Www.vendorportal.ecms.va.gov

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010CAE Pharmacy Storage USP800 ComplianceProject #581-3002570436C24518R024908-16-201830N14541310Department of Veterans AffairsNetwork Contracting Office 5 (NCO 5) 90CSatellite Office1540 Spring Valley DriveHuntington WV 25704Katrina Chapmankatrina.chapman@Department of Veterans AffairsHershel "Woody" Williams VA Medical Center1540 Spring Valley DriveHuntington, WV25704USAkatrina.chapman@katrina.chapman@The Department of Veterans Affairs Medical Center (VAMC), 1540 Spring Valley Drive, Huntington, WV 25704 is seeking a qualified Service Disabled Veteran-Owned Business A/E firm to provide schematic design, design development, contract drawings and specifications, cost estimates, construction period services, and site visits (if required) for design of a project titled “Construct Pharmacy Storage for USP 800” at Hershel “Woody” Williams VA Medical Center. Part 1 – Project Descriptiona. GeneraL1. Provide complete professional architect-engineering (AE) design services, Industrial Hygiene (IH) and Commissioning (Cx) related services for a planned FY19 Minor construction project titled “Construct Pharmacy Storage for USP800 Compliance”, project number 581-300. Provide complete drawings and specifications and perform construction period services as detailed herein.2. IH services shall include testing for presence of asbestos containing materials and lead based materials at the point of impact to approved project design, accomplishing licensed and certified design and specification to incorporate into the project package.3. AE shall employ the services of a certified and licensed commissioning agent, either as an employee of the firm, or by sub-consultant to accomplish full Cx services from time of award of contract to final settlement of the construction project. See Part 7 following.4. During the procurement and construction period, AE shall provide technical services, answering bid questions, performing sketches and/or correction as require, review and track submittals using online service such as Procore or similar service during the construction phase, and visit the site at VA request. 5. Provide IH services on site as VA expert representative to monitor design objective and construction related activities related to their design. AE shall design to create efficient process for all parties to insure time frame and control of removal process. Any overage on design related activities is at the expense of AE over and above the time frame established for the work to remove asbestos containing materials and monitoring activities during construction.B. BACKGROUND1. The new USP 800 guidelines are requiring different air control measures for the handling of Sterile and Non-Sterile Hazardous Drugs (HD). Two key issues are space deficiency to allow for properly improving storage of Sterile and Non-Sterile HD (SHD/NSHD); and upgrading the current air handling systems. A new typical layout as per the guidance of USP 800 will require a reconfiguration of the current storage system. The new system would provide separation between SHD and NSHD. USP 800 shows configuration on multiple acceptable methods, but each system would require addition to the current storage area and renovating the current area. The air system requirements changed from so much pressure inside the storage area to how much negative area is required along with other safety measures. This would require an upgrade to air handling systems servicing Inpatient pharmacy that is currently 15 years old and requires an upgrade to create the required negative air buffer. 2. All the new requirements for renovations, changes, and upgrades to the current system will require an expansion/reconfiguration of the security system to ensure the integrity of the current system, and ensure only qualified personnel are handling HDs. This project will provide safer working conditions for employees that deal with any type of hazardous drugs. These safety measures not only will bring the current system up to date with the new directive USP 800), it will provide better working conditions and increased storage to decrease wait times for Veterans to receive medications. The security measures will need to be upgraded because of all the previous changes will decrease any probability of unauthorized use, theft, or misappropriation by authorized personnel and preventing unauthorized personnel from gaining access to said drugs.C. GENERAL SCOPE1. Construct a new 1000 square foot addition in the rear courtyard area south of the existing outpatient pharmacy on ground floor level, mainly housed with storage space for meeting compliance with USP 800. Project will also renovate part of existing outpatient pharmacy on ground floor, and improve work flows and processes on first floor inpatient pharmacy. 2. Work shall also include renovation of existing ground floor outpatient pharmacy in conjunction with the addition including adding additional space for IV solutions, creating a negative pressure receiving area, and area for storage of hazardous drugs. Relocate procurement office to the receiving area, replace flooring, create a break area with sink (part of existing is slab on grade), create phone area for the phone unit, remove the old conveyor belt, create mail pack/shipping area, replace checking and filling stations. Replace low roofs on old addition and connecting corridor.3. Work on first floor inpatient pharmacy includes replacing flooring, create negative pressure storage receiving room outside the existing chemotherapy lab, create an office for supervisor, replace controls for IV and chemotherapy labs (dampers, speed drives, etc) replace remote exhaust fans as required.part 2 – Design and Construction Standards2.1 Generala. In the development of submissions AE firm shall utilize certain VA and other design and construction criteria. The design is not limited to these items and should be the result of compliance with applicable codes and standards, the user requests, and AE creativity:VA Design and Construction criteria in the Technical Information Library (TIL), including planning, design, and construction items such as: Design Alerts, Design and Construction Procedures, Design Guides, Design Manuals, Equipment Guide List, Master Construction Specifications, Room Finish and Door Hardware Schedule, Space Planning Criteria, etc.The Joint Commission Organization Accrediting Healthcare systems requirements shall be considered.NFPA Codes including, but not limited to: NFPA 101, Life Safety Code; NFPA 99, Healthcare Facilities; NFPA 70, National Electrical Code (NEC)Compliance to all known applicable codes shall be reflected in the completed design and construction contract documents.National Elevator Codeb. Resolve conflicting criteria with VA.c. VA continually updates information in the Technical Information Library (TIL) used in project design. AE shall review the guidelines in the TIL and incorporating the applicable criteria into the design and construction documents. The following section, Access to VA Standards, provides World Wide Web addresses for the TIL and commonly used VA standards and references. The VA will shortlist the firms utilizing the SF330 form and interviews will be conducted with at least 3 firms based on the outcome of the scoring. Selection criteria will be in accordance with the Brooks Act, FAR 36.6 and VAAR 852.236.6, which will include at a minimum: 1.) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICE. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. 30 Points2.) SPECIALIZED EXPERIENCE WITH HEALTHCARE FACILITY RELATED DESIGNS, CIVIL ENGINEERING TYPE PROJECTS, COMPLEX ELECTRICAL AND MECHANICAL EXPERIENCE, AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Provide a detailed narrative of up to 8 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract. 20 Points3.) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULE. Discuss firms’ ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms’ performance issued on that contract. If know documentation exists, so state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number. Provide copies of awards and letters of appreciation/commendation as desired. 20 Points4.) ORGANIZATION, MANAGEMENT, AND QUALITY CONTROL. Discussion of the firms’ organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms’ approach to design and project management. Document the firms’ ability to handle projects with multiple end-users and complex requirements. Describe the teams’ organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. 15 Points5.) CAPACITY to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $150,000 being designed in the firms’ office. Indicate the firms’ present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 10 Points6.) LOCATION IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT (WITHIN 500 MILES) AND KNOWLEDGE OF THE LOCALITY OF THE PROJECTS. Describe and illustrate the teams’ knowledge of design approaches, construction materials, codes/ordinance costs and other conditions unique to the geographic area related to the contract for which the submittal is being made. 5 PointsSubmission Requirements: Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, VISN5 Network Contracting Office, 1540 Spring Valley Drive, Bldg 8, Huntington, WV 25704, Attn: Katrina Chapman. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD of Parts 1 and II no later than 4:00 pm Eastern Standard Time on August 16, 2018. Hard copies shall be in binders. The SF330 can be found on the GSA forms website HYPERLINK "" . Submissions by electronic/fax means are NOT permitted. All questions are to be sent via email to HYPERLINK "mailto:katrina.chapman@" katrina.chapman@ no later than 4:00 pm Eastern Standard Time on August 2, 2018. Potential contractors must be registered in SAM ( HYPERLINK "" ) and visible and certified in Vet Biz ( HYPERLINK "" ) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms’ Vetbiz Registry. This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size Standard is $7.5 million. This is not a request for proposal nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download