Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
DOCUMENT

C -- Replace Roofs & Facades, Phase 1 632-16-4-2357-0037 - Attachment

Notice Date
6/30/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316N0735
 
Response Due
7/30/2016
 
Archive Date
9/28/2016
 
Point of Contact
Damy Humphreys
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
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 is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 632-16-103 Repair Roof and Facades Phase I at the Northport VAMC 79 Middleville Rd. Northport, NY 11768. This procurement is restricted to Veteran Owned Small Business (VOSB) firms under the NAICS code 541310 - Architectural Services (as evidenced by their SAM registration). To be considered, the PRIME must be an architectural firm. 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 $1,000,000.00 and $5,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 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 852.219-1(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 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). LOCATION This Project will renovate the Roof and Facades at the Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768. SCOPE OF SERVICE REQUIRED The Architectural/ Engineering (A/E) Firm is to provide all necessary preliminary surveys, design & fabrication drawings, specifications, cost estimates, construction period services and site visits during design and construction phases necessary to renovate and complete modifications to the roofs, fascia, soffits, gutters, leaders, masonry facades and underground collection systems, including regrading around foundations at Buildings 61 and 62 located at the Northport VA Medical Center, 79 Middleville Rd., Northport, NY. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). Technical disciplines include but are not limited to site development, architectural, sanitary, asbestos abatement, critical path method and estimating. All approvals from regulatory agencies and completed works shall be included. PROJECT NO. 632-16-103, REPLACE ROOFS AND REPAIR FACADES, PHASE 1. This Project will replace roofs and repair masonry facades at Bldg. Nos. 61 and 62 at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. The Project will also replace fascia and soffits; gutters and leaders; and underground collection systems at these buildings and will regrade around foundations. Technical disciplines include but are not limited to site development, architectural, sanitary, asbestos abatement, critical path method, and estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). I. SCHEMATICS General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B. II. DESIGN DEVELOPMENT DOCUMENTS General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B. Services under this phase shall include, but not be limited to the following: (1) Site Design; (2) Architectural Design including facility floor and roof plans, sections, elevations, preliminary selection of building systems and materials, development of dimensions, net program areas, gross areas and facility volumes; (3) Structural Design including materials and structural systems; (4) Mechanical and Electrical Design including heating, ventilating, air conditioning, refrigeration, plumbing, fire protection, and electrical design with economic and energy analyses and all critical systems; (5) Transport systems including recommendations for type, cost and location of all transport modes and terminals; (6) Space Planning; (7) Cost Estimate(s); (8) Energy Impact Studies; (9) Phasing Plans for Construction including making recommendations concerning construction contract arrangements and scheduling that will be advantageous to VA in terms of cost and timing; and (10) Presentations and Review Submissions. III. CONSTRUCTION DOCUMENTS (a) General Scope. Based upon the approved Schematics and Design Development Documents, equipment layouts, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of the Project and as further described in Supplement B. Services under this phase shall include: (1) Site Design Documents setting forth in detail the site construction requirements; (2) Architectural Design Documents setting forth in detail the architectural construction requirements including complete floor and roof plans, elevations, sections, details, schedules, material and color selection, discipline coordination and fire safety systems and controls; (3) 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 coordinating the work with all other design disciplines; (4) Mechanical Design Documents setting forth in detail the mechanical construction requirements including all mechanical plans, elevations, sections, details, and schedules for heating, ventilating, air conditioning, refrigeration, plumbing, and fire protection; (5) Electrical Design Documents setting forth in detail the electrical construction requirements 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; (6) Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, taxes, etc.; (7) 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; and (8) Presentations and Review Submissions. (b) Project Phasing (CPM). 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. IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he determines are required for the proper design of the Project. V. PROJECT INDUSTRIAL HYGIENIST 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 IH consultant shall have qualifications as further described in Supplement B. The IH consultant shall provide to the A/E all services as further described in Supplement B. 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 A/E shall be responsible for providing all design documents for 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. VI. BID ALTERNATES Throughout the design phases, the A/E shall identify alternatives for a minimum of 10 percent of construction costs that can be taken as potential bid deducts in the event construction bids received are higher than anticipated. The alternates shall 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. VII. SERVICES DURING BIDDING PERIOD The A/E shall provide all services required for advertising for and securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. VIII. SERVICES DURING THE CONSTRUCTION PERIOD The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer 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. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his 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. The A/E shall check Government furnished and/or the Construction Contractor's 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. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. IX. POST-CONSTRUCTION SERVICES For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. 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 significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. LOCATION The A/E must have the means to provide the required services at the Castle Point VA Medical Center. XI. CONTRACT SECURITY This contract involves VA sensitive information. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ? ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEMDATE Receive Notice to Proceed (NTP)TBD Submit authorization request for site survey and/or subsurface exploration7 calendar days from NTP Deliver 65% Preliminary Design28 calendar days from NTP Review 65% Preliminary Design 49 calendar days from NTP Deliver 100% Preliminary Design63 calendar days from NTP Review 100% Preliminary Design84 calendar days from NTP Deliver 20% of Working Drawings112 calendar days from NTP Review 20% of Working Drawings133 calendar days from NTP Deliver 35% of Working Drawings147 calendar days from NTP Review 35% of Working Drawings168 calendar days from NTP Deliver 75% of Working Drawings224 calendar days from NTP Review 75% Working Drawings 245 calendar days from NTP Deliver 100% Working Drawings 259 calendar days from NTP Review 100% Working Drawings 280 calendar days from NTP Deliver Final Bid Documents to Contracting Officer294 calendar days from NTP Construction CompletionTBD (a)The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of: RequiredCriteriaWeighting XProfessional qualifications necessary for satisfactory performance of required services15% XSpecialized 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 15% XCapacity to accomplish the work in the required time10% XPast performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules15% XLocation 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 project10% XReputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness10% XRecord of significant claims against the firm because of improper or incomplete architectural and engineering services10% XSpecific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team15% Total100% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. (1)PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY 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, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the 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; (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials." (3)CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. i.List current projects with a design fee of greater than $20,000 being designed in the firms' office. ii.Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; iii.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: VISN3 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). i.Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. ii.Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. iii.Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: i.Submit a minimal of three (3) references; any of the following evaluations are acceptable: a.A-E Contractor Appraisal Support System (ACASS), b.Contractor Performance Assessment Report System (CPARS), or c.Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii.If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. iii.A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference's request, questionnaires may be submitted directly to the Government point of contact, Network Contracting Office Attn: Dany Humphreys, via email at Dany.Humphreys2@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document (5)LOCATION i.This factor evaluates the distance the AE firm's active design production office or offices lies from the location of work. Please provide the address(es) and distance of your closest office to the address listed below: Northport VAMC 79 Middleville Rd Northport, NY 11768 ii.This distance is determined according to http://maps.google.com/ (6)ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. 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. 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 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 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. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business Firms are required to submit two (3) 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 June 16, 2016 including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Network Contracting Office, 2094 Albany Post Road Mail Box #29-2, Montrose, NY 12548 or Dany.Humphreys2@va.gov 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. 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 to Dany.Humphreys2@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. ? ATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm's Section F of the SF 330, which will best illustrate proposed team's qualifications for this contract. Additional space or blank sheets may be added to answer any question. Transmittal letter to accompany Past Performance Questionnaire FROM:[Insert Company Official Name, Title, and Company Name] SUBJECT:Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to Northport VAMC's request for SF 330, Architect-Engineer Qualifications for the "Repair Roof and Facades Phase I". This Request for SF 330's requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to Northport VAMC relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by May 16, 2016 directly to the VISN 3/Network Contracting Office (NCO) Contracting Officer. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. Dany Humphreys 2094 Albany Post Road Building 29 Room 313 Montrose, NY 12548 Email: Dany.Humphreys2@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 3 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title]? A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________ __________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms' Responsibilities:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the Prime Contractor Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm:Other (Please describe) __________________ B. EVALUATOR INFORMATION: Evaluator's Company or Agency Name: ____________________________ Evaluator's Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone : __________________________ __________________________ E-mail: ______________________________ __________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D)TO: Dany Humphreys 2094 Albany Post Road Building 29 Room 313 Montrose, NY 12548 Email: Dany.Humphreys2@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E's performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company's expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company's expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective.-Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions.-Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor's corrective actions appear ineffective or were ineffective.-Not applicable or rater has not observed performance in this area. ? A-E FIRM'S NAME: _______________ PROJECT NAME: _______________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an "X" in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATEDExceptional (5)Very Good (4)Satisfactory (3)Marginal (2)Unsatisfactory (1)N/A Design Services: 1.Overall skill level and technical competence of A/E's personnel. 2.A/E's ability to identify and resolve design issues expeditiously. 3.A/E's responsiveness to design review questions. 4.A/E's ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5.A/E's effectiveness and responsiveness in interfacing with the Client's staff 6.Overall accuracy, completeness and coordination of final design documents. (Quality) 7.A/E's ability to provide detailed, accurate cost estimates. 8.A/E's ability to meet contract schedule. Follow-On Construction Support Services: 9.Thoroughness and timely review of construction submittals. 10.Timely resolution of construction design issues. 11.Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12.Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13.A/E's ability and understanding of the overall LEED process. BIM (If Applicable): 14.Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15.A/E's ability and understanding of the overall BIM process. Owner's Representative on Design/Build Projects (If Applicable): 16.Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17.A/E's ability, thoroughness, timeliness and support as Owner's Representative throughout the project. Overall: 18.How would you rate the A/E's ability to control cost? 19.How would you rate the A/E's overall management performance on this contract? 20.How would you rate the A/E's overall technical/quality performance on this contract? 21.Would you use this A/E again? (If "No", please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project:_______________ Increased Project Cost Due to A/E Design Errors & Omissions:_______________ CONTRACTOR'S NAME: ___________________ PROJECT NAME __________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) ItemCOMMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0735/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-N-0735 VA243-16-N-0735.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2842024&FileName=VA243-16-N-0735-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2842024&FileName=VA243-16-N-0735-000.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 Veterans Affairs;Northport VAMC;79 Middleville Rd;Northport, NY 11768
Zip Code: 11768
 
Record
SN04169163-W 20160702/160701000730-e89e536132d3f09652ee19bab5d77120 (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.