DOCUMENT
C -- Renovate 4N Project 626-15-103 - Nashville - Attachment
- Notice Date
- 11/14/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915R0063
- Response Due
- 12/5/2014
- Archive Date
- 3/14/2015
- Point of Contact
- Lori A. Krohn
- E-Mail Address
-
rohn@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 626-15-103 - "A/E Design to Renovate 4 North" at the Nashville VA Medical Center in Nashville, Tennessee. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit their current SF 330 to Lori.Krohn@va.gov. The SF 330s are due on December 5, 2014 at 2:00pm Central Time. Contractor visits and phone calls to the facility to discuss this announcement are not permitted. The Nashville VA Medical Center is seeking professional architect/engineering firms to provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for the Renovate 4 North project at the Nashville VAMC of the VA Tennessee Valley Healthcare System (TVHS), 1310 24th Avenue South, Nashville, TN 37212. The Inpatient Mental Health Ward is located on Ward 4 North of Building 1. The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The NAICS code for this project is 541310. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in 330 in the "Find A Form" block and click on search. THE MAGNITUDE OF THIS DESIGN PROJECT IS BETWEEN $500,000 AND $1,000,000. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The area of consideration for this project is a 350 mile driving radius from prime contractor main office or satellite office to the Nashville VAMC in Nashville Tennessee 37212. Determination of mileage eligibility will be based on www.mapquest.com. Firms responding to this announcement by submitting an SF330 will be considered for Contracting Officer initial eligibility evaluation. Following the Technical Evaluation Board evaluation of the SF330s, a solicitation for a price proposal will be sent to the highest technically qualified contractor to provide the type of services required. SCOPE OF WORK: I.GENERAL SCOPE OF WORK: The A/E shall provide all necessary professional architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for "Renovate 4 North" at the Nashville VAMC of the VA Tennessee Valley Healthcare System (TVHS), 1310 24th Avenue South, Nashville, TN 37212. The Inpatient Mental Health Ward is located on Ward 4 North of Building 1. This project will completely renovate the existing inpatient mental health ward and the outpatient mental health program space as well as required support space encompassing approximately 19,000 GSF on 4 North. This project will completely reconfigure the Inpatient Mental Health Unit, including patient rooms, patient toilets, family waiting, group rooms, dining, and other support space. The current facility projection of patient rooms is 8 Inpatient Psychiatric beds and 8 Psychiatric Medical Unit (PMU) beds. The Outpatient Mental Health space will include space for programs such as Substance Abuse, Homelessness, Compensated Work Treatment, Suicide Prevention, Social Work, Occupational Therapy and Psychology as well as other treatment, clinical, administrative and support space. Numerous Joint Commission compliance issues, safety, security and privacy concerns will be corrected. Significant security risks for high flight risk patients with high acuity issues and multiple safety concerns for both patients and staff will be corrected. The project will address FCA issues and will make required energy and sustainability upgrades. Professional disciplines include but are not limited to architectural, fire protection, interior design, plumbing, sanitary, HVAC, electrical, equipment, data and communications, asbestos abatement, space planning and estimating. II. STATEMENT OF PROJECT OBJECTIVES: It is the intent of the Department of Veterans Affairs to have the A/E fully survey, investigate, and document the existing space in order to gain the knowledge and insight necessary to prepare quality, accurate documents in a professional and competent manner. The project objectives are as follows: A.TVHS is undergoing a change from the institutional style healthcare model of the past and creating a new healing environment for the future. This Project will address TVHS's commitment to the National VA Patient Centered Care Initiative and embrace patient centric concepts. B."Evidence-based design (EBD) is the process of basing decisions about the built environment on credible research to achieve the best possible outcomes." Design will include space planning and workflows using EBD and Patient Centered Care healing environment principles that support patient outcomes. C.As Evidence Based Design is an important component of this project, the VA will examine several evidence based design concepts which will be implemented in the project, to measure the significance of selected design elements in an Inpatient Mental Health unit. The VA will conduct this collaborative research study. D.This project will eliminate semi-private consult rooms and create private consult rooms to meet the patient privacy goals as defined in the Health Insurance Portability and Accountability Act of 1996 (HIPAA). E.A/E shall clearly identify the nature of service and the population served. Then incorporate necessary components to meet the specific needs of the unique Mental Health population being served. F.Areas, adjacent to the unit, will receive minor upgrades and new finishes for continuity throughout the floor and to improve the overall environment of care. G.Energy efficiency and cost savings shall be considered in all design decisions. Design to applicable sections of the TVHS Energy Requirements and Design Guide for specific energy guidance; See Attachment. III.STATEMENT OF A/E TASKS: A.The A/E shall furnish all services for a complete design development including producing two (2) interior design color boards, construction documents, and construction period services as specified in this Statement of Work. 1. Necessary site survey work and evaluation such as verifying existing conditions, verifying record drawings, and verifying and analyzing utility systems shall be accomplished in conjunction with preparation of design and construction documents. A/E shall furnish documentation and drawings of these findings, and address deficiencies in the current design. 2. The complete site survey work shall include a thorough investigation of existing conditions to accurately document and convey space dimensions for measured drawings, all utilities for affected areas, and utilities that traverse through affected areas, typical construction type and variations, and finishes. 3. Utility system verification shall include the necessary testing, adjusting, and/or balancing of affected systems to ascertain the existing operating and performance conditions that will impact the design and construction process. Systems that are insufficient in capacity or are no longer supported by OEM parts shall be considered for expansion and/or replacement. B.The A/E shall provide cost estimation, project scheduling and phasing, bid period and construction period services as further described in the contract. C.The A/E shall meet with the user group and provide design concepts as required for approved Schematic Design, Design Development and Construction Documents. D.The A/E shall provide design and construction period services as required by the project. Changes in personnel from those who are proposed must be approved in writing. The registered individuals who will stamp the completed documents shall accomplish engineering design work. E.A/E will coordinate with leading industry equipment manufacturers/vendor(s) to insure proper layout and support of equipment according to manufacturer's requirements. However, design drawings and specs shall be generic to promote fair and open competition. F.Design shall minimize disruptions to the nearby outpatient clinics on the 4th floor. Construction may be phased to maintain inpatient services during construction. G. A/E shall develop and execute a QA/QC plan that demonstrates the team and method of review for the project plans and specifications. The project QA/QC shall have gone through a rigorous, thorough review and coordination effort. The QA/QC plan shall be submitted to the VA along with the project schedule. Within 14 days after receipt of Notice to Proceed, the Contractor shall submit a detailed QA/QC plan describing each QA/QC task that will be taken during the development of the various design submission packages and the name of the Contractor member responsible for QA/QC. Upon its completion each task shall be initialed and dated by the responsible Contractor member. A 100% completed QA/QC plan shall be submitted with the final construction document submission package. IV. GEOGRAPHICAL LOCATION OF A/E: Eligible firms must have a working office location within 350 miles of the Nashville VAMC, Nashville, Tennessee. V. BASIS FOR DESIGN: A. Department of Veterans Affairs standards may be obtained from the Internet at http://www.cfm.va.gov/TIL/ B. Design shall conform to the Mental Health Facilities Design Guide published by the Department of Veteran Affairs- Office of Construction and Facility Management- http://www.cfm.va.gov/til/dGuide/dgMH.pdf C.VA Mental Health Environment of Care Checklist (11/2009) D.VHA Patient Safety Alerts and Advisories E.VA Physical Security Design Manual for VA Facilities F.VHA National Center for Patient Safety http://www.patientsafety.gov/alerts.html G.VA Mental Health Environment of Care Design Work Group Guidance - Guidance on appropriate furnishings, equipment, and other items for inpatient. H.VA Handbook 1330.01 Health Care Services for Women Veterans (5/2010) http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=2246 I.Design Guide for the Built Environment of Behavioral Health Facilities, distributed by the National Association of Psychiatric Health Systems http://www.naphs.org. K. The awardee shall design within the construction budget provided at the time of contract award. The A/E design and estimate shall identify 20 percent of the total construction budget as viable deductive construction alternates by areas of work and/or phases. This will require individual estimates by area/phase. L.Comply with current applicable state, local, & federal building codes as well as codes and regulations from other recognized authoritative bodies such as Joint Commission; including but not limited to Associated Air Balance Council (AABC), American Concrete Institute (ACI), Acoustical and Insulating Materials Association (AIMA), American National Standards Institute (ANSI), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), American Society of Mechanical Engineers (ASME), American Society for Testing and Materials (ASTM), Gypsum Association (GA), International Building Code (IBC), National Electric Code (NEC), NFPA, National Environmental Balancing Bureau (NEBB), International Plumbing Code (IPC), OSHA, Standard Building Code (SBC), Sheet Metal and Air Conditioning Contractors' National Association (SMACNA), and Uniform Federal Accessibility Standard (UFAS), & American Barriers Act (ABA), and other applicable codes. Refer to VA Construction Standard CD-30 and VA PG 18-13 design standards. M. See the Technical Information Library (http://www.cfm.va.gov/TIL/) for specific design guides. N. Tunable solid state lighting should be considered for some common areas. O. Design must insure proper life safety, including, but not limited to, egress, proper fire/smoke compartments, fire alarm, sprinkler system, etc. VI. DETAILED SUBMISSION REQUIREMENTS: Program Guide PG-18-15, establishes the guidelines for the A/E submissions. Design shall be performed and submitted in accordance with VA A/E Submission Instructions for Minor and NRM Construction Program. Refer to (http://www.cfm.va.gov/contract/aeDesSubReq.asp). These guidelines indicate a minimum level for submission compliance, which may not be adequate for certain, types of design. In some instances in which critical decisions need to be made, sufficient and relevant information has to be provided timely in order for the design to progress to meet certain milestone dates. The level of applicability of the program guide depends upon the scope of work and the exclusions, which are herein specified. Questions in regards to the applicability of specific requirements shall be resolved with the COR prior to any submission deadline. Where "days" are stated, this refers to "calendar" not "work" days. A.At each submission, all drawings and support material shall be dated and appropriately labeled above the title block. The number of submissions is outlined below: Work ElementCopiesDuration Design Kick-off Meeting1 day Schematic 1 full/ 2 half-size24 days Gov't Review7 days Design Development 1 1 full/ 2 half-size28 days Gov't Review7 days Design Development 21 full/ 2 half-size28 days Gov't Review7 days Construction Document 11 full/ 2 half-size28 days Gov't Review7 days Construction Document 21 full/ 2 half-size28 Days Gov't Review7 days Final 100% Bid Document Check set 1 full/ 2 half-size 7 Days Gov't Review1 days B. VA submission review comments may be verbal, noted directly on review sets, or written list. The A/E shall be responsible for compiling and addressing review comments. A/E shall produce and distribute meeting notes or minutes for VA review immediately after each submission review meeting. C. The final construction documents submission package will incorporate all VA supplied comments from the earlier submission package reviews and will comply with the resultant contract requirements. D. If the final construction documents submission package is not complete, the A/E must resubmit the package in its entirety. E. The COR may schedule an additional Design Review(s) should he/she determine that such review(s) is required for satisfactory completion of the Contract Drawings and Specifications. The A/E will be reimbursed for the additional trip(s) unless the additional Design review(s) was requested by him or caused by actions for which he/she is responsible. VII. CONSTRUCTION DOCUMENTS: The A/E shall prepare documents as described in the A/E Submission Instructions for Minor and NRM Construction Programs, which details the minimum requirements for various A/E submissions. In addition to the requirements outlined in the A/E Submission, the following will be required: A.Construction Document submission will include a Life Safety Plan which includes the compartmentalization and wall ratings of the entire 4th floor. Existing 4th floor Life Safety Plan will be furnished by VA for reference. B.Construction Documents will include an ABA sheet which depicts most commonly referenced provisions for interior renovations. C. Construction Documents will include a Code Analysis on the Index sheet. D.The A/E shall retain the services of an Industrial Hygienist (IH). The A/E or the IH have the option of preparing the asbestos drawings. The services include all A/E IH services associated with asbestos for the Schematics, Design Development and the Construction Documents stages of the VA design process and the Construction Period Services of the Project. The IH consultant shall coordinate with the A/E to ensure that fully coordinated drawings are provided for all asbestos abatement and related restoration work. The VA shall furnish a recent study documenting the location of asbestos. E.Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, etc. F.Specifications - Project specifications shall include specifications for all products, materials, equipment, methods and systems shown on the construction drawings in accordance with standard professional practice and the resulting contract. The specification submitted for review shall include: The name of the manufacturer, the product name, model number, or other identification as appropriate to clearly identify the product that will be used in the construction of the project. Specifications for all sections of the work shall utilize the VA Master Specification system. G.Final bid documents shall be reproduced as part of the contract. To 1 full sets and 2 half set of the Construction Bid Documents are to be delivered to the COR. Electronic files of the Construction Bid Documents will be provided to the COR and Contracting Officer. H.Total time to accomplish Schematics, DDs, and CDs through final reproduced bid documents shall be 180 calendar days from the issuance of the Notice to Proceed. Each submission will require 7 days for VA review, depending upon the A/E responsiveness to previous VA comments and A/E quality control. A/E shall prepare a submission schedule based upon the schedule above. The schedule is negotiable so that the timeframes are met. VIII. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: A.Review of Submittals: A/E shall review all material submittals, shop drawings, test reports (as applicable), etc. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Reviews shall be completed and submittals returned to the COR within 15 days of the A/E's receipt of the submittal. B. The A/E, when requested, shall assist the Contracting Officer and COR to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. C.Review Analysis of Requests for Information, Change Orders, and Costs: A/E shall provide prompt response when contacted by the COR to review and provide analysis of construction contractor requests for information; change orders; and resulting cost adjustments. D.Site Visits: A/E shall provide 50 site visits during the construction period when requested by the COR. These visits shall be in addition to final inspection, in-wall and above ceiling inspections as well as 2 site surveys and the pre-construction meeting. A site visit "unit" is defined as a visit to the site by one individual for 3 hours when requested by the Contracting Officer or an authorized representative. On this job, a site visit should last 3 hours and may require the use of multiple "units" when more than one individual or an extended period of time is needed to inspect an area of work. The COR has the prerogative to determine the professional discipline(s) required for each site visit. The A/E shall notify the COR of their presence on site before any work is performed in order to document the number of individuals who are making the site visit. The A/E shall observe the construction, advise the COR of any deviations or deficiencies, and recommend appropriate corrective actions. E."Record Drawings" Requirement: A/E shall revise the solicitation documents if necessary and provide a complete set of all drawings showing actual, completed construction. The construction contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all changes marked-up by the construction contractor and changes made by construction contract modifications. Drawings shall be in the latest version of AutoCAD and PDF format and shall be signed and sealed. Compatibility means that data can be accessed directly by target system without translation or processing of data files. Final electronic media specifications shall be in Microsoft Word and PDF Format. IX. MATERIALS TO BE FURNISHED TO THE A/E BY VA: If available, the following items will be furnished to the selected A/E when requested: Prints of the station utility drawings, site plans, and building floor plans will be made available for A/E reproduction and scanning. The VA does not have any electronic media of utilities (mechanical, electrical, plumbing, systems, etc.). The accuracy of drawings is not guaranteed and shall be used for general information only. Actual conditions shall be field verified by the A/E. X. DELIVERABLES TO BE FURNISHED TO THE VA BY THE A/E: A.For each submission, furnish electronic files (PDF and DWG) and 3 hardcopies of 1 full and 2 half size drawings and 1 copy of specifications, estimates, and supporting documents (except Bid Document review as stated above). B.Design Submissions and Final bid documents shall be reproduced as part of the contract. 1 full size sets and 2 half size sets of the Construction Bid Documents are to be delivered to the COR. Electronic files of the Construction Bid Documents will also be provided to the COR and Contracting Officer. EVALUATION FACTORS: Note: Failure to address all evaluation factors in sufficient detail may result in a low a rating. 1.Professional qualifications necessary for satisfactory performance of required service. The education, training, registration, certifications overall, relevant experience, and longevity with the firm of the key management and technical personnel should be provided. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. Provide brief resumes of proposed team members who will specifically serve on this project team. Each resume shall include a minimum of three (3) specific completed projects that best illustrated the team members experience relevant to this projects scope. Also include years of experience in position and roles each member on this project. The lead designer in each discipline must be registered. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Contractor should also have experience in HVAC and Plumbing, Architectural, Civil, Structural, Electrical and Mechanical engineering disciplines. Specialized experience in Interim Life Saving Measure (ILSM), and ICRA is beneficial. Specialized experience on similar projects and their technical capabilities (such as design quality management procedures, HVAC design, and hospital project design, energy efficiency design procedures, facility electrical design, structural reinforcement and seismic loading) of the prime firm and any subcontractors is beneficial. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this projects scope. List projects including, where appropriate, experience in energy conservation, HVAC control and design, architectural, plumbing, electrical and civil design, project control, medical facility design work and estimating effectiveness 3.Capacity to accomplish the work in the required time. Projects similar or greater in scope, size and magnitude is beneficial. The full potential value of any current A/E contracts that a firm has been awarded will be evaluated. For the Prime and each proposed consultant to be assigned to the team, list the larger current projects being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information will be obtained through the CPARS Government Past Performance Information System. Contractors are required to provide three past performance questionnaires directly to the Contracting Officer. The contractor must provide the entire past performance questionnaire to each of its assessors. An individual assessor knowledgeable of the contractor's quality of supplies and services rendered is requested to verify, complete the questionnaire, and submit to the Contracting Officer at Lori.Krohn@va.gov. If evaluating more than one contract for the same contractor, use a separate questionnaire for each contract being evaluated. 5.Location in general geographical area of the projects and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Contractor must have an office within 350 miles of Nashville, Tennessee. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6.Energy Conservation/Sustainable Design Experience and Credentials. List all design members who have LEED AP credentials. List examples of projects designed with minimum LEED silver certification for projects with similar size and scope. 7.Project Implementation Plan. Provide implementation plan with any anticipated problems and potential solutions. 8.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 9.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The SF 330 shall contain a signed and dated statement by the president of the firm affirming that that there are no records of significant claims because of improper or incomplete architectural and engineering services. 10.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Include any sub-contractors that are proposed. Interested firms should submit their current SF330 to Lori.Krohn@va.gov. The SF330s are due on December 5, 2014 at 2:00 PM Central Time. Use the following instructions for submitting your SF330. Requirement for Electronic Submission Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable and will be returned. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers 1.Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files) 2.Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. 3.Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. 4.Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. a.Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation or Offer depending on the solicitation type. b.Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer. The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. Security Issues, Late Bids, Unreadable Offers 1.Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. 2.Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. 3.To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as "unreadable" pursuant to FAR Parts 14.406 and FAR 15.207(c ). 4.The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915R0063/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-R-0063 VA249-15-R-0063.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1729375&FileName=VA249-15-R-0063-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1729375&FileName=VA249-15-R-0063-000.docx
- File Name: VA249-15-R-0063 PAST PERFORMANCE QUESTIONNAIRE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1729376&FileName=VA249-15-R-0063-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1729376&FileName=VA249-15-R-0063-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-R-0063 VA249-15-R-0063.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1729375&FileName=VA249-15-R-0063-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;TVHS - Nashville Campus;1310 24TH Avenue South;Nashville, Tennessee
- Zip Code: 37212-2637
- Zip Code: 37212-2637
- Record
- SN03573079-W 20141116/141114234131-c97ea78d0b53903a4460557769111703 (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 |