DOCUMENT
C -- 585-14-102, IDIQ for Fire Protection/SOC Design Services FOR VISN 12 VA FACILITIES - Attachment
- Notice Date
- 5/30/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D14I1067
- Archive Date
- 7/29/2014
- Point of Contact
- Jeffrey C Gerbensky
- E-Mail Address
-
4-4881<br
- Small Business Set-Aside
- N/A
- Description
- VISN 12 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR FIRE PROTECTION ENGINEERING SERVICES STATEMENT OF WORK DATE: May 30, 2014 DESCRIPTION OF WORK This is an indefinite delivery/indefinite quantity (IDIQ) type contract that encompasses a broad range of Fire Protection Engineering (FPE) Professional Services to be rendered at each of the seven (7) Veterans Affairs Medical Centers (VAMC) within Veterans Integrated Service Network (VISN) 12. The seven (7) VISN 12 VAMCs are: Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan; VA Medical Center in Tomah, Wisconsin; William S. Middleton Memorial Veterans Hospital in Madison, Wisconsin; Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin; Capt. James A. Lovell Federal Health Care Center in North Chicago, Illinois: Edwards Hines Jr. VA Hospital in Hines, Illinois; and Jesse Brown VA Medical Center in Chicago, Illinois. The VISN 12 office is situated in Westchester, Illinois. Services maybe also be required at the Community Based Outpatient Clinics (CBOCs) affiliated with the medical centers. During the contract period, the VISN Safety & Health Manager and/or Facility Manager Staff will identify projects for task orders (TO) that will be issued by the Contracting Officer (CO). The CO has the right to withdraw a proposed TO before and after the receipt of the Contractor's proposal for the requested TO. The IDIQ Contract will be a one year Contract from the date of award with 4 one-year options (total of 5 years). The minimum individual task order for this Contract shall be $2,500, and the minimum guaranteed amount for this Contract shall be $25,000. The total of individual TOs placed against this Contract shall not exceed $3,500,000. This requirement is a 100% total set aside for Small Businesses. The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10: Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the awarded AE firm. As this is not a RFP, no bid packages are available. The North American Industry Classification Code (NAICS) for this procurement is 541330 - Engineering Services & small business size standard of $14 Million applies. Award is subject to the availability of funds. SCOPE OF WORK The FPE will furnish all necessary qualified personnel, material and services to conduct/perform approved TO in accordance with this Statement of Work (SOW), and those SOWs prepared specifically for each TO. These Professional Fire Protection Design Engineering Services may include but are not limited to items such as Fire Alarm System design, Fire Suppression System design, Fire Dampers/Barriers assessments, Life Safety Assessments, Statements of Condition (SOC) drawing preparation, and site specific Fire/Life Safety concern consultation services. DESCRIPTION OF TASKS Below is a description of services which may be required separately or in combination for a typical TO issued as part of this IDIQ Contract. The TO's include but are not limited to: 1.Perform project design reviews of contract drawings and specifications (building designs, renovations, occupancy changes, etc.) for compliance to National Fire Protection Association Codes and Standards, the VA Fire Protection Design Manual, other VA Design Manuals and The Joint Commission (TJC) for the (7) VISN 12 Medical Center, CBOC and VISN Projects. a. Receive request from COR for review of project documents. b.Receive a set of project documents. 1)Design review documents could include narratives, specifications, drawings, Requests for Information (RFIs), or other documents. Facility Manager or designee will provide documents in electronic format. 2)Fire protection system submittal review documents could include shop drawings, calculations, and product information. Facility Manager or designee shall provide copy of final design documents, including specifications, drawings, RFIs, or other documents. 3)Other project documents could include SOC drawings or any other document. c.Design reviews shall include, as a minimum: 1)Classification of Occupancy 2)Minimum Construction Requirements (and separation) 3)Means of Egress i.Components ii.Capacity (Clear Widths) iii.Number of Means of Egress iv.Arrangement v.Travel Distance vi.Discharge from Exits vii.Illumination viii.Emergency Lighting ix.Marking Exit Signs 4)Protection i.Vertical Openings ii.Hazardous Areas iii.Detection/Alarm Systems iv.Extinguishment (Sprinklers & Extinguishers) v.Corridors (Door Hardware BHMA) vi.Subdivision of Building Spaces (Smoke Barriers) 5)Building Services i.Utilities ii.Heating, Ventilation, and Air Conditioning iii.Elevators iv.Chutes. 6)Design specifications, if provided. 7)Written report to Facility Manager or designee with advisory and suggested mandatory comments relative to FP/LS. i.All comments must have a code reference or be identified as advisory. 8)Second design reviews of the same project (if any) require confirmation of previous comment resolution. d.Fire protection system submittal reviews shall include: 1)Review of shop drawings, calculations, and product information as required by the project contract for compliance with applicable project contract criteria 2)Written reports to Facility Manager or designee with recommended disposition of submittals (e.g., approve, approve with comments, reject and resubmit, etc.) e.Reviews of other project documents shall include: 1)Items as requested by Facility Manager or designee. 2)Written report to Facility Manager or designee addressing items reviewed. f.Provide a copy of all reports and comments to COR, as well as Facility Manager or designee. g.Reports shall be provided no later than 10 business days after issuance of task, unless otherwise directed by Facility Manager or designee. 2.Perform fire protection submittal reviews of fire alarm systems, sprinkler systems, or any other fire protection system or subsystem in accordance with contract documents and VA criteria. Provide or witness the acceptance testing of fire protection and life safety equipment and systems. This tasking requires on-site presence. a.Receive request from COR for acceptance testing. b.Contractor will coordinate site visit with Facility Manager or designee. c.Obtain copy of project documents (could include specifications, calculations, drawings, approved submittals, RFIs, or other documents). d.Inspect and test (or, depending on specific task, witness the testing of) installed equipment in accordance applicable NFPA code/standard and project documents. e.Generate a written report on observations and findings. f.Provide a copy of written report to COR, as well as Facility Manager or designee. g.Reports shall be provided no later than 10 business days after conclusion of acceptance testing, unless otherwise directed by Facility Manager or designee. 3.Assist VA personnel with on-site inspections. This tasking requires on-site presence. a.Receive request from COR for on-site inspection. b.Contractor will coordinate site visit with Facility Manager or designee. c.Work to be determined by needs of Facility Manager or designee, and approved by COR. d.Generate a written report on observations and findings. e.Provide a copy of written report to COR, as well as Facility Manager or designee. f.Reports shall be provided no later than 10 business days after conclusion of on-site inspection, unless otherwise directed by Facility Manager or designee. 4.Provide on-site Life Safety Assessment; or, update surveys at the Medical Center(s) as requested and as required by TJC. Update surveys to focus on areas newly constructed, recently renovated or where functional changes have occurred. This tasking requires on-site presence. a.The FPE will be responsible for negotiating dates of each survey with each facility through the local Facility Manager and/or safety staff. b.Each facility survey will occur on consecutive days. Survey schedules will be approved and finalized at least two weeks in advance of the survey. The onsite portion of all the surveys shall be completed within 180 days of contract issuance. This includes any requested training. Draft documentation to be submitted within 30 days of site survey. Final documents to be submitted within 21 days of receipt of VA review. c.Each Medical Center will provide the surveyor with accurate information describing the number of buildings to be surveyed including their square footage and occupancy. d.Conduct Life Safety Assessments as part of the Statement of Conditions to ensure continued readiness for The Joint Commission. e.Contractor will use the most recent edition of The Joint Commission Standards published in the Comprehensive Accreditation Manual for Hospitals and the most current approved edition of the Life Safety Code (NFPA 101) currently the 2012 edition. The contractor shall also use the latest clarifications noted in the agreement between the VA and The Joint Commission. The latest clarifications are identified in the document title, "George Mills Concurrence on Discussion Points" and shall be provided by the VA. f.Focus on The Joint Commission Environment of Care and Life Safety Standards as they pertain to Life Safety for the electronic Statement of Conditions (BBI and PFI) g.Conduct a site walk through including visual inspection of smoke barriers and fire barriers above ceilings, hazardous areas, exits, appropriate signage, and all other potential Life Safety deficiencies. Contractor will coordinate work with the Facility Manager or designee. A minimum representative sample of 20 fire barriers and 20 smoke barriers throughout the facility will be examined for penetrations. h.Document discrepancies between existing SOC drawings provided by Facility Manager or designee, and actual conditions, to enable future revision of the drawings. i.For each approved equivalency, verify that compensating measures are in place as required by the equivalency. j.Each facility survey will occur on consecutive days, unless a different schedule is approved by the Facility Manager or designee. The onsite portion of all the surveys shall be completed within 90 days of task order issuance, or as directed by Facility Manager or designee. Draft documentation will be submitted within 20 days of site survey completion, or as directed by Facility Manager or designee. Final documents will be submitted within 30 days of receipt by contractor of VA written review comments, or as directed by Facility Manager or designee. k.The Facility Manager or designee will provide the contractor with accurate information describing the number of buildings to be surveyed including their square footage and occupancy, existing SOC drawings, and a copy of all approved equivalencies. l.Provide written report(s) in format specified by Facility Manager or designee. m. A summation conference will be held in the VISN 12 Office with the Leadership staff upon completion of the seven (7) surveys. 5.Develop Life Safety Code equivalency requests to be submitted by the requesting VA facility to the Joint Commission and/or the Department of Veterans Affairs Central Office. This tasking might require on-site presence. a.Generate a written equivalency request using the equivalency template that will be provided by Facility Manager or designee. b.Provide a copy of written equivalency request to COR, as well as Facility Manager or designee. c.Written equivalency request shall be provided no later than 30 business days after issuance of task, unless otherwise directed by Facility Manager or designee. 6.Conduct a Statement of Conditions survey at each of the seven (7) VISN 12 facilities to ensure continued readiness for The Joint Commission upcoming cycle, and prepare/update Facility SOC Prints. a.The FPE will use the most recent version of The Joint Commission Standards published in the Comprehensive Accreditation Manual for Hospitals and/or other occupancies as defined by the project and the most current accepted edition of the Life Safety Code (LSC 101) currently 2012 edition. The FPE shall also use the latest clarifications noted in the agreement between the VA and The Joint Commission. The 2012 clarifications are identified in the document title, "George Mills Concurrence on Discussion Points" and shall be provided by the VA. b.Focus on The Joint Commission Environment of Care and Life Safety Standards as they pertain to Life Safety for the electronic Statement of Conditions. c.Conduct a site walk through to include visual inspection of smoke barriers and fire barriers above ceilings, hazardous areas, exits, appropriate signage and all other potential Life Safety deficiencies. The FPE will coordinate work with the hospitals' Facility Engineering Service. (e.g.: A minimum of 20 fire barriers, 20 smoke barriers and 20 hazardous rooms will be examination for barrier penetrations.) d.Provide follow-up technical and consultative support of site review e.Evaluate ILSM requirements/documentation for projects f.Review applicable fire protection systems and maintenance documentation g.Conduct informal on-site educational session(s) assisting the facility's trade employees in properly inspecting and assessing compliance of the life safety features. Other training and educational sessions will be offered, including methods to assist maintenance personnel, construction managers on maintaining Life Safety Code compliance, or ways to implement the infection control risk assessment into the preconstruction safety assessments (PCRA) process. These sessions will be tailored to address the specific needs at each hospital. It will be the facility's responsibility to schedule these sessions during the time that the contractor is onsite. 7.Evaluate existing and/or design new fire protection and life safety systems including fire sprinkler, fire suppression, fire alarm, emergency voice communication and/or correction of fire/life safety deficiencies. 8.Provide consultative services on a variety of fire protection issues as requested from VAMC Facility Management Service. PROCEDURES: Below is a description procedures required a typical TO issued as part of this IDIQ Contract. 1.Project Design Reviews a.A TO will be established between the CO and the FPE, with guidance from the Facility Contracting Officers Representative (COR). The VA will provide an electronic copy of the project drawings and specifications to be reviewed. The contractor shall be responsible for obtaining from the VA a copy of The Joint Commission Basic Building Information (BBI) document, current SOC drawings, along with a copy of any approved equivalencies for the facility under consideration where the facility is covered by accreditation requirements. b.Upon completion of the project review, a Life Safety Review Report shall be provided via email within 2 weeks of receipt of the project drawing to the COR. The COR will ensure a response is provided to the project review comments detailing how the comments were addressed in the space provided on the Fire Safety Review Report prior to sending a subsequent submission of the same project design. c.Contactor shall provide phone consultation regarding the Project Design Review as needed by VA, and provide final acceptance inspections, if requested. 2.Fire Protection Systems Submittal Reviews a.A TO will be established between the CO and the FPE, with guidance from the Facility Contracting Officers Representative (COR). The VA will provide an electronic copy of the fire protection submittal package (to include contract drawings and specifications along with the vendor's fire protection system submittal of catalog data sheets, layout (shop) drawings, calculations, etc.) to the FPE to be reviewed. b.Upon completion of the submittal review, a written report shall be provided via email within 2 weeks of receipt of the submittal package to the COR. The FPE shall recommend one of the following: accept, accept as noted, or reject, to the COR and include written justification for the recommendation provided. All justification comments shall reference the requirements contained in the contract documents and NFPA standards referenced therein. VA will be responsible for making final determination of acceptability of the submittal package. c.Electronic drawings will be provided for each applicable TO. d.The FPE will witness final acceptance testing of the installed system, if requested. e.The FPE shall provide phone consultation regarding the Fire Protection System Submittal Review as needed by the VA. QUALIFICATIONS: 1.The FPE Firm selected must have experience, capability, and willingness to commit the resources necessary to plan, organize, and execute tasks in an expeditious and efficient manner. 2.The FPE firm shall provide Staff specialized in the field of fire protection engineering. The FPE firm must employ a minimum 3 fire protection engineers with a BS in Fire Protection Engineering and a professional engineering registration in field of fire protection. The project manager and lead site survey personnel shall have at least 10 years of fire protection engineering work experience with demonstrated experience with health care occupancies. The same individual or equally competent professional must remain on the firm's project staff for the entire contract and must be involved in the supervision and/or review of the aforementioned potential TOs. A fire protection engineer shall conduct the actual on-site surveys and supervise any other onsite survey personnel. 3.The FPE Firm proposed personnel shall demonstrate that they have previously acted as the lead role in fire protection and engineering design and life safety assessment projects involving all aspects of fire protection and life safety, including code compliant designs. Personnel shall also demonstrate a thorough working knowledge and formal training in fire protection codes and standards, especially the latest edition of NFPA 101 Life Safety Code and NFPA 99 Health Care Facilities Code. All personnel and their qualifications must be submitted to the CO for approval. The CO has final approval of personnel prior to their use in performing reviews, acceptance testing, conducting site assessments, evaluations, etc. 4.In the event that any of the personnel named in the bid package are unable to perform, the contractor shall promptly submit to the CO, in writing a detailed explanation of the circumstances necessitating the proposed substitution and a complete resume for the proposed substitution. All substitutions must meet the qualification standards specified in the above paragraph. No substitutions shall be made without written approval of the CO or their designated representative. TRAVEL 1.Much of the work described in this Statement of Work will not require travel by the contractor. Anticipated requirements for travel include contractor or combined contractor/VA staff teams performing site assessment visits, inspections, training, etc. All travel will be cost reimbursable in accordance with the Federal Travel Regulations, with the following limitations: a.VA will reimburse travel costs from the contractor's place of business to a VA facility up to a maximum of 300 miles each way, (600 miles maximum, round trip). Contractor must select the method of travel most advantageous to the Government, when cost and other factors are considered. Travel must be by the most expeditious means of transportation practicable and commensurate with the nature and purpose of the required work. In addition, the contractor must consider energy conservation, total cost to the Government (including costs of per diem, overtime, lost work-time, and actual transportation costs), total distance traveled, number of points visited, and number of travelers. b.Per diem costs will not be allowed unless specifically specified in the individual task order scope of work. DELIVERABLES: 1.Project design review comments will be documented for each project review task order assigned by the CO on the Fire and Safety Project Review Report. All comments shall be referenced to the corresponding NFPA code or standard or the VA Fire Protection Manual or other VA manual. Non-mandatory (advisory) comments or suggestions shall be clearly identified as such on the Fire and Safety Project Review Report. 2. Fire protection system submittal reviews will be documented for each submittal review task order assigned by the CO. A written report shall be provided via email within 2 weeks of receipt of the submittal package to the COR. The contractor shall recommend one of the following: accept, accept as noted, or reject, to the COR and include written justification for the recommendation provided. All justification comments shall reference the requirements contained in the contract documents and NFPA standards referenced therein. VA will be responsible for making final determination of acceptability of the submittal package. 3.For Life Safety Assessments, the contractor will submit written (updated) Basic Building Information (BBI), Life Safety Assessment (LSA) and any applicable Plan for Improvement (PFI) reports within twenty (20) business days after the site visit for each medical center. 4.The BBI shall include drawings that show all items required by The Joint Commission including but not limited to the following: a.A legend that clearly identifies features of the fire safety b.Areas of the building that are fully sprinklered (if the building is partially sprinklered) c.Locations of all hazardous storage areas d.Locations of all rated barriers e.Location of all smoke barriers f.Suite boundaries, including the size of the identified suite both sleeping and non-sleeping g.Locations of designated smoke compartments h.Locations of chutes and shafts i.Any approved equivalencies or waivers 5.The Life Safety Assessment/Plan for Improvement reports will cite the specific Life Safety Code deficiency findings and suggested plan for improvement (corrective actions). The Life Safety Assessment/Plan for Improvement report shall be submitted simultaneously in hard copy as well as electronic format in Microsoft Word to the medical center facility management section and VISN Safety Manager. Each deficiency shall be cited individually and include both the occupancy chapter reference and base chapter reference from the Life Safety Code. Citations that include only the base chapter references without the occupancy chapter reference are not acceptable. The location (building/floor/room/area) of each deficiency shall be clearly identified in the report. 6.The surveyor will schedule an exit conference with the VISN 12 Safety & Health Manager and other leadership staff to discuss findings and trends after the walkthroughs are completed at each of the seven (7) medical centers. 7.Follow-up technical support will be provided by telephone or electronically to all VISN 12 facilities on Statement of Conditions issues and/or Life Safety Code findings leading up to The Joint Commission surveys and for the duration of this IDIQ. 8.Unless otherwise specifically determined at the time of the TO assignment, all reports will be provided in both electronic form (MS Word, Excel, etc., CAD drawing) and in hardcopy to both the Facility Manager and the VISN Safety Manager. PERFORMANCE METRICS 1.The contractor supporting the project will be required to establish a quality control plan specifying standards for both performance and quality so the government can easily conduct surveillance of the contractor's performance to ensure products delivered achieve the standard or mitigation plans are put into place early to avoid drastic measures later in the contract period. 2.The following table provides standards, measures, and acceptable levels of performance which will be associated to each task and surveyed by use of the government's Quality Assurance and Surveillance Plan (QASP). Performance ObjectivePerformance StandardAcceptable Quality LevelsSurveillance Method 1.Technical NeedsDesign review mandatory comments are accurate and are referenced to applicable codes, standards, and VA/VHA requirements. Design review advisory comments are not identified as mandatory. Reports are comprehensive, accurate, and are referenced to applicable codes, standards, and VA/VHA requirements.100%Periodic Monitoring 2.Project Milestones and ScheduleFor tasks that do not require an on-site presence, qualified Contractor staff are available to perform task within 5 business days of VA request. For tasks that do require an on-site presence, qualified Contractor staff are available to perform task within 20 business days of a VA request, unless a longer time frame is approved by the Facility Manager or designee. Deliverable products are completed and delivered in a timely manner as specified for each task. Potential problems that could interfere with successful completion are communicated to Facility Manager or designee without delay. 100%Periodic Monitoring 3. Project StaffingPersonnel possess and demonstrate necessary knowledge, skills, and abilities to perform tasks.100%Periodic Monitoring 4. Value AddedServices/products delivered meet the expectations of the COR, as well as the Facility Manager or designee.100%Periodic Monitoring / Survey of Facility Managers 3.To facilitate surveillance and satisfy the government that best value is being achieved through measured performance, the contractor will submit monthly performance data as part of its monthly progress report, indicating compliance to the performance measures and providing trends over time as well as explaining any deviance from acceptable levels of performance. 4.Successful execution of the tasks, within this contract, will result in the following: a.Establishment of a process whereby a portion of project documents that VHA uses for construction and renovation projects can be reviewed by a qualified Fire Protection Engineer b.Establishment of a process whereby a portion of the life safety and fire protection systems can receive witness of acceptance testing, or be tested, by a qualified Fire Protection Engineer. c.Provide facilities a process whereby they can retain the services of a qualified Fire Protection Engineer to assist in general onsite inspection of their facilities d.Provide facilities a process whereby they can retain the services of a qualified Fire Protection Engineer to assist in inspections of their facilities for Joint Commission Accreditation. e.Provide the facilities a process by which they can utilize a qualified Fire Protection Engineer to develop NFPA Life Safety Code Equivalency requests for review by the VHA Fire Protection Engineer and subsequent approval by the Deputy Under Secretary for Health for Operations Management (DUSHOM). 5.The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract/order to ensure that the Contractor is performing the services required by this SOW in an acceptable manner. The Government reserves the right to alter or change the QASP at its own discretion. A Performance Based Service Assessment Survey will be used in combination with the QASP to assist the Government in determining acceptable performance levels. 6.The contractor shall provide a summary of their assignments monthly to COR. PHYSICAL SECURITY AND SAFETY REQUIREMENTS 1.The Contractor and their personnel shall follow all VA policies, standard operating procedures, applicable laws and regulations while on VA property. Violations of VA regulations and policies may result in citation and disciplinary measures for persons violating the law. a.The Contractor and their personnel shall wear visible identification at all times while they are on the premises. b.The VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed. It is the responsibility of the Contractor to park in the appropriate designated parking areas. The VA will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. c.Smoking is prohibited inside/outside any building other than the designated smoking areas. d.Possession of weapons is prohibited. e.The Contractor shall obtain all necessary licenses and/or permits required to perform the work, with the exception of software licenses that need to be procured from a contractor or vendor in accordance with the requirements document. The Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. EVALUATION CRITERIA: 1.The contract will be awarded based upon the best value to the government. 2.The contractors proposals will be evaluated based upon; (1) Technical Evaluation Criteria (2) Past Performance Criteria and (3) Price. 3.In the evaluation process, technical and past performances combined are significantly more important than price. SF330 PACKAGE PREPARATION: This procurement will be following the procedures established in the Brooks Act, FAR 36.6, and VAAR 836.6. The selection process will be made using a two stage process. Stage I consists of the initial evaluation of the SF 330's and determination of the highest rated firms. The highest rated firms will then be short listed and invited to continue with Stage II of the process. Stage II consists of Interview Presentations for the shortlisted firms and selection of the top ranked firms to receive the solicitation and conduct negotiations. Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF 330. 1.Professional Qualifications of Team Proposed - Background of firm and key personnel (Project Manager, Principal, and other key personnel) provided in the SF330. 2.Previous Experience of Proposed Team - Provide the specific experience and qualifications of the personnel proposed for healthcare facility projects, including Life Safety Assessment with TJC Statement of Conditions preparation, Fire Protection System design, submittal review and third party design review projects and their record of working together as a team. 3.Firm's Capacity - Describe the firm's ability to accomplish the work in the required time, including the possibility of one or more projects simultaneously. Indicate the firm's present workload and the availability of the project team, for the specified contract performance period. Demonstrate the estimating effectiveness for ten of the firm's most recent bid fire protection projects. 4.Past Performance - Past performance on contracts with government agencies in terms of cost control, quality of work and compliance with performance schedules. (In accordance with VA Information Letter (IL) 049-03-9, past performance evaluations may also be conducted using information obtained from CPARS and any other sources deemed appropriate by the CO). 5.Management Plan - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 6.Specialized Experience of Team - Specialized experience with providing Fire Protection engineering services for health care facilities and specifically Veterans Administration Medical Centers. Submit separate project compliance lists (10 each) for the firms experience in Life Safety Assessment/SOC, fire alarm design, fire sprinkler design and code consulting projects within the last 10 years. 7.Miscellaneous Experience - Address experiences from the projects listed in the SF 330 in regards to: (1) CADD and other computer applications; (2) value engineering; (3) life cycle cost analyses; (4) infection control; (5) asbestos fireproofing and fast track construction. 8.Insurance and Litigation - Address the types and amounts of liability insurance carried. Identify all litigation against the firm because of improper or incomplete architectural and engineering services over the last ten years and its outcomes. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firms will be selected, sent solicitations, and subsequent negotiations to follow. A/E firms are required to submit the SF 330 and supporting documentation. The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF 330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in Arial Size 12 font, single spaced. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 x 11 inch sheet of paper containing information. A/E firms that meet the requirements listed in this request for SF 330s are invited to submit one (1) hard copy and (1) electronic copy of the SF 330 with appropriate documentation by close of business June 30, 2014. Mail one copy of the information to:Email copy to: Department of Veterans Affairs Jeffrey.gerbensky@va.gov Great Lakes Acquisition Center (GLAC) Attn: Jeff Gerbensky 115 S. 84th Street, Suite 101 Milwaukee, WI 53214-1476
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14I1067/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-14-I-1067 VA69D-14-I-1067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394871&FileName=VA69D-14-I-1067-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394871&FileName=VA69D-14-I-1067-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-14-I-1067 VA69D-14-I-1067.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1394871&FileName=VA69D-14-I-1067-000.docx)
- Record
- SN03381051-W 20140601/140531021739-9c90ff968c62eea7c362d6e78bd4d736 (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 |