C--A/E Renovate Inpatient Pharmacy #642-17-100

expired opportunity(Expired)
From: Federal Government(Federal)
36C24418R0654

Basic Details

started - 31 Jul, 2018 (about 5 years ago)

Start Date

31 Jul, 2018 (about 5 years ago)
due - 10 Sep, 2018 (about 5 years ago)

Due Date

10 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C24418R0654

Identifier

36C24418R0654
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ACQUISITION INFORMATION:The Philadelphia Department of Veterans Affairs Medical Center located at 3900 Woodland Avenue is seeking professional Architect and Engineering (A&E) services for Project No. 642-17-100, Renovate Inpatient Pharmacy for Chemotherapy I.V. Mixing.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.CORPORAL MICHAEL J. CRESCENZ DEPARTMENT OF VETERAN AFFIARS MEDICAL CENTERUNIVERSITY & WOODLAND AVENUESPHILADELPHIA, PA 19104A/E SCOPE OF WORKForRENOVATE INPATIENT PHARMACY FOR CHEMOTHERAPY I.V. MIXINGPROJECT NUBMER 642-17-100Construction Magnitude: $1,000,00.00 - $2,000,000.00Bid Documents/Final Report Ready By: 280 days after NTPDESCRIPTION OF WORKThe Architect/Engineer (A/E) firm shall provide design services including all investigative surveys and verifications of as-built conditions required for fully developed construction documents for the partial renovation of existing inpatient pharmacy space located on the 2nd floor of Building 1 to create a contingency chemotherapy mixing pharmacy totaling approximately 1000 sq. ft. (see attached sketch SK-1).The A/E shall design all renovations necessary to create a solution mixing area compliant with USP 800 and all VA Standards and Guidelines including but not limited to ante room, hazardous supply, non-hazardous and hazardous mixing rooms. The design shall include general demolition of stud walls acoustical ceilings, HVAC systems, electrical and lighting systems and plumbing. The A/E shall include analysis of the existing HVAC systems for upgrade or replacement and installation of new equipment to ensure compliance with all applicable standards. Upgrades shall include new electrical power and lighting systems, new variable air volume HVAC distribution system with DDC controls and plumbing systems for the new mixing area.The A/E firm will be required to collaborate with the Department of Veterans Affairs staff to determine structural, architectural, mechanical and electrical design requirements. The firm will also attend programming meetings with Medical Center Pharmacy staff to layout subject floors.The A/E shall develop a phasing plan for the project to ensure there is no interruption to the inpatient pharmacy operationsThe A/E shall collaborate with Medical Center Staff to conduct a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient and public safety, security controls for physical and logical access, environmental controls, and limitations on vibration noise and disruptions to operations and utilities. The results of these assessments will be incorporated as part of construction documents.The A/E firm will be required to include the services of a Life Safety Engineer for review of all drawings and specifications.THE SELECTED A/E FIRM SHALL ADHERE TO THE FOLLOWING GUIDELINES:Construction may be required to be addressed in multiple phases to allow operations to continue during construction to the extent possible. Phasing will be determined during the 35% design review. Phasing must work within budget and allow the VA to continue operations with minimal interference.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.SCHEDULEContract Duration is 280 calendar daysFurthermore, AE Firm shall meet the following schedule, unless negotiated otherwise with VA CO and COR prior to award.Notice to Proceed Initial Meeting With VA COR and End User14 Days After Notice To ProceedSubmission of 35% Documents to VA COR60 Days After Initial MeetingVA Comments to 35% Documents14 Days After Reception of 35% PackageSubmission of 70% Documents to VA COR90 Days After Reception of 35% Review Comments From VAVA Comments to 70% Documents14 Days After Reception of 70% PackageSubmission of 100% Documents to VA COR60 Days After Reception of 35% Review Comments From VAVA Comments to 100% Documents14 Days After Reception of 100% PackageSubmission of Stamped and Sealed Documents to VA COR14 Days After Reception of 100% Review Comments From VASITE INVESTIGATIONMake site visits as required to determine existing as-built conditions affecting this project. Information including drawings and other documentation provided to the A/E is used as reference only. A/E shall survey existing conditions including areas above, below and adjacent to the work sites that will be affected by the project. Investigation shall include but not limited to building structure, mechanical, plumbing, life safety, security and electrical systems. The A/E shall arrange for and oversee the performance of such investigations as he/she determines are required for the proper design of the project. Existing building systems shall remain operation at all times during construction. ACAD background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions, wall layouts, etc. GENERALA/E shall be licensed professional architect/engineer currently registered in the state of Pennsylvania or in a state of which Pennsylvania has recognized the engineering license.A/E shall be responsible to provide a complete bid package to the contracting officer consisting of plans, specifications, Mylar drawings, cost estimates and their related information on CD. Drawings shall be submitted in AutoCAD 2014 and Adobe Acrobat, specifications in Microsoft Word and cost estimate in Microsoft Excel.The contract drawings shall have a cover sheet, which shall include but not limited to the following information:Department of Veterans Affairs LogoDrawing IndexAE Firm Name and LogoGeneral NotesAll drawings shall be scaled.Each professional discipline shall be separately designed and be sealed by the respective A/E.All design work shall be coordinated by the prime A/E, who shall be responsible for all field investigation, site surveys, measurements and engineering design calculations.The A/E shall assure compliance with and design according to all local, federal, Department of Veterans Affairs, OSHA Regulations, state laws, regulations, codes and ordinances.A/E shall prepare specifications using the VA master specification.Plans shall be drawn using standard professional and acceptable engineering drafting skills, scales and standards. The A/E shall be responsible to provide and show in scale plans, elevations and details required to construct this project in which the prospective bidder is clear on the proposed intent and scope of work.A/E shall define and indicate on plans all new and existing conditions.A/E shall show, draw, locate, define, denote and detail all points of connection of new work to the existing.A/E shall plan, define, detail, draw and show on the contract documents exact routing of any new utility proposed for this project. A/E shall as part of this project, physically inspect each new routing, provide routings and/or rerouting of existing utilities to prevent any conflicts. A/E shall design project to show exact location of new utilities on the contract plans.The A/E firm will evaluate each facet of the proposed design and identify energy conservation opportunities. Where energy saving alternatives exists, the design firm will analyze each alternative in accordance with the VA s standard evaluation procedures delineated on VA Form 10-5661, Energy Project Analysis Form . Calculations will be presented to the Contracting Offices Technical Representative in report format along with the analysis of each alternative and the design firm s recommendation of the best alternative.STRUCTURALProvide slab infill and opening details.INDUSTRIAL HYGENEProvide Industrial Hygienist (IH) report for the minimization of dust air borne or other contaminants.ARCHITECTURALProvide final 1/4 scale plans for the proposed project. Outline and label activities or services for each room or area. Show all rooms, room numbers as provided by VAMC, door swings, corridors, electrical closets, mechanical shafts and spaces, plumbing fixtures, all vertical circulation, including stairs. Provide all demolition plans for all items required for removal.Submit 1/4 scale equipment floor plans showing and identifying all equipment required for each area. Provide 1/4" scale reflected ceiling plans for all areas.Provide a separate 1/4 scale plan for fire protection measures. Include smoke barrier partitions, fire partitions, fire alarm devices, fire extinguisher cabinets and exit patterns to demonstrate compliance with the applicable codes and the fire egress pattern.Provide a title sheet with drawing index.Provide room finishes as required by PG-18-14 Room Finishes, Door and Hardware Schedule . Provide 1⁄4 room finish plan and coordinate plan with Specification Section 090600 Interior / Exterior Finishes, Materials and Finish Schedule (if needed).Provide all details necessary to fully describe the installation requirements of the architectural elements (i.e. wall types, typical framing details, typical door details, hardware schedule, etc.).Provide a separate 1⁄4 scale ICRA and Phasing plan. Include walk off mat locations, anti rooms, construction doors, HEPA filters and ICRA walls. Detail the wall partitions needs to provide a proper ICRA barrier. PLUMBINGProvide demolition plans for fixtures and piping to be removed.Provide floor plan showing all plumbing fixtures and associated water, waste, medical gases and vent lines. Plumbing lines should include all points of connection with the existing plumbing system.Provide details necessary to fully describe the installation requirements.FIRE PROTECTIONProvide drawings showing all changes to the existing fire sprinkler system necessary to comply with the revised space configuration. Show smoke zone partitions and coordinate with sprinkler system zones.Plans shall be reviewed by a Fire Protection Engineer.HVACProvide data that is the basis for the design; include design calculations, parameters and factors, reference source of all data. Include methods to be used in sizing ducts and piping.Provide total cooling and heating loads for the affected space or for any new space in the project.Submit duct and piping layouts plans. Show smoke and fire protection features of the HVAC system.Provide demolition plans for all HVAC systems and devices to be removed.Provide a single-line drawing showing all control devices and sequence of operation.Provide schedules for all HVAC equipment to be incorporated on the projectProvide details necessary to fully describe the installation requirements of the HVAC systems selected.ELECTRICALProvide basis for design, including basic assumptions and points of connection with existing electrical system. Verify that existing feeders to be reused are adequately sized for the proposed project.Provide lighting and power plans. Provide demolition drawings for all items to be removed and relocated.Provide fire alarm system revisions dictated by space renovations.Provide details and single line drawings necessary to fully describe installation requirements of the electrical equipment.Provide light fixture schedule and fixture detail drawings.Provide panel schedules for all new or updated panels incorporated on the project.Use equipment manufacturer s documents for basis of design.REVIEWSA conceptual review (35%) will be held with selected VA Medical Center staff e.g. Facilities Management, Infectious Control and Pharmacy Staff to ensure all needs of the Medical Center are addressed in the project between the VA and A/E firm. At this review the A/E will present its program, design schemes, radiation physicist report, methods, potential phasing plan and schedule under this work statement. This review will be scheduled after the design team has completed the on-site investigative review and had the conceptual planning meeting with the Medical Center Staff.Formal Review: There will be two formal reviews; one each at the 70% and at the 100% design completion stages. The AE shall supply five (5) copies of drawings, five copies of specifications and five copies of cost estimates for each formal review. Review meetings will be scheduled approximately two weeks after receipt of the documents by the Medical Center. The A/E shall incorporate any comments, notes or changes provided at a review meeting into the next review package. In addition, the AE shall incorporate any comments, notes or changes provided at 100% review meeting into the construction documents and cost estimate.SEVENTY PERCENT (70%) REVIEW WORKING DRAWINGSSpecifications: Submit (5) copies of marked-up VA master specifications for each section to be used in final specifications.Constructions Drawings: Provide (5) copies of plans showing all necessary alternations to existing areas affected by this project. Drawings should include final room and floor configurations with all doors and equipment located on the subject plans. A reflected ceiling plan, HVAC plan, plumbing plan, structural and electrical plan should be provided for this review. A room finish schedule should be provided for each type of room in the project along with plans, elevations and details.Estimates: Provide five copies of construction cost estimates.ONE HUNDRED (100%) PERCENT REVIEW WORKING DRAWINGSSpecifications: Furnish (5) complete sets of specifications bound in final format.Construction Drawings: Furnish (5) complete sets of drawings, including all necessary plans, elevations, patterns, details and schedules. After incorporation of VAMC comments the A/E will provide one (1) complete set of Mylar reproducible drawings and one (1) complete unbound, single sided set of specifications for reproduction. Estimate: Furnish complete and detailed construction cost estimate.The AE shall provide (2) sets of final construction drawings in PDF and AutoCAD format and Specifications in PDF on CD after incorporation of 100% review comments. Drawings and Specifications in PDF are to be portfolio format whereby each drawing or specification section can be accessed from the left hand side of the document. Drawings must be split into volumes not to exceed 75MB if the file size exceeds 75MB. ESTIMATESThe Engineering firm will make use of the construction budget to derive the 70% and 100% construction cost estimates. All estimates shall be current as of the date of submission and escalated to the date of award as provided by the VA. Show unit quantity, unit measure, unit cost and total cost of labor and materials for each subheading, as required by VA FORM 10-6238, Estimate Work Sheet . All costs will include insurance, taxes and applicable subcontractors markup. Use wage rates that reflect current local wages. The latest Department of Labor wage survey available at the VA will be provided upon request. Price materials and equipment at the contractors buying level. Sales tax, when applicable, will be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit.CONSTRUCTION PERIOD SERVICESServices during the construction phase of this project shall consist of:Review of contractor s submittals with regards to architectural, mechanical, electrical, and structural, with recommendation to the VA.Site visits when requested by the VA, in accordance with the Engineering contract, each will be followed with a mandatory written field report.After completion of the project provide a record set of Mylar reproducible plans showing any changes from the original design and a copy of updated Autocad files and specifications.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 below:Professional qualifications Specialized experience Capacity to accomplish the work in the required timePast performanceLocation of the project and knowledge of the locality of the project Acceptability under other appropriate evaluation criteria. Response time (RFI, Submittals, etc.)Estimating Effectiveness 5 most recent bid projectsProposed Design ApproachProposed Design PhilosophyAnticipated problems and potential solutionsEach factor is weighted evenly to the others. R. Contract Award Procedure: Interested A&E firms shall submit two (2) 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 116Wilmington VA Medical Center20 Montchanin Rd.Greenville, DE 19807 by 3:00 PM, EST, September 10, 2018. 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 FY18 funding. The construction magnitude is between $1,000,000 and $2,000,000.End of Document Contact Information: Maureen LongE-mail: Maureen.Long2@va.govPhone: (302) 994-2511 x7573Maureen.Long2@va.gov Office Address :Department of Veterans Affairs;Network Contracting Office 4;20 Montchanin Rd;Greenville, DE 19807 Location: Veterans Integrated Service Network 4 Facilities Set Aside: Service-Disabled Veteran-Owned Small Business

Veterans Integrated Service Network 4 FacilitiesLocation

Address: Veterans Integrated Service Network 4 Facilities

Country : United StatesState : North Carolina

You may also like

C1DB--631-24-001 A/E Renovate and Expand Dental Services

Due: 10 May, 2024 (in 14 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PROJECT 667-23-112 (AE) RENOVATE PHARMACY CACHE

Due: 31 Jan, 2029 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

A/E - CORRECT BLDG 1 FCUS & CONTROLS BONHAM VAMC, TX

Due: 12 Jan, 2027 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 541310 GSA CLASS CODE: C