Similar Projects
A/E Services For The Risk Management Center Which Includes Projects Within The United States And Its Territories For Dam And Levee Safety And Other Work As Assigned To Usace
Design
$15,000,000 est. value

A/E Services For The Risk Management Center Which Includes Projects Within The United States And Its Territories For Dam And Levee Safety And Other Work As Assigned To Usace
Design
$15,000,000 est. value

C--A-E IDIQ for Facilities Maintenance and Sustainment Support and Engineering work predominantly in the NAVFAC AOR Worldwide
Post-Bid
Less than $90,000,000 est. value

C--A-E IDIQ for Facilities Maintenance and Sustainment Support and Engineering work predominantly in the NAVFAC AOR Worldwide
Post-Bid
Less than $90,000,000 est. value

C--IDIQ Contract for Architect-Engineer Services for Design and Engineering Services for Industrial Type Facilities Located Throughout the Naval Facilities Engineering Command AOR, Worldwide
Results
Less than $95,000,000 est. value

C--IDIQ Contract for Architect-Engineer Services for Design and Engineering Services for Industrial Type Facilities Located Throughout the Naval Facilities Engineering Command AOR, Worldwide
Results
Less than $95,000,000 est. value

C--Commissioning Authority (CXA) Services for the EPA
Post-Bid
$25,000 to $100,000,000 est. value

Geotechnical Engineering Services
Results
$500,000 to $2,000,000 est. value

Request for Information AE Next Pool 2 Architect-Engineering Services for Design and Construction Support for the Air Force Construction Program
Post-Bid

Professional Planning and Consulting Services Public Safety Radio Communications System
Results
Salisbury, NC

Indefinite Delivery/Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (AE) Services under individual task orders throughout the Mobile District Area of Responsibility (AOR) to support Mobile District Planning and Environmental Division
Post-Bid

USCG Ocean Architect/Engineering IDIQ MATOC
Results
$3,500 to $2,500,000 est. value

Miscellaneous Architect/Engineer Services in Support of Facilities Programs
Post-Bid
$1,000 to $3,000,000 est. value

Corrosion Engineering Services
Results
$100,000 to $13,500,000 est. value

Water Tank Inspections, OCONUS and CONUS
Post-Bid
$10,000 to $5,000,000 est. value

Reported 07/27/2021 12:00 AM
Project Title

Z2DA--A/E to Correct Phys Security Deficiencies (VA-21-00046428)

Physical Address View project details and contacts
City, State (County) Salisbury, NC   (Rowan County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids.
Project Status Accepting Letters of Interest
Bids Due View project details and contacts
Estimated Value
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

General: The Salisbury VAMC campus has various physical security deficiencies that need to be corrected. The selected Architect & Engineering (A/E) firm will provide all administration, supervision, labor, materials, tools and equipment, and perform all operations necessary to assess the deficiencies and develop a viable construction project to correct the faults in order to bring the campus into compliance. (See Technical Requirements). Work will be performed in accordance with all current Salisbury VAMC policies, procedures and best practices involving design and construction operations. The end state is the elimination of repeated inspection failures. 2. Overall Project Scope: Multiple faults exist across the campus in various secured areas . These encompass several construction trade categories and include up and over above ceiling situations, upgrades to door security involving Lenel card reader installation, security camera installations, and screening for windows in high-security areas. A/E will investigate and assess these faults and develop a comprehensive construction project for correction. 3. Administration and Coordination: COVID-19 Restrictions: Currently, masks are required for all personnel working within the VAMC and certain buildings on main campus may be restricted or off limits. Although changes are unforeseeable, all persons must comply with the most current COVID-19 requirements upon entering the campus. All contractors on campus are required to have current seasonal Flu shots and negative TB test results. The latest requirements can be provided prior to start of any on-site work. Coordinating Instructions: The design will be heavily influenced by VA Police physical security requirements and door lock systems currently in use. A/E will be provided a point of contact with the relevant departments for design input and approval purposes, to be coordinated through the VA Project Manager/COR who must be informed prior to any direct coordination with these or any other VA services or departments. Final inspections require the written approval of VA Police to be considered valid. Additional input may be necessary from the VA Electric Shop, OIT department, the Infection Control Practitioner (IPC), and VA Safety. Many, if not all, of the project sites will require VA personnel as escorts due to their high security classification unless otherwise arranged. This must be coordinated in advance and will impact accessibility. Design Period Services Period of Performance. Completion of construction documents, including final design, contract drawings, specifications, proposed construction schedule and cost estimate is to be 90 calendar days from contract award. Conduct site visits as required to determine existing conditions concerning the project. All site visits will be coordinated through the PM/COR. With notice, VA Lock Shop personnel, VA Police and the OIT department can be available to assist with inspection of the facilities. Upon completion of actual construction, AE should be prepared to participate as a member of the final inspection team. Recommend and attend design review meetings and make all necessary site visits during design to gather information necessary from the existing conditions in order to provide a complete assessment of the proposed work. Provide a 20% schematic layout review with potential fault correction alternatives to be reviewed by the VA for proper direction prior to proceeding to 60% design. At 60% design review stage provide one set of working drawings along with one set of specifications, and one cost estimate along with one CD of the package. Note: the 60% stage should not exceed 55 days from contract award date. At the final 100% design submission, submit three (3) copies of design documents to include all specifications, materials and quantities, and detailed cost estimates. Also provide 2 CDs of a set of PDF Electronic prints stamped and signed by a Professional Engineer or Registered Architect, identical data in an AutoCAD 2013/2019 compatible format, along with electronic specifications in Microsoft WORD and estimate in Microsoft Excel. Provide an acceptable File Transfer site (FT) for use during the project. The A/E FT site must be secure (password protected), user friendly for uploading/downloading of files, and organized for easy file retrieval by the VA PM/COR, Contracting Officer (CO), and VA authorized contractors. Post Design and Construction Period Services Upon request, assist the VA to determine whether a potential bidder, contractor or subcontractor meets qualification requirements, supported by written recommendations noting any problems or litigation encountered in the past based on first-hand AE knowledge. Attend the construction pre-bid job walk, provide engineering responses to questions from potential bidders and issue any necessary addendum(s). Assist in responding to RFIs submitted by potential bidders within the allotted RFI timeframe as determined by the construction project Contracting Officer. Provide expeditious engineering responses to all design/conflict questions encountered during the construction term. Be available to call in to scheduled or special construction meetings if requested by the VA. Review and provide replies to contractor generated RFIs within five (5) working days if requested by the VA project manager/COR. Review and provide recommendations to contractor generated RFPs and cost estimates within ten (10) working days. Provide for a minimum of four (4) construction period site visits: These will be to review general progress of construction activities, conduct inspections, gather red-line data and make recommendations. These will be on an on-call basis only (within three working days of request) whereby AE will provide appropriate trade expertise if required. Unused visits will be an itemized cost adjustment on the final invoice. If requested by VA, participate in a separate pre-acceptance inspection and generate punch list items for completion. The punch list shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.). Any visits requested by the VA beyond the above will be negotiated and scheduled during construction. Note: site visits made due to errors or omissions in design will be at no cost to the Government and are not included in the above. The need for As-Built documents or drawings is minimal, if any. However, A/E will assist with approval of any construction phase deviations and provide a detailed summary of these changes to VA upon completion of the construction project. This requires the A/E s stamp and will be provided before final payment is issued. Transpose any contractor as-builts to AutoCAD 2013/2019 file type and provide a set of updated as-builts and specifications on CD to the VA project manager and to the AE File Transfer site within 30 days of receipt. 3. Technical Requirements: References: VA Physical Security Design Manual for Mission Critical Facilities, Jan 2015. VA Handbook 0730/4, Security and Law Enforcement VA TIL The following were found to have discrepancies that require correction in accordance with established guidelines as required by VA Handbook 0730/4, Appendix B. Retail Store and Retail Store Storage areas (Bldg 5): One (1) Electronic Physical Access Control System (PACS) needs to be installed on the exterior double storage room doors located in Rm. G033. One (1) Electronic Physical Access Control System (PACS) needs to be installed on storage room interior door located in room G033 from the store side. Canteen Storage Areas: a. One (1) Electronic Physical Access Control System (PACS) needs to be installed on the exterior storage room door located in Rm. G033A. (Hallway Entrance) b. One (1) Electronic Physical Access Control System (PACS) needs to be installed on each of the exterior storage room doors located in rooms G032. c. One (1) PTZ Closed Circuit TV camera needs to be installed in rooms G032, and G033A. Proposed systems must be compatible with existing VAPD monitoring systems. d. One (1) Motion Intrusion Detection System needs to be installed in storage room next to G33 (room number uncertain, TBD). e. One (1) Electronic Physical Access Control System (PACS) needs to be installed on the exterior Canteen Safe room door located in Rm. 1072. f. Exterior storage room door on Rm. 1072 need to be upgraded with a specially keyed storage mortise locking system. Commercial Telecommunications and Data Connection rooms: The following rooms have up and over access to adjoining rooms. Correction assumes use of 9 gauge expanded metal mesh screening, to be fit so as to reduce any remaining openings to less than 96 square inches. Screen will be secured such that screening and/or fasteners can only be dismantled from inside the secured area. Rails and/or framing, where needed, must extend from lower to upper deck. Mesh should not exceed 2-inch length/width openings. Other means of corrections, such as blocking up walls, can be implemented on a case by case basis. Construction is intended to be performed without relocating or adjusting utilities or other existing conditions. A base drawing showing the screen installation layout with attachment method common to all locations is acceptable, provided any special requirements or deviations applicable to any specific location(s) are clearly noted. Rm. 1D113- Bdg 2 Rm. 1035- Bldg 4 Rm. 1045- Bldg 7 Rm. 106- Bldg 11A Rm. 106- Bldg 11B Rm. 109- Bldg 43 The following rooms are required to have one (1) Electronic Physical Access Control System (PACS) on the exterior door due to the room s High security classification level. Rm. 1B103- Bldg 42 Rm. 1B112- Bldg 42 Rm. 2B103- Bldg 42 Rm. 111- Bldg 14W Bldg. 16 OI&T Data Room Boiler Plant Bldg. 18 OI&T Data Switches are not secure inside the Boiler Plant. They need to be housed by security fencing due to their High Security Classification level. Laundry Bldg. 16 Linen Storage Room windows - Install stainless steel woven mesh 0.7 mm (.028 in.) wire diameter, high tensile strength (800 lbs per linear inch) with main and sub frames (12 gauge) carbon steel with baked enamel finish and internal locking bolts. OI&T Equipment Storage rooms, Bldg. 21: One (1) each Electronic Physical Access Control Systems (PACS) need to be installed on Rm. BA112 and Rm BB116 due the rooms High security classification level. Additional PACS: it is anticipated that there may be a need for as many as six (6) additional PACS for new OIT closets/rooms as they become known. Mail Room area: Mail Room is required to have one (1) Electronic Physical Access Control System (PACS) on the exterior door due to the rooms High security classification level. Pharmacy Drug Storage Rooms: Drug Storage Room 1094- Bldg 2 needs steel security grills installed from top of wall stud to ceiling in order to prevent up and over access. Grills must be of 9-gauge expanded steel. The open area between the two spaces exceeds 96 square inches. New Linen Storage area Bldg. 16: Four (4) Electronic Physical Access Control Systems (PACS) need to be installed on each of the exterior doors due to the buildings High security classification level. Pharmacy Secured Area Window Screens: There is a requirement for window screens to be installed on all Pharmacy drug storage room windows for security purposes. An example of acceptable screening is in the main Pharmacy located on the first floor of Bldg. 2. A/E will assess drug storage locations of Bldgs 2, 3, 4, 5, 7, 8, 21, 42 and 43 to determine exact requirements for installation or replacement of screens. It is anticipated that rooms needing correction would not exceed 10 rooms of the list below. ED room 1071-2 ED room 1094-2 2-3A room 3052-2 2-3B room 3122-2 ICU room 4040-2 Anesthesia room 4117-2 ECT/PACU room 4112-2 Imaging (CT) room 2112-2 Imaging (X-Ray) room 2121-2 Imaging (X-Ray) room 2127-2 Cardiology room 2006-2 Cardiology room 2165-2 MRI room G020A-2 OR Room 5 room 4125-2 OR Room 6 room 4124-2 OR Room 7 room 4123-2 Pre-Op room 4017-2 Dialysis room 3035-2 Dental Clinic room 1140A-2 Platinum Clinic room 1165-2 Specialty Clinic room 1D147B-2 Ophthalmology room 2105-3 Ophthalmology Procedure Room room 2085D-3 Ophthalmology Procedure Room room 2085B-3 Optometry room 2008-3 Bronze/Silver Clinic room 4006-3 Green Clinic room 3038-3 Purple Clinic room 3119-3 SARRTP room 4036-4 Mental Health Outpatient Clinic room 2090-4 MHICM Clinic room 3087-4 Gynecology room 1058-5 Gynecology room 1060-5 Gynecology room 1057-5 Rehab Core Clinic room 1122-7 Rehab Clinic room 1019-7 Acute Psych (8-1) room A120A-8 Chronic Psych (8-2) room A220A-8 PTSD (8-3) room A320A-8 Occupational Health room 1017B-6 Interventional Suite room 2A105-21 Building 21 PACU room 2A104-21 Oncology/General Infusion room 2C107-21 Endoscopy 1 room 2A116-21 Endoscopy 2 room 2A117-21 Endoscopy 3 room 2A120-21 Endoscopy room 2A100-21 Podiatry room 2B108-21 Podiatry room 2B109-21 Podiatry room 2B110-21 Orthopedics room 2B117-21 Neurology, Endocrinology, Rheumatology, Nephrology room 1B113-21 Pulmonology room 1C113-21 Allergy/Dermatology room 129-21 GI room 1B117B-21 CLC Outer Banks (42-1B) room 1B130-42 CLC Piedmont (42-1C) room 1C122-42 CLC Smoky Mountains (42-1D) room 1D123-42 CLC Southport (42-2B) room 2B130-42 CLC Blue Ridge (42-2C) room 2C122-42 CLC Lake Norman (42-2D) room 2D123-42 Urology room BC140-42 Audiology room BA139-42 Liberty Lane (43-1) room 108-43 Liberty Lane (43-2) room 144-43

Details

Architectural, Renovation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents