Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
DOCUMENT

C -- Architect and Engineering Services Indefinite Delivery Indefinite Quantity Multiple Award Contracts for the CFM Central Region - Attachment

Notice Date
5/19/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4D);3001 Green Bay Road;North Chicago, IL 60064
 
ZIP Code
60064
 
Solicitation Number
VA10116R0042
 
Response Due
6/3/2016
 
Archive Date
9/1/2016
 
Point of Contact
Lara Lutz
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment to VA101F-16-R-0042 The purpose of this amendment is to provide RFI responses 34 -43 and incorporate the RFI responses into the procurement. VA101-16-R-0042 RFI RESPONSES 34 - 43 RFI NUMBERRFIRESPONSE 34With regard to the Project Information / Statement of Work (paragraph #2), it begins with a list of items that CFM provides to support its customers (e.g., Design programs; Schematic Design; ¦ Commercial office building design, commercial interior space planning, ¦ etc), then it lists the types of projects to expect (bulleted items beginning with facilities demolition, repairs, etc.), and then states that the contracts may be for "all types of new and existing facilities including ¦ community-based outpatient clinics, administrative/office buildings ¦ etc). My guess is that the projects we select as examples for the Task Groups should be related to this first list of project items. For example, if we give an example in Task Group 1 of Energy Analysis, we will do well to make sure the project to represent that aspect of Task Group 1 is a clinic, a medical research facilities, or the like. Is that correct?The first paragraph of Section 2. Project Information/Statement of work states: "CFM supports its customers with services and products including (but not exclusively) ¦" Submit examples of similar work for each of the Task Groups 1 - 4 that your firm may have. The paragraph below the bulleted items states, "Additionally, there may be contracts for all types of new and existing facilities, including but not limited to ¦" The paragraph provides a list of potential facilities. Firms should submit examples for each of the Task Groups 1 - 4 that your firm has completed. 35With regard to the Selection Criteria (paragraph #3), my reading of paragraph 3.b. appears to request that the examples we provide under each Task Group also needs to include the team members who worked with us on that project; however, the only team members we mention should be the ones on this particular team for submission. In other words, if we worked with Company WWW on a project, but that company is not on the team for this submission, we won't mention them. Is that correct?As Paragraph 3. Selection Criteria, states: "Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement." 36Should we be asking for Task Group projects from team members we haven't necessarily worked with in the past? As an example, one of our team member has offices in a number of locations, including Chicago and St. Louis and Des Moines. We've worked with people from the Des Moines office, but we've not worked with people from the Chicago or St. Louis offices. Should every team member be supplying project examples under the Task Groups, or are you looking for projects only from the Prime with a mention of which current team firms were also on that project?As Paragraph 3. Selection Criteria, states: "Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement." 37With regard to Past Performance (paragraph #3. II.) and the tabular listing of excellent performance ratings and letters of recommendation, Would these be aggregate Excellent performance ratings (as on Past Performance Questionnaires), or is it that rating within a group of evaluation criteria (as on a CPARs) report? We recently learned that on many CPARs evaluations from VA projects reviewers opted to select "Satisfactory" because any higher rating would require writing a justification. Will CPARs evaluations be weighed differently than, for example, a PPQ or a letter of recommendation? Excellent Past Performance ratings may be from Past Performance Questionnaires or CPARS. CPARS has the following ratings: Exceptional, Very Good, Satisfactory, Marginal, and Satisfactory. CPARS evaluations will not be weighed differently. 38We are planning to submit as the prime for the A/E IDIQ for CFM Central Region. We have also been asked to join other teams as a subconsultant. Is this acceptable or is there any reason we should not be on another firms' team when it comes time to making an award?It is firm's business decision on team composition when proposing for this procurement. 39This solicitation specifically calls for an "environmental science" degree, however that specific degree title was not used/available until more recently. Instead, the more senior staff that we would normally use for a solicitation like this have degrees in 'geology' or a related field. Do you think that discrepancy will be okay? We've started seeing this more often in environmental engineering role requirements.Environmental engineering or an engineering degree with emphasis on environmental studies. Appendix 1, #11 Environmental Engineer(s) is changed to read, "11. Environmental Engineer(s) - Shall be an environmental engineer with experience in industrial facilities and hazardous waste. Shall have a Bachelor's Degree in environmental engineering, or an engineering degree with emphasis on environmental studies. Shall have a working knowledge of OSHA, RCRA and CERCLA and the National Emission Standards for Hazardous Air pollutants, National Environmental Policy Act regulations (NEPA), Federal Water Pollution Control Act, and National Pollutant Discharge Elimination System (NPDES), pollution standards for, soil, waste, lead and asbestos sampling." 40The current STANDARD FORM 330 (REV. 3/2013) that I downloaded from the GSA's website today (see attached) has a ½" top margin, 3/8" side margins, a ¾" bottom margin. Do you want us to redesign the form to meet the 1" margins? Or can we use the existing margins from the existing form? Please use the existing margins on the SF330. 41May we add color to personalize the forms? This is permissible. 42In your recent Modification to a Previous Notice for the subject solicitation, you request the margins for the SF 330 be set to 1 inch. Are you requiring all submitters to modify the published SF 330 PDF form (attached) from a ½" margin to a 1" margin? Would you consider waiving the 1" requirement for this submittal?Please use the existing margins on the SF330. 43My A/E team is considering submitting our SF330 package for the A/E IDIQ for the CFM Central Region. Currently all of our A/E team members are not licensed in all of the 21 states listed in the solicitation. Getting this accomplished will take some time, effort, and expense. We have been doing work for the VA in Indiana and Michigan for the past 4 years, and I know that we have to be licensed in each state in order to do the work on each Task Order. Is this the same for the CFM Central Region IDIQ? If so, can we submit our SF330 and work on getting reciprocity for each state as needed - if awarded a contract?Team members will need to be licensed in each state by contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10116R0042/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-16-R-0042 VA101-16-R-0042_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2743676&FileName=VA101-16-R-0042-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2743676&FileName=VA101-16-R-0042-002.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: Central Region Area of Responsibility.See map;attached to original pre-solicitation notice.
Zip Code: 60064
 
Record
SN04123539-W 20160521/160519235150-f2387b687a3317b6252cbdaaa597c66c (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.