Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
DOCUMENT

C -- Legionella Survey/Assessment and Corrections - Attachment

Notice Date
7/26/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Tuscaloosa VA Medical Center;3701 Loop Road East;Tuscaloosa AL 35404-5088
 
ZIP Code
35404-5088
 
Solicitation Number
VA24716R0736
 
Response Due
8/24/2016
 
Archive Date
9/3/2016
 
Point of Contact
Yvonne Demorest
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
LEGIONELLA SURVEY ASSESSMENT AND CORRECTIONS VISN 7 VA Medical Centers SOLICITATION NUMBER: VA247-16-R-0736 NOTICE TYPE: Pre-solicitation CONTRACTING OFFICE ADDRESS: Carl Vinson VA Medical Center, 1826 Veterans Blvd., Building 29, Dublin, GA 31021 This is not a solicitation. A solicitation will be issued on or about August 3, 2016. This is a Pre-Solicitation Notice to announce the proposed Architect/Engineering project "Legionella Survey Assessment and Corrections" to be conducted at the Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 7. DESCRIPTION OF THE PROGRAM: The Tuscaloosa VA Medical (TVAMC) has a requirement for legionella survey assessment and corrections. The Architect/Engineer (A/E) will be required to conduct site assessments and review/design of the domestic water plant, systems and operations to include emergency repairs to the infrastructure now and planning for replacement concepts and future technology advancements. This is a two part design contract. Note: Upon completion of Phase I the Tuscaloosa VA reserves the right to negotiate with the selected A/E firm for the completion of Phase II. The A/E shall complete Phase I design as quickly as possible from notice-to-proceed (NTP). Hard timeframes will be set. The A/E shall layout a detailed schedule to accomplish the above-described tasks that clearly depict submittal time and review periods based on the previously provided constraints. This detailed schedule shall be provided to the VA within 5-days after NTP. APPLICABLE CONDITIONS 1) Phase I: Site Assessments/Preliminary: The A/E will provide all required and necessary engineering and environmental technical services as well as equipment and supplies to complete a comprehensive water quality, hazard and risk analysis, and water safety management program inspection, audit, plan and program at Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 7 comprised of the facilities listed in Attachment A, 'Facility Listing'. 2)Phase II: Development of Construction Documents: The Veterans Administration Medical Center, Tuscaloosa, Alabama requires the A/E to provide Design services (Part II) to develop construction documents (specs and drawings) base on the recommendations/approvals of the preliminary Legionella assessment (Phase I). This is a multi-building campus environment with an underground steam distribution system. Design shall adhere to all VA manuals, energy center, design alerts, specifications/standards and VA criteria for Domestic Water systems. COST In addition to market research an independent government cost estimate (IGE) was derived utilizing historical cost/RS Means. As a result of this solicitation, the Government will award a design contract to the responsible, responsive Offeror whose proposal conforms to the solicitation and represents the best value to the Government. Prior to contract award, the Government will perform a cost analysis to ensure cost reasonableness. a. Life Cycle Cost - The scope of this acquisition does not contemplate the procurement of any production items; therefore, life-cycle costs are not applicable. b. Design-to-cost - The scope of this acquisition does not contemplate the design of equipment, parts, or systems; therefore, design to cost considerations are not applicable. c. Should cost - Should cost considerations are not applicable. CAPABILITY/PERFORMANCE The A/E must provide a sufficient number of experienced water safety auditors, inspectors, and workmen to conduct the actual on-site audits and inspections at each VISN 7 facility. In order to meet the timeframes, audits, inspections, and work may be required at more than one facility at any one time. A.Technical Qualifications: 1.Personnel Qualifications: At a minimum, each offeror will include personnel with experience in building inspection and water safety analysis and the following: i.Personnel performing water safety inspection and maintenance inspections and audits shall have, as a minimum, a High School degree or equivalent and experience in performing Legionella prevention and water safety and quality maintenance and inspection activities. ii.All contractor personnel will perform work under the supervision of a person with a degree in engineering or biological or physical science who will serve as the Project Manager and the single point of contact for all work within the VISN. This person shall have past experience leading a qualified team to develop a water safety inspection and maintenance plan. The Project Manager shall demonstrated working knowledge of ASHRAE 188P (latest edition) and demonstrate competency in Legionella prevention and water safety inspection and maintenance for facilities of similar size and scope. Personnel will be evaluated according to their educational qualifications as well as their experience with water safety inspection and maintenances and similar work. iii.Advance degree and additional education beyond that required will be evaluated based upon applicability to this statement of work. iv.Specialized experience beyond that minimally required will be evaluated based upon the relevance to the scope of work. The additional work experience must indicate an ability to perform above what would be required to meet the statement of work requirements. i.Each offeror will use and specify the CDC ELITE Certified Laboratory to perform water sample testing for Legionella and other water borne pathogens which can provide specific detailed analysis of the findings. The respective laboratory contract or agreement with the offeror, credentials, and a sample report of past analysis will be included. ii.The offeror is not permitted without the approval of the COTR to replace key personnel or resources originally identified to conduct the water safety and maintenance inspection. 2.Past Performance: In order to be considered for award, the offeror must provide information regarding previous water safety and maintenance inspection and plan development projects over the last three (3) years that includes at a minimum three past performance references for work similar in cost and technical scope. Past performance should demonstrate Healthcare experience addressing both cost and safety issues in potable and utility water systems. Past performance should also identify past partnerships and sub-contractors who have worked on Water Safety Plan development and inspection documents as a team as applicable. Past performance references shall identify the Agency name and point of contact phone number, contract or delivery order number, a brief scope of contract, and contract value. 3.Sample Water Safety Plan and inspection documents will be included with the submission. Information should include the number of plans developed as well as specific information on the type and size of facilities for which these plans were developed. Documentation submitted by the offeror should demonstrate experience with VHA requirements and ASHRAE 188P. The plan will be evaluated for technical competency, proposed team, thoroughness, compliance, organization, and ease of understanding and timeliness. Companies shall identify any alterations (lessons learned) which might be expected as a solution for this project based upon their respective past experiences and outline these details. 4.Management Approach: The offeror will submit a plan showing an understanding of the tasks to be covered and the schedule for the required services. The plan will at a minimum: i.Provide a management organization plan that among other items shows how the work will be managed to ensure the success of the contract from a professional, cost, and time perspective. ii.Provide a staff plan that among other items shows availability of staff and subcontractors to complete multi-tasked jobs at multiple sites. iii.Provide a schedule which meets the required time lines identifying how and when the work will be accomplished for each of the Medical Centers. 5.Location: The offeror shall demonstrate how their and respective sub-contractors location is conducive to completing this contract and how communication will be performed as a unified team. DELIVERY OR PERFORMANCE-PERIOD REQUIREMENTS The contractor will deliver work under the SOW through: "On-site work inspection and consultation activities; "Regular written and verbal reports of work activities; "Documents containing all findings and recommendations including identification of water process and delivery controls, treatment, monitors, and similar equipment and tools to achieve safe and compliant water quality in both written and editable electronic formats, and; "Water Safety Management Plans in both written and editable electronic formats; All audits, inspection, and training activities will be completed no later than November 30, 2016. All associated reports and work under Phase I will be completed no later than December 30, 2016. Proposed Schedules Develop and submit for approval a VISN-wide on-site inspection, review, and evaluation plan prior to any other activities. This plan will identify contractor contacts, teams and team leaders, and a schedule for proposed actions and activities including the tasks schedule. This plan will be submitted in conjunction with the contractor safety plan. No further activities will occur until approval by the VA of the proposed contractor work plan, schedule, and safety plan. The proposed schedule will include the following timeframes: Proposal Evaluation/Selection Criteria: This will be a two-phase evaluation utilizing the trade-off process. A trade-off process is appropriate where it may be in the best interest of the Government to consider award to other than the lowest-priced Offeror or other than the highest technically-rated Offeror (FAR 15.101-1). 1. Phase I: Proposals consisting of Phase I Criteria will be accepted from all SDVOSB Offerors. 2. All evaluation factors other than cost or price, when combined, will be considered approximately equal to cost or price. Past performance evaluation is described below in the criteria section. Each evaluation factor other than cost or price will be weighed approximately equally. 3. Evaluations are subjective based on the information provided in response to the information requested in the evaluation factors below. 4. The Contracting Officer, with the assistance of a qualified Technical Evaluator, will evaluate technical sections of each proposal to determine the Offeror's ability to accomplish the work as set forth in the solicitation. Technical evaluation will be based solely on the evaluation factors and criteria detailed below. 5. The following rating system will be used for the technical evaluation: RatingDefinition OUTSTANDINGSuperior in essentially all respects VERY GOODWell above the expected standard for Offerors in this profession GOODMeets the expected standard for Offerors in this profession MARGINALBelow the expected standard for Offerors in this profession POORWell below the expected standard for Offerors in this profession The following rating system will be used to evaluate past performance factors: RatingDefinition OUTSTANDINGRelevant experience with high level of customer satisfaction VERY GOODRelevant experience with medium level of customer satisfaction GOODSemi-relevant experience with high level of customer satisfaction NONENo past performance information provided MARGINALSemi-relevant experience with medium level of customer satisfaction POORExperience is either irrelevant or with low level of customer satisfaction 6. Award a. The Government will make a single award to the responsible Offeror whose proposal's technical/cost relationship represents the best value to the Government. Therefore, all Offerors are advised that their best terms and conditions should be presented in their initial proposals and that Offerors should not assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. Each Offeror's proposal shall address the evaluation factors as outlined in the Proposal Submittal section in the solicitation. Failure to provide the minimum information necessary to evaluate each factor will result in the proposal being deemed non-responsive. b. Award to a proposal conforming to the solicitation may be made without discussions, except for minor clarifications, if determined to be within the best interest of the Government. However, Offerors will be advised that exchanges (discussions/negotiations) may occur if deemed necessary. c. The Government will award a firm-fixed-price contract to the responsible Offeror whose proposal, conforming to the solicitation, is fair and reasonable and deemed the most advantageous to the Government, considering quality, price and other factors. All evaluation factors other than cost or price, when combined, will be considered approximately equal to cost or price. The Government reserves the right to make cost/technical trade-offs that are in the best interest of and advantage to the Government. The Government also reserves the right to reject any and all offers. SOURCES It will be a competitive effort 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) in accordance with VA Acquisition priorities established by the Veterans Benefits, Health Care and Information Technology Act of 2009 Public Law 109-461. There are multiple SDVOSB's in the SBA and VIP that could potentially do the work. It is therefore expected that adequate competition will be available. An RFP will be posted to www.fbo.gov. The acquisition is planned as a Request for Proposal (RFP). And will be posted via www.fbo.gov. Award will be made based on best value with tradeoffs which is most advantageous to the Government. VETBIZ and the SBA both list numerous certified SDVOSBs available to provide adequate competition for this acquisition. CONTRACT TYPE SELECTION This requirement will result in a Firm-Fixed-Priced (FFP) construction contract, RFP, IAW FAR Part 15. SOURCE-SELECTION PROCEDURES The Government will award a firm-fixed-price contract to the responsible Offeror whose proposal, conforming to the solicitation, is fair and reasonable and deemed the most advantageous to the Government, considering quality, price and other factors. All evaluation factors other than cost or price, when combined, will be considered approximately equal to cost or price. The Government reserves the right to make cost/technical trade-offs that are in the best interest of and advantage to the Government. The Government also reserves the right to reject any and all offers. PRODUCT OR SERVICE DESCRIPTIONS The Veterans Administration require the A/E to conduct site assessments and review/design of the domestic water plant, systems and operations to include emergency repairs to the infrastructure now and planning for replacement concepts and future technology advancements. This is a two part design contract: Note: Upon completion of Phase I the VA Tuscaloosa reserves the right to negotiate with the selected A/E firm for the completion of Phase II. The A/E shall complete Phase I design as quickly as possible from notice-to-proceed (NTP). Hard timeframes with be set. The A/E shall layout a detailed schedule to accomplish the above-described tasks that clearly depict submittal time and review periods based on the previously provided constraints. This detailed schedule shall be provided to the VA within 5-days after NTP. MANAGEMENT INFORMATION REQUIREMENTS The offeror will submit a plan showing an understanding of the tasks to be covered and the schedule for the required services. The plan will at a minimum: i. Provide a management organization plan that among other items shows how the work will be managed to ensure the success of the contract from a professional, cost, and time perspective. ii. Provide a staff plan that among other items shows availability of staff and subcontractors to complete multi-tasked jobs at multiple sites. iii. Provide a schedule which meets the required time lines identifying how and when the work will be accomplished for each of the Medical Centers. LOGISTICS CONSIDERATIONS The successful contractor shall maintain a quality control, safety control, and infection control plan in accordance with the statement of work. GOVERNMENT-FURNISHED INFORMATION Technical/design requirements shall be furnished. OTHER CONSIDERATIONS The Contracting Officer will ensure that the successful offeror does not appear on any federal list that would prohibit award, and ensure that all web based required submissions are active prior to award, such as VetBiz and SAM. Any offeror identified on any list prohibiting award will be determined ineligible for award. ? ATTACHMENT A Facility NameParent FacilityFacility TypeStreet AddressCityCountyStateZip Code VAMC AtlantaMedical Center1670 Clairmont RoadAtlantaDecaturGA30033 VAMC Augusta Uptown DivisionVAMC AugustaMedical Center Division1 Freedom WayAugustaRichmondGA30904 VAMC Augusta Downtown DivisionVAMC AugustaMedical Center Division15th StreetAugustaRichmondGA30901 VAMC BirminghamMedical Center700 S. 19th StreetBirminghamJeffersonAL35233 Ralph H. Johnson VA Medical CenterMedical Center109 Bee StreetCharlestonSC29401 Wm. J. B. Dorn VA Medical CenterMedical Center6439 Garners Ferry RoadColumbiaRichlandSC29209 Carl Vinson VA Medical CenterMedical Center1826 Veteran's BlvdDublinLaurensGA31021 VAMC Montgomery (West Campus)Central Alabama Veterans Healthcare SystemMedical Center System215 Perry Hill RoadMontgomeryMontgomeryAL36109 VAMC Tuskegee (East Campus)Central Alabama Veterans Healthcare SystemMedical Center System2400 Hospital RoadTuskegeeMaconAL36083 VAMC TuscaloosaMedical Center3701 Loop Rd. EastTuscaloosaTuscaloosaAL35404
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC679/TuVAMC679/VA24716R0736/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-R-0736 VA247-16-R-0736.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2900521&FileName=VA247-16-R-0736-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2900521&FileName=VA247-16-R-0736-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04195843-W 20160728/160726234600-d133a1b322e73ebe807f30c8864d7fe1 (fbodaily.com)
 
Source
FedBizOpps 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.