C1DZ-- 659-20-100 B5 Pharmacy Cleanroom
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRA... THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 659-20-100 B5 Pharmacy Cleanroom at the Salisbury VA Medical Center in Salisbury, North Carolina. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. The magnitude of Construction is between $500,000 and $1,000,000. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before December 26, 2020. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. LOCATION This Project will take place in Building 5 at the Salisbury VA Medical Center, 1601 Brenner Avenue Salisbury, NC 28144. General: This project will consist of renovating an area in Building 5 of our campus to provide Pharmacy with cleanrooms for Hazardous and Nonhazardous drugs to operate to USP 797 and 800 standards. Develop preliminary drawings, working drawings, signed and sealed bid documents, and both working and bid specifications to provide new room layout for the cleanroom application. The Project will take place in Building 5, 1st floor. Specifics: The AE shall be required to design a cleanroom solution that contains an ISO class 7 compounding room for non-hazardous CSP s, an ISO class 7 compounding room for hazardous CSP s with hazardous CSP storage, and an ISO class 7 ante room at the W.G. (Bill) Hefner VA Medical Center. The AE will provide options in the schematic phase to help determine if a self-containing shell system or a standard Pharmacy design will be desired. The cleanrooms will be for IV compounding, TPN compounding, and Chemo Drug compounding. The VA Non-hazardous compounding equipment will be the Germfree 6' Benchtop Horizontal Laminar Flow Workstation, Model BZ-6SS. The VA Hazardous compounding equipment will be the Germfree 6' Biological Safety Cabinet Class II Type B2, Benchtop Bio fume Hood, Model BTE-6SS. The rooms must be able to accommodate these equipment products. The VA Medical Center will be purchasing the cleanroom solution with the intent on constructing the room interior for the cleanroom solution after solution purchase. The Contractor is to provide an engineering support package that will assist the VA Medical Center and an AE in confirming the construction of the interior room by other contractor that will meet the MEP needs. The Contractor is required to provide support through all the phases of design and installation through final acceptance. All design will be done according to VA specifications, Design guides, Infection Control guidelines and all applicable codes. The design will be structured so as to require minimum interruption of space function during construction. All work shall meet NFPA / Life Safety Code and comply with all applicable building codes. The work will also comply with all Energy Standards as noted at the end of this document and attached summary PDF VISN6 Energy and Water Requirements for Projects . This will include all Architectural, Structural, Electrical and Mechanical engineering associated with this project. Review and design of existing space to accommodate new air handling units for compliance with new flow process efficiency of the area based on the cleanroom solution provided by the VA. Facility design shall incorporate the following design measures for the Non-Hazardous Compounding room: Minimum Requirements: Design to operate at ISO Class 7 as per USP <797/800> standards Calibrated to meet ISO14644 Design to operate with a minimum of 35 ACR Provide monitoring device for temperature, pressure, and humidity to be located before entering room. Pressure Differential is 0.02 to 0.05 of W.C. Facility design shall incorporate the following design measures for the Hazardous Compounding room: Minimum Requirements: Design to operate at ISO Class 7 as per USP <797/800> standards Calibrated to meet ISO14644 Design to operate with a minimum of 35 ACR with AHU using 100% outdoor air. If AHU uses less than 100% outdoor air, must deliver more than 35 ACR to meet requirement Provide monitoring device for temperature, pressure, and humidity to be located before entering room. Pressure Differential is 0.02 to 0.05 of W.C. Facility design shall incorporate the following design measures for the Anteroom: Minimum Requirements: Design to operate at ISO Class 7 as per USP <797/800> standards Calibrated to meet ISO14644 Design to operate with a minimum of 35 ACR Provide monitoring device for temperature, pressure, and humidity to be located before entering room. Pressure Differential is 0.02 to 0.05 of W.C. Locate and identify demarcation zones as clean/dirty zones of demarcation Provide a stainless-steel medical grade hands-free sink in clean area zone. Provide Eyewash as per USP specifications Facility design shall incorporate the following design measures for the Hazardous Storage: Minimum Requirements: Design to operate as per USP <800> standards Option for storage area to be a de-gown area with pass thru if feasible Design to operate with a minimum of 35 ACR Provide monitoring device for temperature, pressure, and humidity to be located before entering room Facility design shall incorporate the following design measures for the general articles for all rooms Provide continuous digital real time monitoring system for the pressure levels, temperature, and humidity with screen displays located on walls. Number and location provided to be stated on drawings and proposal. Master Panel to be located in Pharmacy Staging Area. Fan filter units to be electric power assisted and room-side replaceable HEPA filter system. HEPA filtration to be introduced at ceiling level diffuser in the room. Number to be determined by engineering based on area and balancing calculations. Number of FFU s provided for all the rooms to be stated in proposal and detailed on shop drawings. HEPA filter to meet ISO requirements for USP standards. Provide passthroughs as feasible. Location to be detailed on shop drawings Provide LED lighting. Provide hands-free automatic operation doors, swing manual type preferred. Provide locations for HVAC connections for existing ductwork to be connected Provide locations of side wall returns, low side wall preferred. Provide locations of data and electrical outlet locations. Flooring for Cleanroom systems to be designed for high traffic areas Facility design shall incorporate the following design measures for the Environmental Requirments: Cleanrooms must be maintained at a temperature of 68F or cooler. Cleanrooms relative humidity must be maintained below 60% RH. Sound level to be max 65 dB inside the cleanroom. Light intensity to have a mean of 750 Lux inside the cleanroom. Light intensity minimum 500 Lux inside the cleanroom Facility design shall incorporate the following design measures for the cleaning requirements: Floors, ceilings, walls, tables, etc. must be able to endure cleaning products such as spray disinfectants, SporGon Sporicidal Disinfectant, and surface disinfectant wipes. The cleanroom floors and walls shall have smooth surfaces that can easily be cleaned. Walls, ceiling and floor shall be made of non-porous materials. Horizontal surfaces shall be avoided to the maximum extent feasible. The surfaces should be cleaned with distilled water and 70% ethanol. Facility design must incorporate new control settings to update the VA campus DDC system to match current programming requirements for the operation of the new layout rooms. Facility design must meet VA TIL requirements first and foremost, followed by requirements laid out in the most recent edition of the FGI guidelines and NFPA. Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. A thorough as-built shall be conducted of the existing site conditions to complete a full detailed set of documents. Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Salisbury Engineering/Facilities Management Service, Safety and Contracting Officer comments into the final design package. Field verification of existing space and existing utilities servicing the renovated space. Evaluation and design modifications to the existing electrical distribution system servicing the renovated space to provide sufficient power to all new lighting and equipment in the scope of work. Electrical engineer shall perform full space survey of all impacted spaces to document existing electrical items and their locations in each space to ensure coordination with architectural scope, future mechanical chases, if required, as well as ceiling renovations and replacements so that no electrical item is missed during construction. Note obsolete items and sensors located within design area and coordinate with the VA to see if the items should be removed. Electrical engineer shall also be responsible for coordination of existing electrical items located above the ceiling with the new design ductwork routes, and for identifying those conduits, cable tray, junction boxes, etc. that require relocation both on drawings for the contractor and to the VA for advance coordination of outages. Junction box / pull box / cable tray access shall not be obstructed by new HVAC installation. If this condition is encountered, the electrical engineer shall provide design documentation for relocation of the associated items. Evaluation and design modifications to the existing plumbing and fire protection systems servicing the renovated space to provide sufficient water supply and drain lines to all new plumbing fixtures and equipment in the area, as required to accommodate the new scope of work (sanitary drains from roof, modifications to floor drains, make up water or drain coolers as required, etc.). Provide new sprinkler heads in areas within the modifications to existing space layouts to accommodate new layouts where heads are at the end of their service life. Note that sprinkler heads will require modification to maintain accordance with NFPA, especially if new ductwork is over 4 feet wide inside the mechanical room, or if stacked air handling units are provided. Plumbing and fire protection engineer shall also be responsible for coordination of existing plumbing and fire protection items located above the ceiling with the new design ductwork routes, and for identifying those pipes, valves, and other appurtenances that require relocation both on drawings for the contractor and to the VA for advance coordination of outages. Valve and other maintenance access shall not be obstructed by new HVAC installation. If this condition is encountered, the plumbing and fire protection engineer shall provide design documentation for relocation of the associated items. Evaluation and design modifications to the existing structure servicing the locations of new / relocated equipment associated with the scope of work for this project to allow for safe installation of new permanent and temporary HVAC equipment as required for completion of the scope of work. Architectural evaluation and design modifications for all spaces associated with the work as required to accommodate changes necessary for the scope of work. Expected: new ceilings where ceilings must be removed to complete the scope of work, new lighting where ceilings must be removed to complete the scope of work, modifications to existing and new chases as required to accommodate the new scope of work, and modifications to existing door closers / door operators if evaluation during design requires a more automated door opener approach. Architectural coordination with all trades is required to create a seamless, high quality project / built environment. Also required by architect: provisions for detailed phasing drawings and ICRA planning for each phase. Anticipate separate phases for SPS and storage areas. SPS with new storage area to be complete before renovating existing storage area to break room. Note that ICRA planning will require topping off of existing walls where walls around each phase do not go to deck. Walls, temporary or existing must be floor to deck. The architect shall identify those spaces where topping off of walls is required on the construction drawings, as well as document that the contractor is responsible for 1 hour rated full height walls around each construction phase. ICRA planning will also be required for spaces that are impacted above and below the levels of the Pharmacy renovation, if ceiling work below the associated floors is required such as for new plumbing / sanitary floor drains or access into the ceiling spaces below to accommodate any required structural modifications or new HVAC runs to the roof. Evaluation and design modifications (all disciplines) for providing an anteroom for entrance to the lab areas in this scope of work. Design for all new interior finishes that are required to accommodate the scope of work (room modifications paint, patch, floor base; new ceilings; ceiling access panels; etc.), as well as the small architectural modifications laid out in this scope of work. Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 270 calendar days from contract award. Recommend bid alternatives as necessary to meet the budget limitations if the project becomes over budget. Note: the AE shall be fully responsible for providing a complete and functional design to the VA within noted budget limitations. Bid alternates will be required to the amount of 10% of the project budget, but bid alternates are not to be used to bring the overall scope within budget. The base bid shall be in budget and bid deduct alternates shall be supplied to the VA to reduce the budget by 10% from the base bid (max budget) price. Construction will be addressed in phases to allow operations to continue during construction to the extent possible. Phasing will be incorporated as part of the schematic design options presented during the SD submission, due to the high probable cost of the phasing and its impact upon final system design option selections. Phasing must work within budget and allow the VA to continue operations at minimal interference. SPS Storage will be operational while the SPS area is renovated. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. Provide expeditious engineering responses to all design/conflict questions encountered during the construction term. Provide construction period services to review all shop drawings and submittals prior to sending to the VA for final approval. Provide construction period site visits to review progress of construction activities and milestones during construction. Provide final Record Drawings (pdf and AutoCAD) which will be developed based on construction period site visits, RFI s, submittal responses, and As-Built drawings from the contractor within 30 calendar days after completion of construction. 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 7610 space criteria and PG18-9 Space Planning Criteria, and PG-18-12 Design Guides. SUBMISSION REQUIREMENTS Interested parties are encouraged to provide the following capability information to the Contracting Officer, Sean Cosby via email sean.cosby@va.gov by 1530 on February 27, 2020. Tax ID Number The e-mail address and phone number of the primary point of contact Copy of current SAM record DUNS number Copy of VIP showing verified status SDVOSB THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.
Data sourced from SAM.gov.
View Official Posting »