at a minimum shall match items listed under Schematic in A/E Submission Instructions for Minor and NRM Programs (PG-18-15) for the varying disciplines and deliverable requirements.
The A/E with the assistance of the
Include a Site Visit for this submission with key team members to interview staff for comments.
Provide a 3D model in REVIT , AutoCAD drawings, drawings in Adobe pdf, specifications in Word in the tracking mode, and specifications in pdf.
IV. DESIGN DEVELOPMENT REQUIREMENTS: 60%
A. Per the schedule above, the A/E shall provide 60%
B. Provide 1 set of full size drawings, 3 sets of half-size drawings, 2 sets of binders for specifications and support documentation and 2 compact disks of entire submission.
Submission requirements at a minimum shall match items listed under DD in A/E Submission Instructions for Minor and NRM Programs (PG-18-15) for the varying disciplines and deliverable requirements.
The A/E with the assistance of the
Include a Site Visit for this submission with key team members to interview staff for comments.
Provide a 3D model in REVIT , AutoCAD drawings, drawings in Adobe pdf, specifications in Word in the tracking mode, and specifications in pdf.
V. CONSTRUCTION DOCUMENTS REQUIREMENTS: 95%
A. Per the schedule above, the A/E shall provide 95% Construction Documents for review.
B. Provide 1 set of full size drawings, 3 sets of half-size drawings, 2 sets of binders for specifications and support documentation and 2 compact disks of entire submission.
Submission requirements at a minimum shall match items listed under CD in A/E Submission Instructions for Minor and NRM Programs (PG-18-15) for the varying disciplines and deliverable requirements.
The A/E with the assistance of the
Include a Site Visit for this submission with key team members to interview staff for comments.
Provide a 3D model in REVIT , AutoCAD drawings, drawings in Adobe pdf, specifications in Word in the tracking mode, and specifications in pdf.
VI. FINAL DOCUMENTS REQUIREMENTS: 100%
A. Per the schedule above, the A/E shall provide 100% Construction Documents for review.
B. Provide 1 set of full size drawings, 3 sets of half-size drawings, 2 sets of binders for specifications and support documentation and 2 compact disks of entire submission.
Submission requirements at a minimum shall match items listed under CD in A/E Submission Instructions for Minor and NRM Programs (PG-18-15) for the varying disciplines and deliverable requirements.
The A/E with the assistance of the
Provide a 3D model in REVIT , AutoCAD drawings, drawings in Adobe pdf, specifications in Word in the tracking mode, and specifications in pdf.
VII. BID DOCUMENTS REQUIREMENTS.
A. Per the schedule above, the A/E shall provide Bid Documents for review.
B. Provide 2 sets of full size drawings, 5 sets of half-size drawings, 3 sets of binders for specifications and support documentation and 3 compact disks of entire submission. Hard copies shall be made from the CD so there is assurance the print copies and digital copies are the exact same.
Submission requirements at a minimum shall match items listed under CD in A/E Submission Instructions for Minor and NRM Programs (PG-18-15) for the varying disciplines and deliverable requirements.
The A/E with the assistance of the
If any changes have been made, provide the updated 3D model in REVIT , AutoCAD drawings, drawings in Adobe pdf, specifications in Word in the final accepted changes mode, and specifications in pdf.
Note:
AE shall not proceed with any subsequent submission or anticipated design work without the expressed written permission of the Contracting officer.
VIII. DESIGN PERIOD SERVICES REQUIREMENTS:
The A/E shall provide submissions as listed above. The electronic submission of drawings shall be both in the AutoCAD CAD format as well as Adobe PDF. The PDF format shall be a combined set. Word, Excel, PowerPoint, etc. shall all be in the latest format as used by the VAMC-
The A/E shall maintain a secure web based repository e.g. FTP, to allow for the file transfer to the
During the bidding period the A/E shall incorporate all addendum modifications resulting from
Architect/Engineer to provide in fee proposal the following site visits
Pre- Design Kick Off
Meeting with Users
Review of Preliminary Design 15%
Review of Schematic Design 30%
Review of
Review of Contract Documents 95%
Review of Final Documents 100%
IX. CONSTRUCTION PERIOD SERVICES REQUIREMENTS:
Note:
A/E shall answer
A/E team to perform review (for approval or revisions) of all construction submittals.
A/E team to provide 1 set of D s -size as-builts at the completion of the project from marked-up construction drawings within 30 days of construction completion. A Compact Disk will also compliment with as-built information will be provided to the
A/E team shall participate in
5 Construction Site Visits (TBD)
Final Inspection
The Government anticipates award of a firm-fixed price Architectural Services contract. (Note: The Government reserves the right to cancel the contract(s) at any time if it is in the best interest of the Government.)
The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services (Small Business size standard of
The A/E selection criteria shall include the following elements (I) through (VII), listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF 330. The AE interview scoresheet (table) reflected below shows the evaluation factors that will be used to evaluate each firm (as a team) for both shortlist SF330 s and upon completion of all interviews. The table shows the posted Weights for each factor and the evaluators will assign a raw score, that raw score will be multiplied to the Weighted value to arrive at a weighted score. These scores will then be totaled for a total weighted score. It is anticipated that at least 3-5 AE firms will be granted an interview (this number could be reduced or expanded if it is determined to be in the best interest of the Government. Eligible AE firms must have a working office location within 0-500 miles of the
I - PROFESSIONAL QUALIFICATIONS
15
1. Resume of each team member
*-
2. Designers of record and their discipline
*-
3. Reputation and standing of the firm principal officials
*-
with respect to professional performance, general
*-
management philosophy.
*-
4. Specific experience and qualification of personnel/team
*-
proposed for assignment to the project and their
*-
record of working together as a team.
*-
5. Proposed management plan and design development process.
*-
6. Proposed approach to estimating construction costs.
*-
*-
*-
*-
II - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
20
1. Narrative of up to 10 relevant projects completed
*-
within the last five years that illustrates overall team
*-
experience.
*-
2. General list of healthcare projects in last 5 years by team members.
*-
3. Experience in hospital kitchen design, renovation, associated workflow
*-
4. Experience in energy conservation/sustainability
*-
III- PAST PERFORMANCE
20
1. Specific cost control measures utilized in Factor II submitted projects.
*-
2. Quality control process(es) utilized in Factor II submitted projects.
*-
3. Performance schedules challenges and compliance in Factor II projects.
*-
4. List relevant projects constructed within last 10 years with
*-
original budget, final budget, final estimate, construction contract, total
*-
change orders
*-
5. Projects demonstrating experience working with Government entities
*-
6. Copy of performance evaluations and owner points of contact.
*-
7. Included evaluations for projects in Factor II.1.&2 above.
*-
IV - ORGANIZATION, MANAGEMENT AND QUALITY CONTROL
20
1. Firm's organization and management process for this contract
*-
2. Quality control program for this contract with name of person responsible
*-
for QA/QC and person responsible for technical/constructability
*-
review (provide examples, checklists).
*-
3. Ability to handle other projects for multiple clients with varying types
*-
of project requirements and technical challenges
*-
4. Team's organization for this contract (provide organization chart that
*-
identifies overall relationship and lines of authority of the team)
*-
V - CAPACITY
15
1. Available resources to accomplish task orders on time sensitive schedules
*-
2. Process controls proposed for keeping team members on schedule.
*-
3. Describe experience in delivery of projects on a time sensitive schedule
*-
4. Current contracts greater than
*-
5. Current workload and availability of the team
*-
VI - LOCATION
*-
*-
10
1. Geographical location from West Virginia
*-
of locality
*-
*-
*-
*-
*-
VII - LITIGATION AND INSURANCE
10
1. Record of significant claims against the firm and team members
*-
*-
*-
THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. The socio-economic set-aside associated with this advertisement is 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. Therefore, this acquisition is open to all prime firms meeting the qualifications of SDVOSB under the associated NAICS code as registered in SAM and VETBIZ.
Qualified A/E firms are required to submit THREE (3) hard copies and ONE (1) electronic copy via CD of their entire completed SF Form 330 packages; SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Submissions are limited to 75 pages, no photographs. Information shall be submitted no later than
Mailed submissions sent to:
This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short listing" of 3-5 (more or less) firms deemed most highly rated after initial source selection (shortlisted) will be chosen for interviews. 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.
NOTE: UPON AWARD, THE FOLLOWING WILL APPLY:
The A/E disciplines include, but are not limited to, the following: Architectural, Civil, and Mechanical/Electrical/Plumbing (MEP) which includes the following disciplines: estimating, structural, mechanical (HVAC), electrical, plumbing, geotechnical, design, certified physical security specialist and engineering services related to healthcare facilities.
Award is contingent upon the availability of funds.
Contracting Office Address:
Shari M Kesecker, CO
613/90C
Point of contact(s):
Link/URL: https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/36C24519R0009/listing.html
LIMRA CEO: Change is Inevitable – Embrace It
Appleton Knuckle Boom Crane Inspection and Repair
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News