Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
DOCUMENT

C -- A/E Design Patient Privacy Bldg. 801, Wing 6A - Attachment

Notice Date
11/16/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24716R0009
 
Response Due
12/3/2015
 
Archive Date
2/1/2016
 
Point of Contact
Theresa M. Elkins
 
E-Mail Address
Theresa.Elkins@va.gov
(Theresa.Elkins@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Augusta, GA anticipates issuing a firm fixed price contract for Architect/Engineer Service for final design of "Patient Privacy, Building 801, Ward 6A" located at 950 15th Street, Augusta, GA 30904. The Architect/Engineer (A/E) shall provide professional technical services for the complete design for Project 509-16-107 "Patient Privacy, Building 801, Ward 6A". Required documents typically include schematics, preliminary plans, working drawings, specifications, cost estimates, and construction documents (final drawings, specifications, and cost estimate. Magnitude Of Construction Project: Between $5,000,000 and $10,000.000. The selected A/E firm shall provide professional A/E services to include, but not limited to, design services to include the preparation of designs, plans specifications, cost elements, conduct fire safety reviews on design packages by a Certified Fire Protection Specialist or Certified Fire Protection Engineer, commissioning, construction period services, site visits and other related professional services as defined by FAR Part 36.6 that may be necessary. This will be a 100% set-aside for SDVOSB firms only. The firms will need to be CVE verified and visible in VIP (VAAR 8041102) when SF 330's are submitted and time of award. Any firm not CVE verified upon submission of their SF330's will not be evaluated and not considered for award. Please submit a copy of your CVE Verification Letter with your SF330 package. Firms must be registered in SAM (System for Award Management) database, information on registration requirements can be obtained on the internet at (http://sam.gov) and submit their complete Annual Representations and Certifications (ORCA) via online at http://orca.bpn.gov. The North American Industry Classification System (NAICS) Code is 541310 Architectural Services. The small business standard is $7.5M in annual gross revenue average over the past three years. Interested firms must submit four (4) copies and 1 CD of their SF330 no later than 03 December 2015 at 1:00pm EDT to Theresa Elkins, Contract Specialist, Veterans Affairs, 501 Green Street, Suite 2, Augusta, GA 30901. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. All submissions must be bound in some manner (no paperclips). Forms are available on the internet at http://www.gsa.gov/portal/forms/forms/types/sf. Scope Of Work: This project will renovate the 14,600 square foot, Bldg. 801 6A wing from the current two and four bedroom inpatient care arrangement to all private rooms and baths. The project will continue the transformation of patient privacy requirements and community standards to the acute inpatient medicine space. The 6A wing will be vacated in FY13 by the transfer of acute patients to the newly renovated 6D wing (Project 509-324). This project will provide approximately 20 private patient rooms in accordance with VISN 7 CARES planning initiatives. The A/E selection criteria will be based on (in order of importance): 1. Professional qualifications necessary for satisfactory performance of required services. a) Submission requirements: o Submit personal resumes that best demonstrate the firm's professional qualifications, including specific licenses and registrations relevant to the solicitation requirements. o Complete and submit a summary disclosure for each discipline, principal, project manager, and other support personnel, for up to 10 employees covering disciplines offered, that will handle work for the solicited task order. Each resume package may not be longer than two (2) pages in length. b) Basis of Evaluation: o Evaluation of professional qualifications will include but is not limited to the subjective assessment of the firm's individual resumes as required in the solicitation. o Firms unable to demonstrate required qualifications necessary to perform designs may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. o Higher ratings for this criterion may be given when the firm's specific personnel demonstrate excellent or very good credentials, above and beyond those usually expected. 2. Specialized experience and technical competence in the type of work required. Specialized experience pertains to the types, volume and complexity of work previously or currently being performed by a firm that is comparable to the types of work covered by this requirement. a) Definitions: o Specialized work means construction and design projects similar in project scope, size, construction features, dollar value and complexity of that listed in the RFP. Projects submitted outside these parameters will be assigned lower ratings. o Similar dollar value is considered construction projects of Three Million dollars ($3,000,000) and greater. o Similar complexity is considered projects of an operational likeness to that listed in the RFP o Within the past five (5) years shall mean from date of SF 330 package submission to five (5) years prior. b) Submission requirements: o Submit up to three (3) relevant projects, accomplished within the past five (5) years that best demonstrate your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. o Complete and submit a data summary sheet for each project. Each project data package may not be longer than two (2) pages in length and may include verbiage, graphics and photos. o Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. c) Basis of Evaluation: o Evaluation of specialized experience will include but is not limited to the subjective assessment of the firm's resume of the type of work required in the solicitation. o Firms unable to demonstrate proven competence to perform these kinds of projects may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. o Higher ratings for this may be given when a proposal demonstrates project examples of excellent or very good examples of projects relevant to the solicitation. 3. Capacity to accomplish the work in the required time. Identify the firm's past and present workload, and convey the understanding of being able to handle several design projects concurrently and within prescribed deadlines/constraints. a) Submission requirements: o Provide a narrative, (maximum of one 8 ½" X 11" page) that discusses the firm's approach to accomplishing multiple concurrent design projects with emphases on meeting prescribed deadlines. b) Basis of Evaluation: o Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of multiple design project goals and requirements set for the completion of the projects within prescribed deadlines. o Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Past performance relates to how well a firm has performed on substantially completed projects, within the past five years. a) Definitions: o Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations. o Government agencies are defined as local, state, and federal entities. Higher ratings may be given for work performed on VA Medical Center campuses. o Private industry is defined as non-governmental clients. o "Within the past five (5) years" shall mean from date of proposal submission to five (5) years prior. o The term "substantially complete" shall mean a fully designed project with construction of the facility/project more than 80% complete. b) Submission requirements: o Submit up to three (3) relevant projects design complete or substantially construction complete within the past five (5) years and best demonstrates your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. o Complete and submit a project data summary sheet for each project. Each project data package may not be longer than two (2) pages in length. o Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. o Provide a list of all projects accomplished within the last 7 years at VAMC's including point of contact and brief description of project. o Questionnaires. Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received. c) Basis of Evaluation: o Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact a firm's rating. o The evaluation of past performance will include but is not limited to the assessment of the firm's commitment to customer satisfaction, timely delivery of quality work, the firm's record of conforming to specifications, successful implementation of quality control procedures; adherence to schedules; and history of reasonable and cooperative behavior. o Firms unable to demonstrate proven competence to perform projects similar to the requirements of the solicitation may be considered ineligible for award. o Higher ratings for this may be given when a proposal demonstrates excellent or very good ratings for past performance and customer satisfaction on projects relevant to the solicitation. 5. Location in the general geographical area of Augusta, Ga. (within 200 mile radius) and knowledge of the locality of the Charlie Norwood VAMC: a) Definitions: o Knowledge of the locality is defined as familiarity of applicable codes and regulations in place for the area. b) Submission requirements: o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's location. c) Basis of Evaluation: o Firms that are outside a 200 mile radius of the Charlie Norwood VA Medical Center in Augusta, Ga. will be given a lower rating than those firms within that distance. o Higher ratings for these evaluation criteria may be given as follows: Firms that can be on site at the Charlie Norwood VA Medical Center in Augusta, Ga. within 120 minutes will be given a higher rating. Firms that can be on site at the Charlie Norwood VA Medical Center in Augusta, Ga. within 60 minutes will be given the highest rating. o A subjective determination of the firm's statement of knowledge of the locality and how it was obtained relative to the requirements of this solicitation. 6. Implementation of the Design Quality Control Program. Identify the roles and responsibilities of the major personnel of the firm and depict the understanding and implementation of Quality Control procedures for task orders. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. a) Submission Requirements: o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's approach to the task orders with emphasis on the envisioned role of the design team with regard to Quality Control. b) Basis of Evaluation: o A subjective determination of the firm's statement of knowledge of Quality Control and how it will implement Quality Control procedures relative to the requirements of this solicitation. o Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 7. Program management process/plan for handling Charlie Norwood VAMC projects. Identify the roles and responsibilities of the major personnel of the firm and depict the lines of communications envisioned for the design tasks between the firm and with the Government. a) Submission Requirements: o Provide the relationships between the firm and all partners and/or subcontractors/consultants to be associated with this solicitation and identifying each of the firms key positions/personnel and their role in managing work for these task orders. o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's Program management approach to the task orders. b) Basis of Evaluation: o Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of the task order projects goals and requirements and set forth a realistic approach for the design of the task order projects. o Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. a) Submission Requirements: o Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any claims, disputes, lines or judgments against your firm for instances where there have been design errors, deficiencies and/or omissions AND the steps your firm took to resolve the issues and the ultimate outcome. o Provide a statement if item 8 above is not applicable to your firm. b) Basis of Evaluation: o Evaluation of this factor will be an objective assessment of the firm's ability to provide clear, concise, accurate design drawings and specifications free from design errors, deficiencies and/or omissions AND a subjective assessment of how well the firm managed situations when these issues were encountered. o Higher ratings will be given to firms that have not had any of the issues mentioned in item 8 above; however, firms with no performance history will be scored lower than those firms with significant performance history and none of the issues in item 8. o A lower rating will be given to firms that have experienced issues that resulted from design errors, deficiencies, and/or omissions, but resolved the matter to the satisfaction of the Government and/or customer. o Firms that were unable to amiably resolve issues that arose from design errors, deficiencies and/or omissions will not be considered eligible for competition. 9. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. a) Submission Requirements: o Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any partnering, teaming, or subcontracting relationships your firm has and how long members within your firm have worked with one another b) Basis of Evaluation: o Evaluation of this factor will be a subjective assessment of the firms relationships and how well the firm works as a team within their organization and with other partners, teams, and subcontractors. o Higher ratings will be given to firms that clearly demonstrate organizational health and cooperation with other teams, partners, and Government and industry personnel (customers). o A lower rating will be given to firms that cannot demonstrate organizational health and cooperation with other teams, partners, and Government and industry personnel (customers). Construction Period Services will be required for this project. Architect-Engineer firms having capability to perform this work are invited to submit one completed Standard Form 330, Architect-Engineer Qualifications for themselves and their entire subcontractor's to the office shown below no later than 03 December 2015 at 1:00pm EDT. Responses received by the due date noted below will be considered for selection. THIS IS A REQUEST FOR SF330'S ARCHITECT-ENGINEER QUALIFICATIONS ONLY. THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED. THE GOVERNMENT WILL NOT BE HELD LIABLE FOR CONTRACTOR COSTS INCURRED IN THE PREPARATION OF SF330'S OR SUBMISSIONS. ALL RESPONSIBLE SOURCES MAY SUBMIT THE REQUESTED SF330 WHICH SHALL BE CONSIDERED BY THE AGENCY. SF330 PACKAGE SHALL BE SUBMITTED BY 1:00PM EDT LOCAL TIME ON THURSDAY, DECEMBER 03, 2015 TO THE BELOW CITED CONTRACTING OFFICE ADDRESS: Contracting Office Address: VA Southeast Network - VISN 7 Attn: Ms. Theresa M. Elkins 501 Greene Street Hatcher Building - Suite 200 Augusta Ga. 30901 Telephone: (706) 733-0188 X 3972 E-mail: theresa.elkins@va.gov. Place of Performance: Charlie Norwood VA Medical Center 950 15th Street Augusta, Ga. 30901 Firms will be evaluated by the A/E Evaluation Board, scored and ranked. The three (3) most qualified firms will be invited to interview with the selection board, and will again be scored and ranked. The firm with the highest combined initial and interview score will be selected and asked to negotiate a fair and reasonable price. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitation on Subcontracting and all Joint Ventures must be CVE Verified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24716R0009/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-R-0009 VA247-16-R-0009_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418918&FileName=VA247-16-R-0009-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418918&FileName=VA247-16-R-0009-003.docx

 
File Name: VA247-16-R-0009 AE Scope of Work Patient Privacy, Bldg 801, Ward 6A 02.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418919&FileName=VA247-16-R-0009-004.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418919&FileName=VA247-16-R-0009-004.doc

 
File Name: VA247-16-R-0009 Past Performance Questionnaire Patient Privacy.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418920&FileName=VA247-16-R-0009-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418920&FileName=VA247-16-R-0009-005.docx

 
File Name: VA247-16-R-0009 SCA WD 05-2135 Rev. 17.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418921&FileName=VA247-16-R-0009-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2418921&FileName=VA247-16-R-0009-006.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Charlie Norwood VA Medical Center;950 15th Street;Augusta, GA
Zip Code: 30901
 
Record
SN03947020-W 20151118/151116234708-9bf0988a03a3546ac1b1c13f64f3123e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.