SOLICITATION NOTICE
Y -- SDC FLOOR TO CEILING REHAB
- Notice Date
- 7/29/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- VA National Acquisition Center - Department of Veterans Affairs National Acquisition Center
- ZIP Code
- 00000
- Solicitation Number
- VA79711RP0156
- Response Due
- 7/8/2011
- Archive Date
- 7/18/2011
- Point of Contact
- Timothy Scanlan
- E-Mail Address
-
786-5241<br
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTIFICATION DEPARTMENT OF VETERANS AFFAIRS (VA) Service and Distribution Center Building 37 Hines, IL ACQUISITION IS A TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE (SA) Solicitation (RFP) Number: VA-797-11-RP-0156 Project Title: Building 37, Hines O.I.T. Field office renovation, floor to ceiling Project Location: VA, Hines Medical Center Campus, Hines IL 60141-7005 Project Number: 796-09-011 Project Magnitude: Price Range: $1,000,000 and $2,000,000. FAR 15.101-2 Negotiated, Trade-off Source Selection Process. Offers shall separate Price Proposals and Technical Proposals. RFP shall be issued electronically at FBO Website. RFP shall be issued on or around August, 2011 Pre-Proposal Conference (PPC) shall take place on or around the first part of august 2011. Offer due date shall be determined when solicitation is issued. Exact times, dates, and locations shall be provided in the RFP. Applicable NAICS code is 236220 Commercial and Institutional Building Construction. Applicable NAICS code 236220 has a small business size standard of $33.5 million in annual receipts. Applicable Product Service Code is Z111-MAINT-REP-ALT/OFFICE BUILDINGS. Contracting Activity: Department of Veterans Affairs (VA) Office of Acquisition and Logistics, National Acquisition Center Business Resource Service (BRS) Bldg 37 P.O. Box 76 Hines, IL 60151-5005 Engineering Activity: Department of Veterans Affairs (VA) Service and Distribution Center Mr. Douglas Berry Bldg. 37 P.O. Box Hines, IL GENERAL REQUIREMENTS STATEMENT OF WORK: The project is located at VA Service and Distribution Center (VA SDC), Building 37, on the Edward Hines, Jr. Veterans Hospital Campus, south of the Loyola University Medical Center along 1st Avenue, in the southwest corner of 1st Avenue and 17th Street, Hines/Maywood, IL. The Contractor shall provide complete services for Project No. 459-09-011, BID ITEMS FOR BUILDING 37 RENOVATIONS TO HINES O.I.T. FIELD OFFICES: O.I.T. BID ITEM NO. 1 (BASE BID): Provide all required labor, materials, tools, equipment, and services for providing demolition of existing interior building finishes, asbestos removal and new construction materials associated with the two phase O.I.T. renovation. Provide new construction work, as indicated on drawings and all related appurtenances including but not necessarily limited to premium overtime, maintain continuity of all building services at all times during the entire construction period, coordination with the Contracting Officer and the Contracting Officer's Technical Representative and in accordance with general items as written. SCOPE OF WORK: This renovation project encompasses the floor to ceiling renovation of approximately 9700 square feet of office space. The current office configuration, equipment, utilities, and infrastructure were installed in the 1980s and do not meet modern O.I.T. Field Offices requirements or the needs of a modern work force. As a result, the area needs a comprehensive renovation in order to bring it up to current industry and building code standards. SOURCE SELECTION- NEGOTIATIONS: The negotiated source selection, evaluation factors, includes the level of experience, past performance, and price. The level of experience combined with past performance is slightly more important that price. The Contractor shall be solely responsible for the management and construction, including all labor, equipment, materials, and inspection, to meet requirements of the contract. All work must be completed so as to interfere as little as possible with normal functioning of O.I.T. field office as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Interested parties shall be required to be registered in the US Department of Veterans Affairs Vet Biz database. The VA wishes to express appreciation to all firms interested in this project, the time involved in preparing solicitation proposals, and working with the Department of Veterans Affairs. BID DOCUMENTS PROJECT NO. 796-09-011 BUILDING 37 RENOVATIONS TO HINES BUILDING 37 O.I.T. FIELD OFFICES SECTION 00 01 20 BID ITEMS BID ITEMS FOR BUILDING 37 RENOVATIONS TO HINES O.I.T. FIELD OFFICES: O.I.T. BID ITEM NO. 1 (BASE BID): Provide all required labor, materials, tools, equipment, and services for providing demolition of existing interior building finishes, asbestos removal and new construction materials associated with the two phase O.I.T. renovation. Provide new construction work, as indicated on drawings and all related appurtenances including but not necessarily limited to premium overtime, maintain continuity of all building services at all times during the entire construction period, coordination with the Contracting Officer and the Contracting Officer's Technical Representative. O.I.T. BID ITEMS NO. 1 (BASE BID):$ Note: All bidders shall on-site field verify actual square foot areas for each phase of the work for this project prior to submitting bid proposals. All work shall be accomplished in conformance with the contract documents without exception. All bidders shall submit the following documentation with their bid proposals: 1.Qualification Data: For firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Architects and owners, and other information specified. See Evaluation Criteria in final solicitation issued. END OF BID ITEMS B. EVALUATION CRITERIA All technical evaluation factors, including Past Performance, when combined, are slightly more important, than cost or price. Evaluations will be based on the following evaluation factors, and are listed in descending order of importance. 1.Technical and Management/Key Personnel Approach and Experience with similar requirements 2.Past Performance for similar projects 3.Cost B.1. TECHNICAL AND MANAGEMENT/KEY PERSONNEL APPROACH AND EXPERIENCE PROPOSAL REQUIREMENTS (VOLUME I) a. Provide no more than three projects (company not individual) that management/Key personnel completed or ongoing within the last five years and/or contracts similar in size, complexity and scope similar to this construction. Please demonstrate work that has been in commercial offices in two (2) or company projects where work was complete in two-phase, included asbestos abatement, included complete interior demolition, and finish renovation of at least 9,000 sf of government work areas. Please provide point of contact name and phone number for verification. These references can be used for Past performance surveys too. b. The Offeror shall demonstrate their strategy for providing project management, the appropriate resources, key personnel, expertise for proper and safe execution of this construction project that includes asbestos abatement. Demonstrate all aspects of the Contractor's proposed project delivery philosophy to deliver a completed project, any protocols, training and documentation described in the Statement of Work and the attached specifications. c. The offeror must provide the following: "Project Delivery Philosophy - Include expectation statements concerning; oElements for Successful Partnering: Communication, Commitment and Conflict Resolution. "Draft Quality Control Plan and Project Plan. "Project Organizational Chart and Narrative - Clearly describe the prime responsible firm (or firms if a J/V) and individuals as well as the roles and responsibilities of individuals proposed as consultants and sub-contractors. Provide a list all consultants and all proposed major subcontractors, including telephone number, address, and name of contact. "Capability to perform: (a) Provide the offeror's total bonding capacity, current available bonding capacity and expected available capacity in calendar year 2011. (b) Provide the offeror's current workload and availability of adequate key personnel/staff to manage the project. Include project schedules for current and pending projects, as well as the anticipated impact of this project on those schedules and staffing plans. "The Offeror shall describe in a written narrative the plan for phasing the work so that the site remains operational while utilities and accesses are realigned. The narrative will also detail how the contractor intends to prepare any requirement described in the master specifications and elsewhere applying to this project relating to the site, disassemble, demolition, relocation, reassemble, and reactivate utility services to the site within any specified time limits. "The Offeror shall demonstrate the relevant management and as built experience of key project personnel involved in this procurement by submitting resumes of proposed key personnel. 1) Bio information must include the following: a.Name of individual. b.Company employed by. c.Company position title. d.Years with the company. e.Describe work experience with projects that; were completed by the construction process, were medical facilities and the company (by name) they worked for when involved in the project. Position that the individual will hold in regard to this contract/project team, description of duties and what percentage of the individual's time would be committed to the project during construction phase. f.Describe job related educational experience including degrees, certificates etc and granting institutions. g.The Government reserves the right to review and approve all resumes for Key Personnel positions prior to acceptance. B.2. Past Performance The offeror's offer shall include a summary description of at least three but no more than five completed or on-going contracts, with references, within the last three years with organizations with similar mission and functional domains, and of comparable size, complexity and scope. A. These references must also include the following: 1.Contract number, brief description of the project, type of contract, and amount of the contract; 2.Contracting Officer's Name and Phone Number, Government Agency or Company Name 3.Contracting Officer's Representative Name and Phone number B.The Contractor must indicate whether they were the prime contractor, sub contractor or other teaming arrangement. C.The offeror shall submit a past performance survey to all references. The contact reference is required to complete the survey in its entirety and return it directly to the CO for validation by the closing date. In the event the company itself does not have relevant past performance, past performance surveys may be submitted on contracts performed by the Key Personnel of the company that will also be performing on this requirement. The offeror will be responsible for submitting the Past Performance Survey to its references in a timely manner. The Government reserves the right to contact the references submitted in the offer and all other references the Government deems necessary for validation of past performance information. D.Offeror's are invited the opportunity to provide information on any problems encountered on the identified contracts. This section shall be limited to the discussion of problems and corrective actions taken by the offeror to remediate the situation. E.Offeror's are to provide their past performance in the following format: (use separate sheets (one for each contract reference used for past performance surveys). a.Offeror (Your) Name (Company/Division): ___________________________________ ___________________________________ ___________________________________ b.Project/Contract Title:_____________________ c.Contract Specifics: Description of Effort as __ Prime or __ Subcontractor (check one) Contract Number:_____________________ Original Contract Value:$____________ Current/Final Contract Value:$____________ If amounts above are different, provide a brief description of the reason: _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Completion Date:______________ Original Date:______________ Current Schedule:______________ Estimate/Final Completion Date: ______________________ Primary cause for Contract Modifications: ___________________________________________________________ ___________________________________________________________ d. Provide detailed descriptions of the work performed under the contract and describe why you believe the work is very relevant, relevant or semi-relevant to this solicited project. _________________________________________________________________ _________________________________________________________________ "In addition, address the following "Describe the specific elements of the work performed by your firm. _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ "Indicate what elements of work were performed by your major subcontractors and indicate if those same subcontractors will be used on this project. _______________________________________________________________ _______________________________________________________________ _______________________________________________________________ "Address any technical areas about this project you consider uniquely relevant to this solicitation. _______________________________________________________________ _______________________________________________________________ ________________________________________________________________ Projects may be on going and cannot have been completed any later than 5 years prior to the solicitation issue date. Provide frank, concise comments regarding your performance on the contracts you identify. See Past Performance Survey Attachment B.3. Price In accordance with FAR parts 15.404-1 (b) and 36.214 price analysis will be used to evaluate price proposals. The comparison of proposed prices received in response to the solicitation will be used to adequately determine price reasonableness. C. EVALUATION METHODOLOGY: All factors will be evaluated as described below: 1.Exceptional: Indicates the contractor's performance record within the area of evaluation exceeded that required by the contract. The significant strengths evaluated will not be affected by any minor weaknesses evaluated. 2.Satisfactory: Indicates the contractor's performance record within the area of evaluation met essentially all contractual requirements. Contract performance should not be affected by the minor/major weaknesses identified. 3.Unsatisfactory: Indicates the contractor's performance record within the area of evaluation failed to meet the minimum government requirements. The strengths and weaknesses will affect the risk level of performance and/or other significant weakness evaluated. D. Proposal Format a. The Technical and Cost sections of the Offerors proposals will be evaluated separately, therefore, the offeror must submit the proposal in two (2) Volumes (Volume I: Technical and Volume II: Price). In order that the Volume I Technical may be evaluated strictly on the merit of the material submitted, the contractor shall include NO price information in Volume I. Offeror shall separately bind Volumes I and II. Both Technical and Price volumes; must be labeled with the Offeror's organization, business address, and VA Solicitation Number Offerors shall affix their names and return addresses on their envelope/packaging. b. The offeror must submit Volumes I and II in both hard copy and in electronic format. The hard copy shall be one (1) original. The offeror shall submit a CD-ROM containing Volumes One (1) and Two (2). Include page numbers and the company name in the header or footer of each page. c. The written offer includes a title page and detailed table of contents. For Volume I, technical must not exceed a total of 50 pages in Microsoft Arial size 12 fonts. Volume II, Price Proposal shall not exceed a total of 20 pages in Arial size 12 font. Each Key Personnel resume shall not exceed three (3) pages in length and will not be counted in the page limit. The solicitation with completed Pricing Schedule, the Draft QCP, the Draft Project Plan, and any J/V documentation will not be counted in the page limit. d. A page is defined as each face of an 8.5 X 11 inch sheet of paper containing information. All information (except for document numbers, page numbers, etc.) shall be provided in an image area of 7 X 9 inches. The background color of each page of the submission shall be white or ivory stock only. Excess pages will not be evaluated. Text lines will be single-spaced. A smaller font size for any graphics presented in a proposal is permitted as long as the information is legible to the human eye. Fonts other than Arial are permissible in the presentation of graphic material only. e. Offeror shall include all required Representations and Certifications; and acknowledge receiving amendments by filling out section 19 of the SF 1442 and returning a signed copy of the amendment(s) with the offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA79711RP0156/listing.html)
- Record
- SN02515384-W 20110731/110729235010-a487e914241a13fe4f457347bc24c91f (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 |