Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
DOCUMENT

C -- Perform A/E design services Design of Cooling Towers and Chiller Upgrade at the VAMC-DC - Attachment

Notice Date
5/17/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA24516N0086
 
Archive Date
8/15/2016
 
Point of Contact
Carla G. Maria
 
E-Mail Address
maria@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a request for SF 330's Architect/Engineer Qualifications packages only. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT The Department of Veterans Affairs, Medical Center 50 Irving Street N.W. Washington DC is seeking a qualified Architect/Engineering (A/E) services complete drawings, cost estimate, technical reports, specifications and construction period services for 688-16-002, Design of Cooling Towers and Chiller Upgrade, VAMC-DC. This procurement is restricted to 100% Service Disabled Veteran Owned Small Business (SDVOSB) firms Set Aside. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before June 10, 2016. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE- Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent 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". In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc...) Place of performance: Location must be within 150 miles radius of the VA Medical Center 50 Irving Street N.W. Washington DC 20422; Describe and illustrate the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made. Statement of Work Project no.688-16-002 Design of Cooling Towers and Chiller Upgrade; VAMC-DC The purpose of this project is to design of Cooling Towers and Chiller Upgrade, Veteran's Affairs Medical Center in Washington DC (VAMC DC) located at 50 Irving Street, N.W, Washington D.C. This statement of work covers the preparation of Construction Documents necessary for the mechanical system upgrade. The anticipated duration of this project (design only) will be approximately four (4) months. CHILLER PLANT UPGRADE AND OPTIMIZATION: It is anticipated that this project will include converting the three independent chilled water systems to a primary/secondary (and/or tertiary) type system with multiple primary loops feeding the secondary loop. This will provide redundancy and enhance the overall reliability. It is also anticipated that the older equipment (such as the main plant chillers, towers and pumps) will be replaced with new more efficient equipment (such as magnetic bearing centrifugal chillers and variable speed pumps), along with the completion and full integration of the "McQuay" chiller plant and updated controls for monitoring, scheduling and optimization. VA Central Plant is in need of upgrades and equipment replacements to optimize cooling equipment performance. The chiller piping in main plant is a maze and requires reconfiguration. Existing VFDs and controllers are non-operational and there is presently no communication with engineering control panel. A previous deficiency study concluded that the existing 1500 chiller tower sits at a low point on the chilled water infrastructure loop, which contributes to build up of dirt and mud. The 2x 1280 Chiller Towers currently have not been retrofitted with controls or VFDs, which do not allow control panel to regulate and monitor for energy conservation. The chiller towers are to be replaced. The plant is in dire need to relocate and expand existing cooling tower capacity to handle the combined load of all the chillers. Current configuration allows for only 2 chillers which is a big concern during the heating season. The facility cannot operate effectively on 2 chillers for cooling. Additional scope of work associated with this project includes adding an emergency generator for the chiller plant to pick up chiller, cooling tower and chilled water pump loads in the event of loss of normal power. Currently these critical pieces of operating equipment are not on emergency power at this facility The work to include a complete site investigation demolition of all equipment (except the existing 1500 ton chiller) currently in the utility building -Expand the Utility Building to MER1 (note: MER1 contains asbestos) -Install a modular chiller plant and upgrade the cooling towers to 7 cells. Modular plant should consist of 3x 1500 ton chillers (reusing the 1500 ton chiller currently in the Utility Building. -Install 750 HP package boiler -Install concrete pad, electricity (power) for future 1500 ton chiller. The new tower will have all new appropriately-sized sump components and should be located in a more optimal location with architectural screening as deemed appropriate. All controls should be automated and integrated, to build on recent plant upgrades. A-E will be required to survey all existing piping, valves, etc. in the plant and identify any components requiring replacement, upgrade, or redesign. The A/E needs to also identify all coincidental work, like remove/replace or remove/install new ceiling tiles and grid, asbestos abatement, etc. and to include this in the Scope of Work. The A/E is required to coordinate the design efforts with VA personnel for all trades and disciplines. The Medical center will be operational during construction work and the A/E shall propose a Phasing/Safety/Infection Control Plan. Construction work may be performed during clinical hours to include evening and weekends if conditions require. Phasing plan may also be related to funding constraints and is required to be fully coordinated with VA personnel. It is the responsibility of the A/E to conduct site visits, verify existing conditions and discrepancies or conflicting requirements in the Scope of Work, before preparing the Final Proposal. The A/E will participate in project planning meetings, communicate with VA personnel, and is expected to coordinate all the requirements so that the final documents will be in accordance with current The Joint Commission (TJC) Standards, AIA Design Guidelines for Design and Construction of Health Care Facilities, VA Standards/Guidelines, the facility's Construction Safety Program and Policy, EPA, and District of Columbia's Department of Energy and Environment (DOEE), submission review comments, and industry standard practices. The A/E shall submit to the Contracting Officer a Project Design Schedule indicating final dates for each required submission of the Contract Documents in accordance with requirements for SUBMISSIONS FOR DESIGN REVIEW under SECTION 2 - CONTRACT DOCUMENTS of Statement of Work. The A/E to identify a Deduct Alternate of a minimum of 20%. It must be designed so that, if required to award the bid within the approved total project cost, the project remains a stand-alone project and can be activated according to its intended function upon completion. The A/E will not be required and does not need to connect with its own IT devices to a VA internal trusted network, so the Certification and Accreditation (C&A) requirements do not apply, and that a Security Accreditation Package is not required.. SECTION 1 CONTRACT DOCUMENTS 1.DESCRIPTION OF TASK (a)General Scope. Based upon this Scope of Work and the initial existing condition package, the A/E shall prepare, for approval by the VA, Contract Documents and other documents setting forth in detail the requirements for bidding and contracting the Project for construction. (b)VA Standards. The A/E shall use VA Technical Information Library (TIL) for VA Directives, Program Guides, Design Manuals, Master Specifications and other guidance, in preparing the Construction Documents for the project. (1)Code Compliance: Design and Construction Procedures PG-18-3. See Topic 1-Codes, Standards and Executive Orders. (2)Accessibility: Architectural Barriers Act Accessibility Standard (ABAAS) for Federal Facilities. In addition, VA uses the Barrier Free Design Guide, PG-18-13. * However, should the A/E determine that deviation from such standards and specifications is necessary or beneficial to the Government, the A/E shall promptly submit a request in writing to the Contracting Officer for permission to make the deviation. The request shall include an explanation of the specific reasons for the desired change and benefits expected. (c)The A/E shall be responsible for the professional quality and technical accuracy of all of the documents it prepares. If required services under these disciplines shall include, but are not limited to: (1)The A/E shall depict in detail demolition requirements including abatement and shall be responsible for physically identifying all existing systems or elements to be removed and provide temporary support to the existing systems that will remain in operation and/or can be affected during the construction. (2)The A/E shall take into consideration all necessary life safety and infection control measures when designing the demolition and new work phases. Refer to VA Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) requirements in Special Requirements and other information available in (TIL). The A/E shall specifically take into consideration the facility's Pre-Construction Checklist, ILSM, and NEPA checklist from the Safety Office, and the ICRA from Infection Control, that will be provided by the COTR or Project Manager. (3)Architectural and Interior Design Documents setting forth in detail the architectural requirements including complete floor and roof plans, shielding requirements, elevations, sections, details, schedules, material and color selection. (4)Structural Design Documents setting forth in detail the structural construction requirements including all structural plans, elevations, sections; details, schedules, and calculations sizing all columns, beams, slabs and coordinate the work with all other design disciplines, especially the mechanical and architectural disciplines. (5)Mechanical Design Documents setting forth in detail the mechanical construction requirements based on equipment manufacturer requirements and including all mechanical plans, elevations, sections, details, and schedules for heating, ventilating, air conditioning, refrigeration, and plumbing/sanitary engineering. (6)Fire Protection Design Documents setting forth in detail the fire protection construction requirements based on equipment manufacturer requirements and including all plans, elevations, sections, details, and schedules. (7)Electrical Design Documents setting forth in detail the electrical construction requirements based on equipment manufacturer requirements and including all electrical plans, elevations, sections, details, diagrams and schedules showing transformers, vaults, electrical and telephone closets, power distribution systems, auxiliary power systems, switchgear, generator, lighting fixtures, switching power outlets, and signal system. (8)Telecommunication Design Documents setting forth in detail the communication cabling, systems, equipment and accessory requirements based on equipment manufacturer requirements and including all plans, elevations, sections, details, diagrams and schedules. (9)Security Design Documents setting forth in detail the security cabling, systems, equipment and accessory requirements based on equipment manufacturer requirements and including all plans, elevations, sections, details, diagrams and schedules. (10)Sustainable Design & Energy Reduction. The A/E shall take into consideration the sustainability goals outlined in the Federal Mandates and implement the appropriate LEED strategy. Refer to the link below http://www.cfm.va.gov/til/sustain.asp and other information available in (TIL). (11)Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, etc. for each separate building, or phase within the project, as well as all site work. The A/E to provide a Deduct Alternate of 20% as described above. Refer to the link below http://www.cfm.va.gov/cost/. and other information available in (TIL). (12)Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents. Refer to the link below http://www.cfm.va.gov/til/spec.asp.and other information available in (TIL). (13)Commissioning. The A/E shall use and follow the VA Commissioning Process under this link http://www.cfm.va.gov/til/spclRqmts.asp#Cx and other information available in (TIL) as a guide to commissioning work. (d)Project Phasing (CPM). The VA Medical Center in DC is a working facility so minimizing downtime, and provisions for continuation of service during construction work and related outages will be critical to this project. The A/E shall assist the Contracting Officer in coordinating the development of a CPM (Critical Path Method) network for the construction of the project. The CPM network shall provide a phasing schedule which will promote a proper and efficient organization and sequence of construction. The A/E shall, when directed by the Contracting Officer, serve as an advisor to the Contracting Officer on all phasing matters. Construction Documents shall be packaged for bidding and construction in accordance with the CPM network. (e)Quality Assurance/Quality Control (QA/QC). The A/E shall develop, execute and demonstrate that the project drawings and specifications have gone through a rigorous review and coordination effort. A QA/QC letter signed from a senior designer for each discipline, not involved in the design process, should be submitted for each required submission phase. (f)Permits. A/E shall be responsible for obtaining all permits required by regulatory agencies having jurisdiction on federal property, including DOEE if necessary. 2.ADDITIONAL REQUIREMENTS (a)Accuracy of Planning Information. The A/E shall visit the project site to investigate the information shown on the Government-Furnished drawings, record (as-built) drawings and other planning documents which are part of this contract. This information is the best available, but the Government does not guarantee its accuracy or completeness. It is the A/E's responsibility to field verifies the existing conditions. (b)Discrepancies in Planning Information. The A/E shall promptly report to the Contracting Officer in writing any discrepancies between this contract and the planning information provided by the Government. The A/E shall make no adjustments to the work due to the discrepancy before the Contracting Officer has reviewed the matter and forwarded his determination to the A/E. The A/E's failure to report any such discovered discrepancy shall be at its own risk and expense. (c)Reviews. VA review of the A/E's work product shall not be construed by either party to relieve the A/E from its professional responsibility to execute drawings,specifications and other work submissions with due care and in accordance with acceptable professional standards. (d)Bidding Process. The A/E shall assist the Contracting Officer to provide information and answer questions during the bid process and provide information for amendments as may be required. 3. SUBMISSIONS FOR DESIGN REVIEW (a)For each Design Review the A/E shall submit to the Contracting Officer the material described in the applicable booklets listed in Program Guide PG-18-15, http://www.cfm.va.gov/til/aeDesSubReq.asp, Design Submission Instructions, Volume C - Minor and NRM Projects. All prints shall be titled, arranged in numerical order and bound in sets. (b)The VA review time to be ten (10) business days for each submission and resubmission. (c)Minimum Requirements for each submission: (This requirement supersedes the "Distribution of A/E Material" in Program Guide, PG-18-15, Volume C.) 1.First Submission - 35% Design Development a.Drawings1 complete full size 3 half size sets b.Specifications (Outline)2 complete sets c.Calculations1 complete set d.Estimate2 complete sets e.Signed QA/QC Letter1 copy f.CD with Live/PDF files of Drawings, Specs, Calculations, and Estimate.1 complete set 2.Second Submission - 95% Construction Documents a.Drawings1 complete full size, 3 half size sets b.Specifications2 complete sets c.Calculations1 complete sets d.Estimate2 complete sets e.Signed QA/QC Letter1 copy f.CD with Live/PDF files of Drawings, Specs, Calculations, and Estimate.1 complete set 3.Final Submission - 100% final set a.Drawings1 complete full size, 3 half size sets b.Specifications2 complete sets c.Calculations2 complete sets d.Estimate2 complete sets e.Signed QA/QC Letter1 copy f.DVD with PDF files of Drawings, Specs, Calculations, and Estimate. Live files for all documents included. Format of final submission shall be as follows: Specifications: Microsoft Word document format (Microsoft Word 2007 or greater). Drawings: AutoCAD/Revit files. Estimate: Microsoft Excel, or Microsoft Word format (Microsoft word 2007 or greater). SECTION 2 SERVICES DURING THE CONSTRUCTION PERIOD 1.CONSTRUCTION PERIOD RESPONSIBILITIES (a)The Construction Period will commence with the award of the Construction Contract(s) and will terminate with the acceptance of the facility by the VA. The A/E shall provide construction administration services for the duration of the construction period. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. They shall not be the representative of the Contracting Officer on the construction site and shall make no such representation to the Construction Contractor(s) without the specific written approval of the Contracting Officer. The A/E shall have no authority to approve any construction means or methods of work of the Construction Contractor. The A/E shall not be responsible for or have control or charge over the acts or omissions of the COR or Contractor, Sub-contractors, or any of their agents or employees, or any other persons performing any of the work and shall not be responsible for the failure of any of them to carry out the work in accordance with the Construction Documents. (b)The estimated construction period is about 6 months and there will be approximately 6 monthly meetings to be attended by A/E's representative. Attendance at construction project meetings shall be on a monthly basis. The consultant will attend meetings, and provide direction and answer project construction related questions. It is expected all current and past-due RFI questions and submittals will be addressed during these meetings. The consultant will provide solutions in writing and or by sketches as possible during the meeting, or if not possible, within five (5) business days. Physical site visits will coincide with these meetings or for special purposes as requested by the Contracting Officer. A site inspection report which includes the purpose of the inspection, items reviewed, deficiencies observed, recommendations and additional actions required, shall be furnished to the Contracting Officer or his authorized representative within three work days following the site visit date. 2.CONSTRUCTION DOCUMENTS - INTERPRETATION The A/E, when requested, shall assist the Contracting Officer and his COR to interpret the construction documents and shall: (a)recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (b)prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; (c)respond to RFIs. (d)assess the preparation of Construction Contract Modifications initiated by or through the VA to be executed in accordance with the Construction Documents. 3.CONTRACTOR'S COST PROPOSALS The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the COR. The A/E's reply regarding the review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. 4.SHOP DRAWINGS, SUBMITTALS AND RFIs The A/E shall check Government furnished and/or the Construction Contractor's RFIs, shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. He shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E will, through the COR, request the Contractor to submit related components of a system before acting on a single component. Should this procedure be inappropriate, the A/E shall review all prior submittals for related components of the system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. 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. Such responsibility shall be carried out with reasonable promptness as to cause no dely. SECTION 3 POST-CONSTRUCTION SERVICES 1.RECORD DRAWINGS The 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 and Specifications all significant changes and shall submit to the Contracting Officer no later than four (4) weeks after the Substantial Completion (1)one full size hard copy of the corrected us-built set, and a CD with electronic files using the latest version of Word, AutoCAD, or Revit and the PDF electronic version of the corrected as-built set. The revision portion of title block shall be dated and noted "Record Drawings". ALL ELECTRONIC DRAWING FILES AND SPECIFICATION FILES SHALL BE THE PROPERTY OF THE VA UPON COMPLETION OF THE PROJECT. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. This is a request for SF 330's Architect/Engineer Qualifications packages only. LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "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 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 veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (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) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A 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 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 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 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 veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the 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; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any 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. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACORY PERFORMANCE OF REQUIRED SERVICES- Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, Fire Protection Engineer) In addition, provide resumes of other relevant team members such as Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual. Team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE WORK REQUIRED- Provide a detailed a narrative of up to 10 (maximum) relevant projects completed within the last 5 years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; PAST PERFORMANCES ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. - Discuss firms' ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (NE) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner Documentation of the firms' performance issued, on that contract. If no documentation exists, please state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired; ORGANIZATION, MANAGEMENT, AND QUALITY CONTROL- Discussion of the firms' organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms' approach to design and project management. Document the firms' ability to handle projects with multiple end-users and complex requirements. Describe the teams' organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team; Hours of Operations: The contractor is responsible for conducting business, between the hours of 07:30 a.m. and 04:30 p.m. Monday through Friday. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this project. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce. Recognized Holidays: The contractor is not required to perform services on designated Federal Holidays. Federal Holidays for the 2016 calendar year. Type of Contract: The government will award a sealed Bid Firm Fixed Price Contract. Local Security: The contractor and all associated subcontractor employees will comply with applicable station rules and local security policies and procedures provided by the COR. The contractor will also provide all information required for background checks to meet installation access requirements to be accomplished by the station Police or Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by local authorities. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, equipment, and materials shall be secured at a contractor owned location. SAFETY Safety Program: The Contractor's safety program shall fully comply with the provisions of OSHA, local municipality, and directives. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the contract or resulting order. Identification of Contractor Employees: All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as contractors such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. All employees of the contractor need to wear clothes or badges throughout their duty hours to be identified easily as contractors by third parties. THIS IS NOT A REQUEST FOR PROPOSAL. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on June 3, 2016. All submittals must be sent to the attention of Carla G. Maria SAO EAST/V5/VAMC, 50 Irving Street, Building # 6 Contracting Office BH135 Washington D.C. 20422 The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification as a Veteran Owned Small Business. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. This acquisition is open to all firms meeting the qualifications of a SDVOSB under the associated NAICS code as registered in ORCA and SAM and VETBIZ. Eligible and qualified A/E firms are required to submit THREE (3) hard copies and ONE (1) via CD of their entire completed SF Form 330 packages; SF330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 package. All hard copy submissions must be bound in some manner. Information shall be submitted no later than 2:00 local time on June 10, 2016. Packages are limited to 75 pages with minimal pictures. Shortlisted firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. This is a request for SF 330's Architect/Engineer Qualifications packages only. Telephone inquiries will not be honored. No faxed or emailed forms/submissions will be accepted. Mail submissions sent to: Department of Veterans Affairs Medical Center, Attn: Carla. G. Maria, Contracting Officer, SAO East/V5/VAMC, Contracting Office, Bh135, 50 Irving Street N.W. Washington D.C. 20422. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (www.carla.maria@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24516N0086/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-16-N-0086 VA245-16-N-0086.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2740409&FileName=VA245-16-N-0086-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2740409&FileName=VA245-16-N-0086-000.docx

 
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: Department of Veteran affairs Medical Center;50 Irving Street N. W.;Washington DC, 20422
Zip Code: 20422
 
Record
SN04118967-W 20160519/160517234350-3e5a56e1dbf3311204e41aedf2e26492 (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.