DOCUMENT
C -- VAMC San Francisco A/E Design Services Pre Solicitation *********************AMENDMENT # 4************************** - Attachment
- Notice Date
- 4/6/2011
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA10111RP0087
- Response Due
- 4/11/2011
- Archive Date
- 5/11/2011
- Point of Contact
- Reginald Berry
- E-Mail Address
-
<br
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT #4 PLEASE DISREGARD THE AMENDMENT #2 DATED MARCH 22, 2011 IN IT'S ENTIRETY QUESTIONS AND ANSWERS 1. I have reviewed the Responses to Questions that you have issued for the project and noted that no response is provided to question #22 page 4. Could this question be answered: As indicated in the above message, please refer to Amendment #3 Question 22 and disregard Amendment #2 dated March 22, 2011. 2. Since this is the first time we have seen the preference for all design work within a geographic area, we are wondering if this preference will become typical of VA projects in the Bay Area or even VA procurement in general? Each VA solicitation preference and evaluation factors will be announced in all VA solicitation on a case-by-case basis. 3. On the second page, under Scope-3rd paragraph it states "The contract will include options for: design development documents, construction documents, construction period services are for the "AE services during construction, not construction management services. Am I correct? Yes 4. When this project goes to construction do you plan to solicit for construction management services? A decision to solicit for CM Services has not been determined at this time 5. I'm still hoping you can clarify the small business requirements soon, as we try to finalize our team. There is still some confusion regarding whether all small disadvantaged businesses must be Section 8(a) certified or if self certification will suffice. Please refer to Amendment #3 Question #14 response published March 25, 2011s. "Small Disadvantaged Business Section 8(a) - must be certified. 6. Is there a list of interested Architects for this project? Please refer to the Solicitation in FedBizOps and click on the "Interested Vendors List" tab. 7. Would you please clarify if NAICS code 541990 is just as qualified as 541310 for this opportunity? No 8. Under the "Management Plan" selection criteria, would you please clarify what is meant by "Personnel Change Control" and Firm's Partnering Plan"? Personnel Change Control - Contractor's management of change in key personnel. Firm's Partnering Plan - A plan to establish a long term win-win relationship based on mutual trust and teamwork, and on sharing of both risks and rewards as it applies to a relationship between your firm and your clients. 9. Would you please clarify the subcontracting goals? We understand that the VA would like to see us team with firms that meet the goal criteria, but since we are considered a small business, do the goal percentages count? The RFQ states "If subcontracting opportunities exist and the submitting firm is not a small business, the small business subcontracting goals will be ¦" Yes, the VA encourages small businesses to strive to meet the small business goals for all socio-economic programs while considering the requirement that the prime small business would have to demonstrate that they can perform at least 51% of the total contract amount. 10. Shall design of fire alarm and sprinkler systems be independently engineered for bid, design-build, or performance spec only for contractor's proprietary design? Design to include fire alarm and sprinkler systems. 11. Do blank pages count toward the 100 page limitation? (For example, the blank back side of a page with content.) Double-sided page with the information on one side counts as one page. 12. Would you like the SF-330 package in a three (3) binder or can we use binding combs? This decision is left to your discretion. THE FOLLOWING IS ADDED TO SUBJECT SOLICITATION: The selected firm will be required to participate in a one (1) day pre-negotiation meeting at VA Central Office, Washington DC, prior to contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0087/listing.html)
- Document(s)
- Attachment
- File Name: VA-101-11-RP-0087 VA-101-11-RP-0087_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=188512&FileName=VA-101-11-RP-0087-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=188512&FileName=VA-101-11-RP-0087-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-101-11-RP-0087 VA-101-11-RP-0087_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=188512&FileName=VA-101-11-RP-0087-004.docx)
- Place of Performance
- Address: San Francisco VA Medical Center;4150 Clement Street;San Francisco, CA
- Zip Code: 94121
- Zip Code: 94121
- Record
- SN02418806-W 20110408/110406234937-8bf162b2bdf1fa25a4f826f93d1e34ec (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 |