Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOURCES SOUGHT

C -- STATEMENT OF CONDITIONS SURVEY FOR VISN 12

Notice Date
3/11/2005
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System, Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, Milwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
607-224-05AE
 
Response Due
4/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
VISN (Veterans Integrated Service Network) 12 is seeking the professional A/E services to provide a Statement of Conditions (SOC) survey which will identify and address Life Safety Code deficiencies that must be resolved so that compliance with the JCAHO (Joint Commission on Accreditation of Hospitals Organization) standards are achieved and maintained in seven of their facilities (listed in Table I of the Statement of Work). Please see "Additional Information" for Statement of Work. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 - THIS IS NOT A REQUEST FOR PROPOSALS. A/E services shall follow the requirements as stated in the Statement of Work. The On-Site portion of all of the surveys shall be completed by September 30, 2005. Updated as-builts will be provided on Mylar and AutoCad 2004 drawing format on high-density diskettes. Standard design criteria established for the Veterans Affairs Facilities to be followed; are available at www.va.gov/facmgt/ae. A/E firms are invited to submit four copies of SF 330 to the above named Contracting Officer no later than April 6, 2005. Facsimile copies are not acceptable; however, if available electronically, they may be submitted to Lydia.Falk@med.va.gov. If submitted electronically, the firm is responsible for ensuring delivery. Evaluation factors for consideration of qualifications listed in descending order of importance are: (1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. (2) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized. Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (3) Must meet the specified timeframes. Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E?s capacity to perform project work expeditiously. (4) Flexibility in meeting specific hospital?s needs. (5) Past experience conducting JCAHO SOC surveys of VA medical centers (or equivalent) within the last three (3) years. Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. (Firms with no previous VA experience receive a +5 rating). (6) Approach to accomplishing the work electronically, ability to produce all plan documents on a CAD system fully compatible with AutoCad 2004, including transfer of the deficiencies to the Part 4 PFI short form. (7) Price. (8) Cost control effectiveness. (9) Location of office supporting project. Geographic location and facilities of the working offices(s) which would provide the professional services and familiarity with the area in which the project is located. (10) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (if applicable). (11) Veteran-Owned Small Business and Service-Disabled Veteran-Owned Small Business Status. (12) Proposed Use of Veteran-Owned and Service-Disabled Veteran-Owned Small Business Subcontractors. (13) Adherence to Subcontracting Plan Requirements. (14) Inclusion of small business consultant(s) (1 point), and/or minority-owned consultant(s) (1 point), and/or women-owned consultant(s) (1 point), and /or veteran owned consultant(s) (1 point), and/or disadvantage veteran owned consultant(s)(1 point), and/or HUBZone consultant(s)(1 point). A/E firms which meet the requirements listed in this announcement are invited to submit four copies of the Standard Form 330. Each offeror shall identify past or current contract/agreements for efforts similar to the requirements stated. The past performance information can include, but is not restricted to, performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will be performing major or critical aspects of the requirement. In the case of an offeror without a record of relevant past performance or for who information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Estimated value is between $100,000 to $500,000. This is 100% Small Business Set-Aside. North American Industry Classification System (NAICS) codes is 541350. The size standard is $6.0 million. The point of contact will be Lydia Falk, Contracting Officer, by telephone at 608-280-7184 or by e-mail at Lydia.Falk@med.va.gov.
 
Web Link
RFI 607-224-05AE
(http://www.bos.oamm.va.gov/solicitation?number=607-224-05AE)
 
Place of Performance
Address: VISN 12 - wide
Zip Code: VISN 12
Country: United States
 
Record
SN00766825-W 20050313/050311211831 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.