SOLICITATION NOTICE
C -- A/E services to conduct process mapping and operational efficiency study for SPD and Clinical Lab
- Notice Date
- 7/28/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VISN 16;715 South Pear Orchard Road, Plaza 1;4th Floor;Ridgeland MS 39157
- ZIP Code
- 39157
- Solicitation Number
- VA25610RP0398
- Response Due
- 8/27/2010
- Archive Date
- 9/26/2010
- Point of Contact
- Carla Christian, Contracting Officer
- E-Mail Address
-
oulin
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUIREMENTS FOR A/E SERVICES CONDUCT PROCESS MAPPING AND OPERATIONAL EFFICIENCY STUDY FOR SPD AND CLINICAL LAB AREAS GENERAL SCOPE: The primary focus of the work is to provide a complete space and functional audit for the existing Supply, Processing and Distribution (SPD) areas and the existing Clinical Laboratories within the VA Hospital. The audit will include, but not limited to, space, layout, staff/patient flow (as applicable), staffing levels, internal processes, circulation, supportive utilities, etc. The evaluation shall note any efficiencies/deficiencies within all areas. The Supply, Processing and Distribution areas encompass roughly 9,700 square feet of space while, the Clinical Laboratories compromise roughly 17,000 square feet. The intent of the audit is to provide information which will aid in the future development of an organized and efficient spatial arrangement and circulation pattern for these clinical areas. A.The study shall include system redesign, process mapping and operational efficiency studies intended to review existing operations, noting inefficiencies and inadequacies. B.The consultant shall review facility's existing policies and standard operating procedures, as well as seeking the input from employees of the departments and end users of the services provided by the selected departments. C.Upon analysis of current operational processes, the consultant shall work with key stakeholders to identify process improvements to enhance and optimize the operations of each department. D.In addition to process improvements, consultant shall identify gaps in resources, space, infrastructure, and technology required to optimize performance. E.All proposed improvements and recommendations shall be identified, captured, and documented in a final report. TIME SCHEDULE, REVIEW, AND SUBMITTAL REQUIREMENTS: The following specifies the materials to be submitted by the A/E to the project manager for review and due dates for the submission. A.Preliminary Submission: Ten (10) sets of documentation due seventy-five (75) days after award of contract. Preliminary report shall document all finding and provide initial recommendations as required within the scope of work. Facility shall review and make recommendations on any potential options proposed by the consultant and identify any other specific areas that need further study detail. All comments and recommendations will be returned to the consultant within twenty-one (21) days. B.Draft Final Report: Ten (10) sets of draft final report due one hundred thirty (130) days after award of contract. Draft report shall have complete information as detailed in the scope of work and provide final recommendations on the changes to the operational processes. Report shall address all issues, questions, concerns, and recommendations from review of the preliminary submission. All comments will be returned to the consultant within fourteen (14) days. C.Final Report: Ten (10) sets of the final report shall be due one hundred sixty (160) days after award of contract, addressing all comments received from the final draft review. MATERIALS FURNISHED TO THE A/E BY VA: A.Station as-built drawings (originals to be retained by the VA). The accuracy of these drawings must be field verified by the A/E. B.VA design manuals, standard details, and construction standards. C.Local VAMC Policies and SOPs under which each area is required to operate currently. The solicitation is to be issued as a 100% Service Disabled Veteran Owned Small Business Set-Aside under North American Industry Classification System (NAICS) Code 541330. The Small Business Size Standard is $4.5 million dollars average annual gross revenues for the past three fiscal years. This information is only used for classification purposes in the representation and certification portion of the Request for Proposal (RFP). In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. The A/E must be registered in the Central Contractor Registration (CCR) and VetBiz databases. A/E firms can obtain CCR information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. VetBiz information for registration and confirmation in website can be found at http://www.vip/vetbiz.gov. A/E is also required to submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. To register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in your CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in contest of the full-text provisions for accuracy; acknowledge three additional read-only provisions, and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Firms interested in being considered for this project are to submit their completed SF 330 electronically (copy attached) to carla.christian@va.gov no later than 4:00 P.M. central standard time, August 27, 2010. The A/E selection criteria shall include: 1) specialized experience and technical competence of the firm (including a joint venture or association) with the type services required, 2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team, 3) 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) 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., 5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located, 6) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design, 7) Inclusion of small business consultant(s), and/or minority-owned consultant(s), and/or women-owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s). The top three (3) firms will be selected, based on submittal of SF 330's, in accordance with FAR 36.606. Negotiations will be conducted beginning with the most preferred firm in the final selection. If a fair and reasonable price cannot be negotiated, the second most qualified firm will be asked to submit a price proposal, continuing on to the third, if negotiations are unsuccessful.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25610RP0398/listing.html)
- Place of Performance
- Address: G.V. Sonny Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson, Ms.
- Zip Code: 39216
- Zip Code: 39216
- Record
- SN02220162-W 20100730/100728234830-9ed93228a645d9b910023b2fa40bc06e (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 |