Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

C -- A/E Facility Master Planning - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R0425
 
Response Due
7/17/2017
 
Archive Date
10/15/2017
 
Point of Contact
Michael Shull
 
E-Mail Address
272-6621
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 5 1. CONTRACT INFORMATION: General. This A-E Services contract is being procured to amend our current Master Space plan in accordance with FAR 36 Construction and Architect Contracts. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly rated after initial source selection will be chosen for interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Before a service disabled veteran owned small business (SDVOSB) is proposed as a potential contractor, they must be certified by CVE/VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration for award. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. 2. PROJECT INFORMATION: The AE shall provide a master plan for improving the location of all medical, surgical, long-term care, social and administrative services at the medical center utilizing data already gathered, to plan a major project for the Lebanon VA Medical Center Improvements are identified as increasing performance measurements, increasing productivity, reducing administrative costs Identification of spatial alignment changes to support changes in healthcare and administrative service delivery options at the medical center to enhance delivery of services. 3. SELECTION CRITERIA: The Professional Qualification and Specialized Experience factors are slightly more important than the other six factors which are listed in descending order of importance. 1. Professional Qualifications Necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architectural Design, Interior Design, Civil Engineers, Electrical Engineers, Structural Engineers, Mechanical Engineers, Fire Protection Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2. Specialized Experience and Technical Competence The type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The consultant shall provide design services to amend our current master space plan to include an option utilizing the NRM, CSI and Minor construction funding. The plan shall show proposed building(s) sizes, departmental locations, and how the projects will tie in to our current medical center. Recommendations shall be made on which buildings to keep and to dispose of in the future. The primary purpose of the review is to recommend alignment improvements in health care service delivery based on necessity, appropriate size and optimal location within the medical center for each of the clinical and administrative services. Changes in capital asset use may include modifying the physical layout of health care and administrative services, consolidation of excess space with cost savings achieved and identification of each project required to further integrate services to a single seamless system. NOTE: Ensure that projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm. 3. Past performance Contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. 4. Capacity to accomplish the work in the required time This factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. 5. Location: The general geographic area of the project and knowledge of the locality of the project: This factor evaluates the distance from the A-E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Distance will be measured from the Lebanon VA Medical Center, Lebanon, PA 6. Reputation and standing of the firm and its principle officials with respect to professional performance, general management, and cooperativeness. 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 4. SUBMITTAL REQUIREMENT: This project is set aside under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009), and all original SF330 packages shall be submitted to: Lebanon VA Medical Center ATTN: Michael Shull Contracting Bldg. 19, RM104c 1700 South Lincoln Ave Lebanon PA, 17042 All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested firms having the capabilities to perform this work must submit one hardcopy of SF 330 (3/2013 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work). In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees anticipated to perform the work. Resumes shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. In Section G, block 26, include the name and their associated firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3I above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. In Section H, Part I, SF 330 Generally, describe the firm s Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. Point of Contact: Contracting Michael Shull, 717-272-6621 x3896, E-mail questions to: Michael.Shull@va.gov End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R0425/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-0425 VA244-17-R-0425.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3589397&FileName=VA244-17-R-0425-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3589397&FileName=VA244-17-R-0425-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04548422-W 20170618/170616235354-83b3ced0467ffbb81fd99100de408f7b (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.