NRM | 460-23-008 | Renovate 5 East | NCO 4 Construction East (VA-26-00055192)

Project ID: 36C24426R0121 FederalOpportunitiesPresolicitation
Overview
AgencyVISN 4
Deadline06/08/26
Posted05/07/26
Estimated Value$160,000 - $500,000 (AI estimate)
Set AsideSDVOSBC
NAICS541330 - Engineering Services
PSCC1DA - Architect And Engineering- Construction: Hospitals And Infirmaries
LocationWilmington VAMC Wilmington, DE 19805 United States
Description
Primary Latest Change

ACQUISITION INFORMATION

The Wilmington Department of Veterans Affairs Medical Center, located at 1601 Kirkwood Highway, is seeking professional Architect and Engineering (A&E) services for Project No. 460-23-008 | Renovate 5 East 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. 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. Contract Award Procedure: Interested A&E firms shall e-mail a PDF SF330 document to Katelyn Fallon, Katelyn.Fallon@va.gov by 3:00 PM, EST, June 8, 2026. A&E firms shall be registered at www.sam.gov and https://veterans.certify.sba.gov/. If available, please include your firm's https://veterans.certify.sba.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 $25.5M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY26 funding. The construction magnitude is between $2,000,000 and $5,000,000. Evaluation Factors 460-23-008 | Renovate 5 East Factor 1: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONEL Offerors must provide background of firms (prime and sub-consultants) and list of key personnel with professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner. List all State registrations for individuals licensed in multiple jurisdictions. Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services will be evaluated on education, project experience, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion this contract. Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330. Factor 2: FIRM CAPACITY & MANAGEMENT OVERSIGHT Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm s ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. The evaluation will also consider the firm s present workload and the availability of the project team for the specified contract performance period. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected response times proposed may be incorporated into the statement of work as the standard. Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming. Provide a listing of all active VA projects, dollar amount and estimated completion date. Factor 3: SPECIALIZED EXPERIENCE & PAST PERFORMANCE Offerors will be evaluated on the team's demonstrated experience, performance, technical abilities, and relevant project work of a similar scope, budget, and complexity as the Statement of Work for new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. Submissions will be evaluated on demonstrated ability to execute constructible, biddable, and well-coordinated construction documents, while meeting schedules and tracking/controlling costs to bring projects in on budget +/- 5%. Offerors shall provide estimates, bid price and final construction cost (to include change orders) of the 10 most recent projects completed. Contractors shall provide up to five projects demonstrating experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. These maybe the same projects identified above however contractor shall clearly delineate the construction period services performed and identify them for consideration. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with past client/customer reviews. Offerors are encouraged to list awards, letters of recommendation, outstanding merits, evaluations, or letters from past clients that demonstrate quality in design, superior project management, customer service, or professional performance. The Government may also use corporate knowledge when evaluating this factor. Factor 4: GEOGRAPHIC LOCATION & PLAN The plan will outline the team's knowledge of Wilmington VAMC and unique requirements, along with the team s ability to accomplish the required AE services. Offeror s must indicate firm s/team s location, including main offices, branch offices and any subconsultants offices and demonstrate how the team will service the geographic area. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel. Factor 5: PROPOSED PROJECT DESIGN APPROACH Design approach statements will be evaluated based on demonstration of a clear understanding of the instant project. Statements should identify potential problems and proposed solutions. Statements shall also outline designers plans to execute project and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy and standard level of care. Factor 6: Use Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses and other types of small business, Per VAAR M836.602-1, the contractor shall provide a summary identifying the extent to which it commits to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Proposed subcontractors shall be identified by business type, DUNS number and percentage of work to be performed. Wilmington, DE VA Medical Center Wilmington, DE 19805 SCOPE OF WORK For Renovate 5 East Bid Documents/Final Report Ready by: 231 Days after NTP -- Services -- Provide: Professional A/E design services to include but not limited to: Contract drawings and specifications for construction. Site investigation- mechanical, plumbing, electrical, demolition, and construction; architectural, structural, mechanical, plumbing, electrical, demolition, construction, and environmental services. 3rd Party Cost Estimates Infection Control Risk Assessment Meet all of the requirements as outlined in VA Program Guide PG-18-15 (Volume C), A/E Submission Instructions for Minor and NRM Construction Program. Reference at http://www.cfm.va.gov -- Documentation and Acronyms -- Applicable Documents: The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: Federal Acquisition Regulation Veterans Administration Acquisition Regulation Service Contract Act (SCA) Directory of Occupations (Fifth edition) http://www.dol.gov/whd/contracts/sca.htm ANSI: https://pdflakekxng.files.wordpress.com/2015/04/ansi-z133-safety-standard-pdf.pdf VA Directive 0058- VA Green Purchasing Program VA Directive 0057- VA Environmental Program Master Construction Specification: https://vatilms.va.gov/vatilms/catalog Acronyms: Glossary : Acronyms used in this SOW are listed below for easy reference: CO Contracting Officer COR Contracting Officer s Representative FAR Federal Acquisition Regulation CFM Construction & Facilities Management VA Veteran Affairs EPA Environmental Protection Agency SOW Statement of Work -- Project Scope -- GENERAL: A/E shall plan, design, and produce complete, coordinated, code-compliant Construction Documents for the renovation, including architectural, plumbing/medical gas, electrical, fire protection, low- voltage/nurse call, IT, structural (as needed), and interior design packages. Submittals shall follow PG-18-15 stage gates and content requirements. SPECIFICS: A/E to convert 2,900 into a flexible inpatient care area with rooms/bays that accommodate patient beds and support equipment. Apply VA Design Guide for med/surgical and ICU units. A/E to provide modular casework and finish selections suitable for infection prevention. A/E to work closely with the end user and VA facilities staff to develop an efficient and functional design within VA guidelines. A/E to design and show all infection control / dust prevention measures required. A/E to assess and design any asbestos abatement such as pipe lagging, floor tile, and mastic. A/E to provide necessary literature on new technology or installation methods when required. A/E will conduct investigations to ensure recommended methods are compatible within building. Identify and correct fire and life safety deficiencies by site inspections. The consultant shall address these items as required to correct deficient items. Identify and correct improperly filled firewall penetrations. All areas in this building are fully sprinkled. This note applies to areas considered under this specific project only, not the Medical Facility as a whole. Construction Waste Management, Specification 01 74 19 is to be included. Fire Safety Peer Review. VA shall contract an independent Fire and Life Safety Engineer to conduct a fire and life safety peer review of the project at the 75% design phase for compliance with code and VA Design Manuals. The contracted Fire and Safety Engineer will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting. A/E shall incorporate all required changes into the design at no additional fee to the VA. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov and https://wbdg.org/ffc/federal-facility-criteria. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications. Synopsys: Design shall accommodate: Architectural layout supporting inpatient care and clinical workflow Modular, reconfigurable casework Piped medical gases with outlets, alarm systems, and zone valves HVAC modifications meeting inpatient ventilation requirements Electrical power, lighting, and grounding Nurse call, code blue, telecommunications, and low voltage systems Fire protection, life safety, ICRA/PCRA requirements Other Specifics: AutoCAD files of existing design will be provided for use. Phase all work in coordination with Hospital staff to minimize down-time to areas affected by the project. Construction Waste Management, Specification 01 74 19 is to be included. Design to maintain all infection control/ dust prevention measures. List all Permits necessary to complete the project. Consolidate all necessary submittals by specification section on an excel spreadsheet. Checklist to be utilized to track/ monitor submittal process. -- Site Investigation -- EXPECTATION: A/E will make site visits as necessary to survey existing conditions. Make site visits as required to determine existing as-built conditions affecting this project. Provide any structural, architectural, electrical, and mechanical investigative work including exterior site work, of both existing and designed systems necessary to ensure the accuracy of the design. Prepare any measured drawings of existing systems of facility required to ensure the accuracy of the design. Provide a CIH to evaluate the impacted building areas for asbestos. Wilmington VA has an asbestos survey which will need to be verified. Provide a CIH to evaluate the impacted building areas for lead-based paint. Exterior window frames have not been tested for lead-based paint, but exterior doors have and several did test positive. NOTE: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and design specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov and https://wbdg.org/ffc/federal-facility-criteria. AutoCAD background drawings will be provided by the VA. The A/E shall field verify all dimensions. A/E shall field verify every aspect that relates to the project. Coordinate site visits with the COR. -- Sustainable Design and Energy Reduction -- EXPECTATION: All designs shall be in accordance sustainable design and energy reduction. Federal Mandates require all Federal government construction projects to comply with sustainability and energy reduction requirements. To this end, the VA is committed to the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings. Firms that are selected to design VA projects should already have demonstrated their sustainable design capabilities through the VA selection process. They will find the criteria and procedures in the VA s Sustainable Design and Energy Reduction Manual a baseline for developing the design according to the unique conditions that each project represents. -- Environmental/Occupational Safety and health (EOSH) -- Expectation: All projects and project designs shall contain language that addresses all applicable EOSH requirements. Regulatory Compliance- EOSH requirements for work performed at the above location can be found in: Volume 29 of the Code of Federal Regulations, Part 1910- Occupational Safety for General industry. Volume 29 of the Code of Federal Regulations, Part 1926- Occupational Safety for the Construction Industry. Volume 40 of Code of Federal Regulations, Protecting of the Environment. Volume 49 of the Code of Federal Regulations, Part 397- Transportation of Hazardous Materials. Title 7 of Delaware Code, Conservation Title 16 of Delaware Code, Health and Safety Regulations: All work shall comply with local, state, and federal rules and regulations, as well as VA technical standards. Compliance is to whichever rule or regulation is the most stringent. VA Master Specifications shall be used as default when no specifications are issued and when a referenced specification is not found in the project RFP package. The intent of the default specifications is to furnish concise industrial and/or commercial standards for design and construction of Government facilities. If the Statement of Work does not address a specification for an element of the work, the default specification shall apply for the element of work as approved by COR. The omittance of a VA specification, does not relieve the contractor to perform required work under the base contract and proposal. -- Design Review Schedule -- EXPECTATION: Submit review packages so they are received on the noted day. SUBMISSIONS: Submit review packages so they are received on the noted day (calendar days after NTP) or earlier: Notice to Proceed Site Analysis Day 0 (0 days) Initial Meeting with Stakeholders Day 7 (7 days) Site Analysis Day 28 (21 days) Site Analysis Review Day 35 (7 Days) NTP Schematic Design Day 42 (7 Days) Schematic Design Day 63 (21 Days) Review Meeting (Schematic) Day 70 (7 Days) NTP Design Development Day 77 (7 Days) Design Development Document Submission (25%) Day 98 (21 Days) PDT Review Meeting (25%) Day 112 (14 days) Design Development Document Submission (50%) Day 133 (21 Days) PDT Review Meeting (50%) Day 147 (14 days) Design Development Document Submission (75%) Day 168 (21 days) PDT Review Meeting (75%) Day 182 (14 days) Design Development Document Submission (100%) Day 203 (21 days) PDT Review Meeting (100%) Day 217 (14 days) Contract Documents Submission (Final) Day 231 (14 days) Note: The issue of the NTP will be the first PDT Meeting. A/E will be required to attend and take minutes of each Project Design Team (PDT) Meeting. Minutes will be submitted electronically to the Project Manager and Contracting Officer within three calendar days of each meeting. -- Design Requirements/Submissions -- EXPECTATION: Submit complete review package in accordance with the following requirements and guidelines outlined in http://www.cfm.va.gov. Please pay specific attention to the schematic, design and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E may elect to delete individual submissions where they are not required (i.e. Do not address Site Development, Landscaping for interior renovation projects) DELIVER: All design packages directly to the COR on the established dates to allow the VA to review. A transmittal letter is required to go to the Contracting Officer on the same day as delivery. Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C May 2006. The manual is available at the following address: http://www.cfm.va.gov 25% Design Development Submission: Attachment A 25% Submission Requirements Checklist of Requirements for the 25% Design Development Submission. Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (25% Design Development) Identify Working Drawings scope within construction budget Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code. Identify all design calculations Identify all existing utilities and utility requirements Identify all potential bid deduct alternatives Identify all phasing requirements for construction to minimize impact on medical center operations Design all finishes, required submittals Develop 3D models and rendering 50% Submission Requirements: Attachment B 50% Submission Requirements Checklist of Requirements for the 50% Design Development Submission (Attachment B) Address all comments from the 25% review. Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (50% Design Development) Identify Working Drawings scope within construction budget Finalize impact of existing asbestos (Attachment B) Develop plans and marked up specifications to the 50% level, as determined by the COTR, to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code Identify all design calculations Identify all existing utilities and utility requirements Identify all potential bid deduct alternatives Identify all phasing requirements for construction to minimize impact on medical center operations Design all finishes, required submittals Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process. Present energy modeling and financial impacts using various types of windows for consideration. Develop Infection Control Risk Assessment (VA EC-43) Develop 3D models and rendering 75% Design Development Submission: Attachment C 75% Submission Requirements Checklist of Requirements for the 75% Design Development Submission. Address all comments from the 25% review. Define the design elements based on the selected option and submit all information required by VA Program Guide PG-18-15 (75% Design Development) Identify Working Drawings scope within construction budget. Develop plans and marked up specifications to meet all applicable federal and state codes/requirements, including but not limited to OSHA, DER, EPA, NEC, NFPA 101 Life Safety Code. Identify all design calculations Identify all existing utilities and utility requirements Identify all potential bid deduct alternatives Identify all phasing requirements for construction to minimize impact on medical center operations Design all finishes, required submittals Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process. A/E shall utilize the services of the Network 4 Fire and Safety Consulting firm to conduct a fire and life safety peer review of the project. The A/E shall provide the Project Engineer with a complete copy of the 75% documents for submission to the consulting firm. The designated firm will return comments to both the A/E and the VA Project Engineer prior to the corresponding review meeting. Develop 3D models and rendering 100% Design Development Submission: Attachment D 100% Submission Requirements Checklist of Requirements for the 100% Design Development Submission. Address all comments from the 75% review. Design all finishes, required submittals. Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process. Revise and update cost estimate Preparation of project scope for advertisement and account for any bid deduct alternatives developed in the 75% design submission Finalize all design calculations Finalize all potential bid deduct alternatives Finalize all phasing requirements for construction Finalize Infection Control Risk Assessment (VA EC-43) Address all comments from the VISN Safety and Fire Protection Review Develop 3D models and rendering Contract Documents (CD) Submission: Attachment E Submission Requirements Submit a complete document set of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA. -- Location & Hours -- Designed Location: Building 1, Primary Care at the VAMC Wilmington, Delaware located at 1601 Kirkwood HWY, Wilmington, DE 19805. Hours: Site visits will be performed only between the Monday to Friday, 7:00AM-3:30PM. Access will be provided during this time, except federal holidays. The contractor will not have any personnel on site any other day without the proper approval from the COR. -- Personnel and Management -- AE Personnel: The Contractor shall be responsible for employing qualified personnel to perform the work specified in this SOW. The Contractor shall make sure that subcontractor and employees have proper documentation to authorize personnel to work in the United States of America. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The Contractor is required that all subcontractor or employees have been screened by the VAMC Wilmington Healthcare System. All personnel are required to wear a VA government furnished badge. All contractor and subcontractor are required to wear a government and company furnish badge while performing services under this contract. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. The contractor shall insure that employee or subcontractor have valid driver license when driving a vehicle on property. Management: All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. Contractor personnel or subcontractor shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility. Safety/Security Requirements: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. The Contractor shall ensure that employees or subcontractor have the proper PPE for the job. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. Work Attire and Appearance: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. -- Damages/Insurance -- Damages: The Contractor is liable for all damages to Government equipment, property; utilities, etc., located at the site (e.g. sprinkler heads, ceiling tiles, manholes, fire hydrants, vehicles, windows, etc.) caused by the Contractor, its employees or it subcontractors. The Contractor shall immediately report all damages to the COR and shall provide the Contracting Officer (CO) and COR, a written report, within 24 hrs. The report shall include: What occurred, who was involved, when it occurred (Time/Date), where did it occurred, why it occurred, how it occurred, and the proposed means to repair or replace. Contractor is to maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. ATTACHMENT A Deliver the following (labeled with 25% Design Development Document Submission) and include this attachment as a checklist with your submission: 25% Design Development Submission Requirements 2 copy of a narrative report forwarding the design development 25% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F and F1. 1 full set and 2 half sets of all drawings updating all previous comments required by project, produced on AutoCAD 2025 software. 1 copy of updated itemized cost estimate by spec section and trade (labor, material and equipment) 1 copy of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review. 1 copy of drawings in AutoCAD 2025 and .pdf format and specifications in Microsoft Word 360 and .pdf format on (CD) ATTACHMENT B Deliver the following (labeled with 50% Design Development Documents Submission) and include this attachment as a checklist with your submission: 50% Design Development Submission Requirements 2 copy of a narrative report forwarding the design development 50% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F. 1 full set and 2 half sets of all drawings updating all previous comments required by project produced on AutoCAD 2025. software. 1 copy of updated itemized cost estimate by spec section and trade (labor, material and equipment). 1 copy of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review. 1 copy of the Infection Control Risk Assessment. 1 copy of drawings in AutoCAD 2025 and .pdf format and specifications in Microsoft Word 360 and .pdf format on (CD) ATTACHMENT C Deliver the following (labeled with 75% Design Development Document Submission) and include this attachment as a checklist with your submission: 75% Design Development Submission Requirements 2 copy of a narrative report forwarding the design development 75% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F. 1 full set and 2 half sets of all drawings updating all previous comments required by project produced on AutoCAD 2025 software. 1 copy of updated itemized cost estimate by spec section and trade (labor, material and equipment). 1 copy of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review. 1 copy of drawings in AutoCAD 2025 and .pdf format and specifications in Microsoft Word 360 and .pdf format on (CD) ATTACHMENT D Deliver the following (labeled with 100% Design Development Documents Submission) and include this attachment as a checklist with your submission: 100% Design Development Submission Requirements 2 copy of a narrative report forwarding the design development 100% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager, and any design calculations or analysis, document the dates, times, places, names of surveyors, existing conditions of systems surveyed, all field observations, as well as A/E design recommendations. Report shall also contain sample catalog cut sheets of new equipment to be installed in the design. Shall include IH Report - Task 1 as per Attachment F. 1 full set and 2 half sets of all drawings updating all previous comments required by project produced on AutoCAD 2025. software. 1 copy of updated itemized cost estimate by spec section and trade (labor, material and equipment). 1 copy of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review. 1 copy of the Infection Control Risk Assessment. 1 copy of drawings in AutoCAD 2025 and .pdf format and specifications in Microsoft Word 360 and .pdf format on (CD) ATTACHMENT E EXPECTATION: Submit complete bid document for final review prior to solicitation. Continue to submit bid documents until all changes are incorporated by the A/E for final signature prior to solicitation. Upon approval duplicate copies as required. Deliver the following (labeled with Contract Documents Submission) and include this attachment as a checklist with your submission: Contract Document Submission Requirements 2 copy of the Cover Sheet (AutoCAD) for final VA signatures. 1 full set and 2 half sets of all drawings updating all previous comments required by project, produced on AutoCAD 2025 software for final VA review. If approved final sets to be submitted with signed off cover sheet. 1 copy of final project specification prepared in Microsoft Word 360 software. Include a master submittal list in the specifications. 2 CDs containing All drawings in AutoCAD 2025 and in .pdf format All specifications in both Microsoft Word 360 and .pdf format Submittal Spreadsheet identifying all the submittals required to be submitted by the contractor for review. The list shall be organized by division and specification. Upon signature approval, provide 2 sets of final Contract Documents (complete with VA signed Cover Sheet). Provide two 1 2 size sets of final drawings. ATTACHMENT F A/E SPECIFICATIONS VA MEDICAL CENTER WILMINGTON, DE DEPARTMENT OF VETERANS AFFAIRS A/E REGULATIONS ASBESTOS ABATEMENT I. The A/E shall hire a Certified Industrial Hygienist (CIH) Consultant to assist in the assessment, design and construction monitoring for asbestos abatement. II. The CIH shall meet the following minimum qualifications: A. Be certified by the American Board of Industrial Hygienists in Industrial Hygiene-Comprehensive. B. Have asbestos abatement experience in assessment, design, abatement construction monitoring and decontamination clearance. C. His office to be as close as possible to the project location, so that he will be available to the Resident Engineer during construction on an on-call basis with a response time of one day. D. Will have support staff and back-up capacity to provide adequate level of support to the Resident Engineer throughout construction. III. The scope of work for the A/E with his CIH consultant is as follows: A. Preliminary (25%) Design Task 1: Review building records and interview station personnel for detection of trade name material used for the construction of the buildings, which are known to contain asbestos. Perform a visual inspection of the areas impacted and develop a sampling strategy that will yield statistically viable conclusions on extent of asbestos present. Perform this task at the first preliminary submittal and notify VA on results at 100% submission. B. Final (50,75 and 100% Reviews) Design Task 2: Collect bulk suspected asbestos samples and utilize the services of a testing lab accredited by the American Industrial Hygienists Association. Upon receiving the results determine adequacy for an assessment report. Any samples requiring further clarification, utilizing scanning electron microscopy (SEM), need to be contracted to a qualified laboratory for sample analysis. If additional samples are required, take such samples at this stage so that the maximum detection of asbestos can be achieved. This service (bulk sampling) will be at no cost. Task 3: Prepare an exposure assessment report on only the impacted areas of the modification project. Include the following information: Describe the impacted areas by sketches, room names or other means. Show or describe the location of each sample taken, its composition and identification number. Classify each impacted space as Major Abatement Minor Abatement or No Abatement areas. A Major Abatement area requires full protective measures (sealing off, change room, shower room, etc.), and all asbestos must be removed within the limits of the area. A Minor Abatement area can be decontaminated with one or more applications of the glove and bag approach. A No Abatement area requires no abatement work. For each Major Abatement area, provide quantity and cost estimates of all asbestos within the limits of the area. Quantities to be in linear feet of pipe and square feet of ceilings and walls. The cost to be derived from the quantities multiplied by a unit price. For each Minor Abatement area, provide the description, size and location of each element to be decontaminated and a cost estimate. Provide summary of the square feet of floor space for all abatement areas, the total linear and square feet of asbestos to be abated, the total cost of abatement and a preliminary schedule of completion. Include in the cost estimate any cost for decontamination. Provide an assessment on the impact of abatement on building sub-systems such as ceilings, lights, walls, carpets, pipes and equipment. Provide room-by-room description and estimated quantities of impacted items to be placed (number of lighting fixtures, square feet of ceiling, etc.) and a summary of these quantities. Provide a cost estimate for all impacted items. Provide a cover statement signed by both the A/E and the CIH consultant. The statement shall be in accordance with the Sample Cover Statement provided by the VA, as part of the A/E package. Submit the report at the 75% Design Review Submission. Task 4: Prepare drawings and specifications for the asbestos abatement work reflecting the assessment report. The drawings shall be separately identified from the rest of the drawings, be 1/8 scale plans and shall provide as a minimum the following information: For each Major Abatement area show the limits of sealing off, the location and quantities of asbestos material, the arrangements for auxiliary rooms, such as change room, shower room, etc., transportation to the loading platform. For each Minor Abatement area show on plans the exact location type and length of pipe element to be abated by the glove and bag approach and any other abatement features. Provide details, sections, notes and any other information that are necessary for complete bid documents. Prepare project specifications by editing and modifying the VA master specifications on asbestos abatement. Provide the drawings and specifications for the restoration of the impacted building sub-systems as an integral part of the overall project design. Provide for replacing of removed asbestos insulation with acceptable non-asbestos insulation, replacing contaminated carpets, replacing old contaminated light fixtures and replacing partially torn down plaster ceilings. The submittals of the working drawings for abatement shall coincide with the submittals for the working drawings of the modification project. Provide an integrated phasing showing how the abatement and the general modification work will be executed. Provide some reasonable cushion between each abatement phase and the following general construction phase to allow for unforeseen delays in abatement completion. Task 5: Assist VA to determine whether the abatement sub-contractor meets qualification requirements. Provide onsite continuous monitoring during construction of the performance of the abatement sub-contractor. Check and approve the set-up for each Major Abatement area, check the standard operating procedure of the abatement contractor, continuously monitor air contamination inspections to ensure compliance with specifications and drawings, and monitor access/egress into containment areas. Determine abatement of asbestos discovered during construction and advise the Resident Engineer on time and cost for such abatement. Task 6: Perform the final inspection and testing at the end of the abatement work on the area and if the results are satisfactory, release the space to the general contractor for general work. Task 7: At the end of all abatement work, a compliance certificate signed by both the CIH and the A/E shall be issued. The compliance certificate shall be in accordance with the Sample Certificate provided by the VA in the A/E package. IV. The CIH consultant and his technician(s) shall be involved as lead trade in Tasks 1,2,3,5,6, and 7 and shall assist the A/E in the performance of Task 4. ATTACHMENT F-1 A/E SPECIFICATIONS VA MEDICAL CENTER WILMINGTON, DE 19805 COVER STATEMENT FOR ASBESTOS ASSESSMENT REPORT 1. The enclosed Asbestos Assessment Report for has been prepared, as part of Project # and covers the following buildings . I certify that I have surveyed each of the buildings or areas in my contract, have interviewed station personnel and have supervised technicians for the examination of available records related to the buildings. 2. Based on the information gathered through the above activities and on the expected extent of the renovation as explained to me by of the A/E firm on this project, I have devised a sampling plan and I have supervised the trained Industrial Hygiene Technicians during the collection of the samples. 3. I have selected a qualified analytical laboratory for the analysis of the samples and I have evaluated the sampling results to ensure that statistically viable results on asbestos hazards were available for all buildings involved. 4. Bases on the above information, I have prepared the attached Asbestos Hazard Assessment Report. This report reflects the best-known abatement technology, the Asbestos Management Policy for the Department of Veterans Affairs Construction Projects and all applicable regulations. An abatement design, which will be prepared by a qualified abatement contractor, will achieve the desired decontamination of the impacted areas and minimize exposure of people and the environment. (C. I. H. NAME CERTIFICATION NO. & STATE CERTIFIED IN) ATTACHMENT F-2 A/E SPECIFICATIONS VA MEDICAL CENTER WILMINGTON, DE 19805 CERTIFICATION ON ASBESTOS ABATEMENT FOR DEPARTMENT OF VETERANS AFFAIRS CONSTRUCTION PROJECTS 1. I certify that the asbestos abatement of buildings , which are renovated under Project No. located at VAMC, has been successfully completed in accordance with the drawings and specifications. These documents were prepared under my supervision (which were reviewed and approved by me prior to construction). 2. I certify that all impacted spaces have achieved the decontamination levels required by the Asbestos Management Policy for the Department of Veterans Affairs Construction Projects . 3. I certify that during the entire abatement process and for all impacted areas, the maximum protection of people and the environment that known technology can provide has been achieved. 4. I further certify that during the abatement process all the applicable regulations and the provisions of the Department of Veterans Affairs Asbestos Policy have been observed. 5. The specific results of my final testing and inspection for each impacted area are attached. The final testing and inspection were performed under my supervision prior to turning each space over to the VAMC for further remodeling work. (C. I. H. NAME CERTIFICATION NO. & STATE CERTIFIED IN) End of Document

Summary (Newest Update)

Background The Wilmington Department of Veterans Affairs Medical Center is seeking professional Architect and Engineering (A&E) services for Project No. 460-23-008, which involves the renovation of 5 East. This project is in accordance with the Selection of Architects and Engineering firms (Public Law 92-582). The goal is to select qualified firms classified as 100% Service Disabled Veteran Owned Small Business Concerns to provide necessary design services. Work Details The selected A/E firm will be responsible for providing comprehensive design services including: 1. Development of contract drawings and specifications for construction. 2. Conducting site investigations covering mechanical, plumbing, electrical, demolition, architectural, structural, and environmental services. 3. Providing third-party cost estimates and conducting an Infection Control Risk Assessment. 4. Ensuring all designs adhere to VA guidelines and specifications, particularly focusing on USAF, NFPA, BOCA standards, VA Handbook, and VHA Directives. 5. Addressing fire and life safety deficiencies through site inspections and ensuring compliance with applicable codes. 6. Incorporating sustainable design practices in line with federal mandates for energy reduction. 7. Managing asbestos abatement processes as necessary during renovations. 8. Coordinating closely with VA facilities staff to ensure efficient design that meets operational needs while minimizing disruption to hospital functions. Place of Performance The work will be performed at the Wilmington VA Medical Center located at 1601 Kirkwood Highway, Wilmington, DE 19805.

Contacts
Contact nameKatelyn Fallon
Contact emailkatelyn.fallon@va.gov
Contact phone(302) 438-7876
Same Region Opportunities