Illinois Bids > Bid Detail

C1DA--Renovate 3B for Patient Privacy and Intensive Care Unit P/N: 657A5-23-110

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159836781108888
Posted Date: Apr 24, 2023
Due Date: May 3, 2023
Solicitation No: 36C25523R0096
Source: https://sam.gov/opp/ce44492f11...
Follow
C1DA--Renovate 3B for Patient Privacy and Intensive Care Unit P/N: 657A5-23-110
Active
Contract Opportunity
Notice ID
36C25523R0096
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 24, 2023 06:45 am CDT
  • Original Response Date: May 03, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Veteran-Owned Small Business Sole source (specific to Department of Veterans Affairs)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Marion VA Medical Center Marion , IL 62959
    USA
Description
Type of Notice: Sources Sought
Posted Date: 4/24/2023
Response Date: 5/3/2023 at 2:00 PM Central Time
Set Aside: Service-Disabled Veteran Owned Small Business
Classification Code: C-Architect and Engineering services
NAICS Code: 541310 Architectural Services
Please note that this is NOT a request for SF330's or proposals, the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. The Department of Veterans Affairs Network Contracting Office (NCO) 15, is conducting a market survey for qualified: Service-Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing the required services outlined below for project 657A5-23-110, Renovate 3B for Patient Privacy and Intensive Care Unit at the VA Medical Center located in Marion, Illinois.
Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. The prime architect shall provide written certification of this to the Contracting Officer with the response provided for this market research.
Interested firms must be registered in https: www.SAM.gov with NAICS code (541310) and qualified as a service-disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the SBA Veteran Small Business Certification Program (VetCert) portal https://veteran.certify.sba.gov on or before the response date.
In order to be considered, the A/E must have a working office located within 500 miles of the Marion VA Medical Center located at 2401 W. Main Street, Marion IL. 62959. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located. This distance is determined according to http://maps.google.com/

The response to this notice shall be in summary format and shall not exceed ten (10) total pages and include the following: Company name, DUNS number, verification of social economic category (SDVOSB), address, point of contact, telephone number and email address, sample information on same or similar type projects completed.
No basis for claim against the Government shall arise as a result of a response to this source sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. There is no guarantee, expressed or implicit, that market research for this acquisition will result in a particular set-aside, or any other guarantee of award or acquisition strategy.

Responses must be received by 2:00 PM Central on May 03, 2023 via e-mail to the Contracting Officer at Maria.Hoover@va.gov and Jennifer.Sotomayor@va.gov PLEASE REFERENCE "SOURCES SOUGHT: Project 657A5-23-110 Renovate 3B for Patient Privacy and Intensive Care Unit " IN THE SUBJECT LINE and cover sheet. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. No telephone inquiries will be accepted
Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov/. The Contract Opportunities website is the only official site to obtain these documents. Additional information about this project will be issued on the System for Award Management website https://www.sam.gov/content/opportunities once available.
Contracting Office Address:
Department of Veterans Affairs; Network 15 Contracting Office; 3450 S. 4th Street, Leavenworth, KS 66048
Point of Contact(s):
Maria Hoover, Contracting Officer
Jennifer Sotomayor, Contracting Officer
e-mail address: Maria.Hoover@va.gov Jennifer.Sotomayor@va.gov

Synopsis:
The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, Marion VAMC Engineering Service expects the following primary A/E disciplines to be included: Supervisory, VPIH, Civil/Structural, Architectural, Mechanical, Plumbing and Electrical, Physical Security and Fire Protection.

This requirement has a very aggressive design completion time. The anticipated time for completion of the design is 180 calendar days including time for VA reviews.
The design to construction cost is in a range of between $5,000,000.00 and $10,000,000.00. The North American Industrial Classification System (NAICS) code for construction is 236220, Commercial and Institutional Building Construction with a small business size standard of $45.0 Million.

SCOPE OF CONSTRUCTION PROJECT:
Existing Conditions: Patient Ward 3B currently accommodates twenty one (21) inpatients in thirteen (13) inpatient care spaces. The ward also contains patient care support spaces, including consultation, lounge, nurse station, nursing staff administrative space, nourishment, local pharmaceutical dispensary, and utility spaces. The floor area of Patient Ward 3B is approximately 7,000 gross square feet (gsf).

Project Intent:
Survey/Site Investigation:
A survey/investigation shall be undertaken to fully assess site conditions and existing conditions of the proposed project area.
Investigation into other potential system upgrades will occur concurrently. Upgrades could be driven by advances in technology, safety, energy savings or any other factors which would improve overall system performance within the limitations of the project intent.
Investigation shall include documenting station utilities that may be affected during construction activity. These may be interior or exterior, above, or below grade relative to the facility.
General Conditions:
The A/E shall investigate the impact of infection control and maintaining hospital mitigation of air quality requirements, vibration, and noise pollution.
The contractor will be responsible for field verification of existing utilities related to this project s requirements. If any utilities are damaged during construction activity all mitigative repairs shall be the responsibility of the contractor.
VA Engineering Service personnel will assist when site inspection procedures affect the operations of any of the building utility systems.
All utilities are critical to facility operations. Any investigation or work impacting the facility or requiring a shutdown shall be scheduled twenty-one (21) days in advance with written notice. Work shall be performed at nights and on weekends. The COR has the right to stop work after 8 hours of planned medical facility outages.
All proposed rework as well as the final, as built conditions of the building shall be subject to comment, revision and approval by the Illinois State Historic Preservation Agency. All costs and labor incurred to achieve a design approved by the Historic Preservation Agency shall be the responsibility of the A/E.
Design errors or omissions, which result in damages or additional cost to the Government will be evaluated for potential A/E liability. If the Government determines that the A/E is financially liable for a design deficiency, the Government will advise the A/E by official correspondence. The Department of Veterans Affairs actively pursues reimbursement of costs incurred by the Government as result of the A/E s errors and/or negligent performance. The preferred method of settlement of A/E financial liability is for the A/E to negotiate directly with the Contractor and provide the result to the Department of Veterans Affairs for review and approval. Where the A/E cannot reach an agreement with the Construction Contractor or if the A/E declines to negotiate, The Department of Veterans Affairs will arrange settlement directly with the Contractor and will bill the A/E.
All equipment and finishes to be included in the project design shall be in accordance with current Marion VAMC standards and existing maintenance contracts.
The normal operating hours of this facility are 7 am to 4:30 pm, Monday through Friday, excluding recognized holidays. The construction documents shall require the contractor to reflect this in his proposed work schedule. Work outside the normal operating hours shall require prior authorization by the VAMC.

Demolition:
As determined during design, all existing materials removed during construction will be disposed of according to the direction of the construction documents and as directed by VA staff.

Industrial Hygiene:
Provide an abatement plan for any hazardous materials (asbestos, lead, etc.) which are known prior to or discovered during the investigation and construction phases.

Structural:
Determine capacity of existing building structure to accept the upgraded mechanical components proposed, if needed.
If weaknesses or inabilities to accept the components are encountered, modifications to the structure to allow for the upgraded component would likewise be proposed as part of the project documents.
Determine anchorage and bracing necessary to resist seismic loads for all material and components added by this project in accordance with the VA Structural Design Manual (PG 18 10).

Architectural:
The scope of architectural work shall include all work architectural work necessary to effectively update the spaces included in the project area.

Mechanical:
The scope of mechanical work shall include updates to all existing mechanical systems that serve the proposed project area.
HVAC system capable of meeting most recent VA HVAC design requirements for 100% outside air in patient care spaces.

Plumbing:
The scope of plumbing work shall include updates to all plumbing systems, fixtures, outlets, disposal, and ventilation systems, including:
Domestic water systems piping, fixtures, etc.
Medical gas systems including piping, valves, outlets, panels, etc.
Fire Protection systems
Wastewater disposal/sanitary sewer

Electrical/IT/Telecom:
The scope of electrical/IT/telecom work shall include updates to all existing electrical/IT/telecom9 systems that serve the proposed project area.
Provide construction period services for arc flash and protective device coordination. After new equipment selection, the A/E shall provide the aforementioned services in addition to typical design phase site investigation and construction phase site visits. Submit TCC s to the COR for approval. Refer to the VA Electrical Design Manual (PG 18 10) section 1.10. Include VA Master Spec (PG 18 1) 26 05 73.
Provide a design that coincides with the Facility Master Plan for future expansion and capacity. The infrastructure to support identified future loads shall not be constructed but planned in a manner that shows equipment and devices that support growth on plans.

Construction Phasing:
Construction contract will utilize critical path phasing as necessary to minimize interruption and disturbance to the building and its occupants.
Phasing shall be determined through collaborative effort of both the A/E firm and the VAMC Engineering Service.

SCOPE OF WORK FOR A/E:
Design Development:
The A/E shall make investigations necessary to thoroughly evaluate the area. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG 18 15, Volume C.

Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to Marion VAMC Engineering Service. Report will include initial cost estimate for all work included in the Renovate 3B for Patient Privacy and Intensive Care Unit. This report will be considered the Design Narrative as referenced in B5 DESIGN REVIEW AND COMPLETION SCHEDULE below.

Design shall comply with the most current version of the VA Physical Security & Resiliency Design Manual at time of award found on the VA technical Information Library: https://www.cfm.va.gov/til/dManual.asp

General Statement: The A/E shall prepare plans and specifications for a construction contract to accomplish the following work:

Renovate patient ward 3B to comply with the latest patient care standards and requirements
Provide a design to include twelve (12) standard single occupancy inpatient care spaces and six (6) intensive care single occupancy inpatient care spaces.
Provide a design to accommodate and update all existing patient and staff support spaces currently located in ward 3B.
Provide a design to update all systems within ward 3B, including but not limited to:
Mechanical, Electrical, Plumbing (MEP)
Architectural
Information Technology (IT)
Fire Protection
Physical Security
Provide a design that accommodates all of the latest VA standards and code requirements for spaces intended for standard and intensive inpatient care.
Design to the Government s Guiding Principles for Sustainable Federal Buildings standards with verification by a Professional Engineering stamp and completion of the Guiding Principles Checklist. Architect is responsible for verifying that the construction meets the Guiding Principles for Sustainable Federal Buildings.
Full commissioning per the VA Whole Building Commissioning Process Manual as applicable to this building is required. All associated costs and labor (Commissioning agent(s), inspections/witnessing, and documentation) shall be the responsibility of the Architect. Provide cost estimates associated with deduct alternates.
Design multiple deductive bid alternates into the construction documents equal to at least 20% of the total construction cost. The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct alternate.

Construction Documents:

After the VAMC approves the A/E's conceptual design, the A/E shall prepare construction documents necessary to accomplish the approved conceptual design. These documents shall bear the seals and signatures of all licensed individuals responsible for the content of the construction documents. Application of the seals and signatures shall be considered verification that the design was conducted in accordance with all applicable code requirements, standards, and best engineering practices.

As part of the 100% design submission, the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length.

The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting.

Construction Period Service: The A/E shall perform construction period services as detailed later in this scope of work.

Functional Product:
It is important to emphasize that the A/E shall perform design development and detailed design work, and prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational system.

VPIH Survey: The A/E Firm will complete a survey, to include testing, identifying any and all asbestos and lead containing materials within the project area. This project will remove all lead and asbestos in areas being renovated.

All spaces within the scope of work must be designed according to applicable codes and standards.

The A/E shall submit a design narrative (15%) and design plans (30%, 60%, 90%, 100% Contract Docs for Bidding, and Release for Construction Set) specifications, submittals schedule, estimates and other documentation in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The construction work will be performed under a separate Firm Fixed Price contract awarded by the VA. As a result, the Construction Documents must conform to the estimated Total Construction Cost Price, not including any contingencies, and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site.

The A/E will also participate in the Marion VAMC Pre Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logistical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in
documentation submitted by the A/E pursuant to, and inclusive of, the Construction Documents.

Prior to submittal of a response to this proposal the A/E shall meet with the Contracting Officer s Representative (COR) at the proposed project site to review the scope of services and the project goals. The COR will provide A/E with a copy of the portions of the latest Facilities Condition Assessment (FCA) applicable to this project.

Overall site plans will be provided as a Reference Drawing with Buildings showing the areas within the project boundary.

The C&A requirements do not apply, and that a Security Accreditation Package is not required.

Sustainability Requirements:
Design shall comply with the most current version of the VA Sustainable Design Manual at time of award found on the VA technical Information Library https://www.cfm.va.gov/til/sustain.asp

The following deviations are allowed: Not applicable.

GUIDING PRINCIPLES CHECKLIST: A/E shall complete and submit the appropriate Federal Energy Management Guiding Principles Checklist: https://energy.gov/eere/femp/downloads/guiding principles checklists new construction and modernization and existing

Attachments/Links
Attachments
Document File Size Access Updated Date
36C25523R0096.docx (opens in new window)
34 KB
Public
Apr 24, 2023
file uploads

Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2023 06:45 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >