Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
DOCUMENT

C -- AE IDIQ SDVOSBs or VOSBs - Attachment

Notice Date
12/16/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24117N0099
 
Response Due
1/6/2017
 
Archive Date
4/6/2017
 
Point of Contact
Karla Rotondo
 
E-Mail Address
Rotondo@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: The VA New England HealthCare System (VISN 1) is seeking interest from Architect/Engineer Services throughout the New England area. The VA facilities included in this requirement are: (1) VA Medical Center, Togus, Maine; (2) VA Medical Center, White River Junction, Vermont; (3) VA Medical Center, Manchester, New Hampshire; (4) VA Medical Center, Northampton, Massachusetts; (5) Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA; (6) VA Boston Health Care System, MA, including the Brockton Campus, the Jamaica Plain Campus, and the West Roxbury Campus; (7) VA Medical Center, Providence, RI; (8) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus; (9) any Community Based Outpatient Clinics located within VISN 1; and (10) any other VA facility and/or location within the New England HealthCare System. The purpose of this notice is to determine if there are qualified SDVOSBs or VOSBs that have the experience in A/E Services and if such businesses are interested in this procurement. The NAICS codes are 541310, Architectural Services, with a small business size standard of $7.5 million and 541330, Engineering Services, with a small business size standard of $15 million. Interested SDVOSB or VOSB firms should indicate their interest to the Contracting Officer not later than January 6, 2017 via email to Karla.Rotondo@va.gov. The following information is requested in response to this notice: (1) Evidence of verification in Vet Biz as an SDVOSB or VOSB firm under NAICS code 541310 and/or 541330; (2) A positive statement of your intention to submit a qualifications package in response to this notice including location(s) of interest; (3) Evidence of your experience in A/E Services (please provide contract descriptions, contract dollar amounts up to $1.5 Million and telephone numbers for points of contact); (4) Proof of professional liability insurance; and (5) Firms must have a working office location within 0-200 miles of each facility identified within this notice for which they seek consideration. (6) Firms must complete attachment 1 Areas of Consideration for NCO 1 (7) Firms must complete attachment 2 Past Performance Questionnaire and Cover Letter All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB or VOSB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB or VOSB concern. If adequate interest in not received from SDVOSB or VOSB concerns by January 6, 2017, this action will not be solicited. Interested firms may reply via e-mail to Karla.Rotondo@va.gov. Firms must be registered in the System for Award Management (SAM) with the NAICS code 541310 and/or 541330. Visit www.sam.gov to register in this database. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under NAICS 541310 and/or 541330. PROJECT INFORMATION: Provide professional multi-disciplined Architect/Engineer Services to include, but not limited to, site investigations; analysis; design; preparation of specifications and drawings; preparations of cost estimates; construction period services; preparation of as-build record drawings; site visits during construction; commissioning; safety, industrial hygiene, fire safety and environmental management (GEMS) services; and the services of resident engineers on site at the facilities to perform project management and inspection services. The following disciplines may be required under these contracts: Architecture; Heating, Ventilation, Air Conditioning and Refrigeration; Plumbing; Fire Protection; Steam Generation; Electrical; Structural; Geotechnical; Site Development; Utilities; Environmental; and Resident Engineering/Construction Management. Each A/E design may include any combination of studies; investigations; tests; evaluations; consultations; comprehensive planning; program management; conceptual designs; schematic designs; design development; construction documents; bidding and construction period services; and commissioning. DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. ATTACHMENT 1 AREAS OF CONSIDERATION FOR NCO 1 (NEW ENGLAND) LOCATIONS INTERESTED IN CONSIDERATION VA Medical Center Providence 830 Chalkstone Avenue Providence, RI 02908 ( ) Interested in Consideration for this location VA CT Healthcare System includes the following locations: West Haven Campus 950 Campbell Avenue West Haven, CT 06516 Newington Campus 555 Willard Street Newington, CT 06111 ( ) Interested in Consideration for this location VA Medical Center White River Junction 215 North Main Street White River Junction, VT 05011 ( ) Interested in Consideration for this location VA Medical Center Manchester 718 Smyth Road Manchester, NH 03104 ( ) Interested in Consideration for this location VA Medical Center Togus 1 VA Center Augusta, ME 04330 ( ) Interested in Consideration for this location VA Medical Center Bedford 200 Springs Road Bedford, MA 01730 ( ) Interested in Consideration for this location VA Central Western Massachusetts 421 North Main Street Leeds, MA 01053 ( ) Interested in Consideration for this location VA Boston Healthcare System includes the following locations: Brockton Campus 940 Belmont Street Brockton, MA 02301 Jamaica Plain Campus 150 South Huntington Avenue Jamaica Plain, MA 02130 West Roxbury Campus 1400 VFW Parkway West Roxbury, MA 02132 ( ) Interested in Consideration for this location ATTACHMENT 2 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for each project, Example Projects Which Best Illustrate Proposed Team s Qualifications for This Requirement. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to Department of Veterans Affairs (NCO 1) sources sought for Architect-Engineer Services. This Request is to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to NCO 1 relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The sources sought instruct that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by January 6, 2017 directly to the NCO 1 Contracting Office Contracting Officer. The requested data may be submitted by mail, but the preferred method is email to the Government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. Karla Rotondo Contract Specialist NCO 1 Networking Contracting Office (90C) Room 305 VA Medical Center 623 Atwells Ave, Uncas Bldg., 3rd Floor Providence, Rhode Island 02909 Email: Karla.Rotondo@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 1 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________ __________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms Responsibilities: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the o Prime Contractor o Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) __________________ B. EVALUATOR INFORMATION: Evaluator s Company or Agency Name: ____________________________ Evaluator s Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone: __________________________ __________________________ E-mail: ______________________________ __________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO: Karla Rotondo Contract Specialist NCO 1 Networking Contracting Office (90C) Room 305 VA Medical Center 623 Atwells Ave, Uncas Bldg., 3rd Floor Providence, Rhode Island 02909 Email: Karla.Rotondo@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: _______________ PROJECT NAME: _______________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If Applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this contract? 20. How would you rate the A/E s overall technical/quality performance on this contract? 21. Would you use this A/E again? (If No, please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions: _______________ CONTRACTOR S NAME: ___________________ PROJECT NAME __________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24117N0099/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-N-0099 VA241-17-N-0099.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3165221&FileName=VA241-17-N-0099-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3165221&FileName=VA241-17-N-0099-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04354352-W 20161218/161216234539-b35e93a115258532b3a3b41f680db007 (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.