Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
DOCUMENT

C -- Multiple-award A/E IDIQ for the VA Pittsburgh Healthcare System (VAPHS) - Attachment

Notice Date
7/28/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24416R0233
 
Response Due
8/29/2016
 
Archive Date
9/1/2016
 
Point of Contact
Jeffrey M Greis
 
E-Mail Address
822-3741<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Architect Engineer Firms for a Multiple Award Indefinite- Delivery/Indefinite-Quantity (IDIQ) Design Contract This announcement is for the selection of a minimum of 3 Architect-Engineer (AE) firms for award of an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Design Contract for the Department of Veterans Affairs, Pittsburgh Healthcare System (VAPHS) consisting of 2 medical centers located at: University Drive Medical CenterHeinz Medical Center University Drive C1010 Delafield Rd. Pittsburgh, PA 15240Pittsburgh, PA 15215 The AE IDIQ contracts may be used for a wide range of design services. The task orders awarded against the IDIQ's will range from simple projects to complex and from well-defined to those requiring full development of design options. Information may be readily available or may require the AE to complete exhaustive investigative services. The nature of the design projects will include, but not limited to, interior renovations and correction of facility or system deficiencies. The AE will be capable of performing all necessary professional architectural and engineering functions required to accomplish assigned projects, with or without direct VA assistance. The AE firm shall include a multi-disciplinary design team capable of providing a variety of professional services. Design services may require architectural, interior design, civil, structural, mechanical, electrical, HVAC, plumbing (MEP), licensed fire protection engineer, and licensed environmental engineer. This contract is being procured in accordance with the Brooks Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. Firms will be selected for subsequent interviews based on demonstrated competence and professional qualifications. This contract is set-aside 100% for Service-Disabled, Veteran-Owned, Small Businesses (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310 (size standard: $7.5M). A firm, fixed-price contract will be awarded for 1 base year and will contain options to extend the contract for 4 additional one-year periods. Total value of the contract shall not exceed (per selected contractor) $10,000,000.00 ($2,000,000/yr.) with a minimum $5,000.00 guaranteed over the life of the contract. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates who will be contacted for an interview. The following evaluation criteria, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. 1. Professional Qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience and related qualifications of the persons that are to be assigned to the design team. The firms should provide information on two or three individuals from each design discipline that are anticipated to be assigned to key positions on the design team and indicate their professional qualifications. The key positions should include Project Mangers, Quality Assurance Manager, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, Environmental Engineers and Interior Designers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2. Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This may include general renovation of medical center space to include architectural changes of walls, ceilings, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, heating, ventilating, air conditioning (HVAC) to include, package units, variable air and constant air volume terminals with reheat, variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkle system, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioning condition. Experience providing drawings in 3D. Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work as stated above. Design of specialty construction may include tuck pointing, asphalt paving, elevators, complete key system, large centrifugal chillers and boiler controls. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. 3. Past Performance on Contracts with Government Agencies (particularly Department of Veterans Affairs) and Private Industry in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules: This factor shall be evaluated based on the information provided by the AE on similar type projects, performance appraisals on file with CPARS/PIPRS and the Department of Veterans Affairs, and contact with personnel listed in the SF 330 regarding past performance as well board members personal knowledge of the firm. Projects submitted or utilized for past performance will be evaluated for currency (within seven years of this announcement) and reviewed for Relevancy. Project will either be rated as relevant or not relevant. 4. Capacity to Accomplish the Work in the Required Time: This factor evaluates the ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the projects in the required time as well as the firm's ability to handle multiple projects at once. 5. Location in General Geographical Area of the Project and Knowledge of the Locality of the Project: This factor evaluates how quickly an AE firm can respond to the James E. Van Zandt VAMC. The personnel identified as the key design team staff are expected to work in the design office identified for evaluation of this factor. 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors to include letter with submission indicating the number of claims filed for errors and omissions within the previous three (3) years prior to the due date of the Standard Form 330's. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in the System for Award Management (SAM). Registration can be accomplished by visiting www.sam.gov. To be considered for this contract Firms shall submit 3 hard copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the NC04 Heinz Acquisitions (90C-A), Attn: Jeff Greis, 1010 Delafield Rd., Pittsburgh, PA 15215. Standard Form 330's must be received no later than 2:00 PM (ET) on August 29, 2016. Inquiries regarding this announcement can be sent to Jeff Greis via email at jeffrey.greis@va.gov. Submissions by electronic means are not permitted. Additionally, the submissions must include an insert detailing the following information placed at the front of the Submission. "Duns & Bradstreet Number "Tax ID Number "The email address of the Primary Point of Contact. "A printed copy of the firm's VetBiz Registry. "A copy of the letter from the Center for Veterans Enterprise (CVE) verifying the firm's status as an SDVOSB. "A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. "A copy of the firm's Pennsylvania State Licensure for the SDVOSB Prime or a statement indicating how the provided drawings will be sealed by a PA licensed Engineer. "A statement indicating what office the AE will utilize as its primary design office. Special Note: An AE firm failing to provide any of the documentation detailed in the Sources Sought Notice may be determined as Non-Responsive and may not be considered. EXHIBIT C - PAST PERFORMANCE QUESTIONNAIRE PACKAGE INFORMATION AND FORMS Instructions to Offerors for sending Reference Questionnaire Forms: Prepare and send a reference questionnaire package for any of the projects listed in Section F of your SF 330. For Government contracts, send to Contracting Officer (CO) or Contracting Officer's Representative (COR). For commercial references send to personnel with duties similar to those for Government contracts. It is your responsibility to follow-up and to encourage your references to send in their questionnaire. If you have multiple references at one location, send one cover letter and questionnaire for each contract you want a reference for. Your questionnaire package should contain the following. Cover Letter (See SAMPLE) (Exhibit C1); Respondent Information Rating Sheets (Exhibit C2) Offeror should put name in spaces indicated and ensure it is on every page for identification purposes; Suggested - pre addressed, stamped envelope to return to the VA Contracting Officer. OFFEROR SHALL PLACE THEIR NAME ON TOP OF EACH QUESTIONNAIRE PAGE!!! OFFEROR IS REQUESTED TO DELETE THESE INSTRUCTIONS BEFORE SENDING OUT QUESTIONAIRES. ? EXHIBIT C1 SAMPLE TRANSMITTAL LETTER AND PAST PERFORMANCE EVALUATION QUESTIONNAIRE (Your Company Letterhead) Date: _________________ To: ______________________________________ _________________________________________ _________________________________________ We have listed your firm as a reference for the work we have performed for you as listed below. Our firm has submitted a proposal under a project advertised by the Department of Veterans Affairs, Pittsburgh Healthcare System (VAPHS), NC04 Acquisitions (90C-A) 1010 Delafield Rd., Pittsburgh PA. In accordance with Federal Acquisition Regulation (FAR), they will evaluate our firm's past performance. Your candid response to the attached questionnaire will assist their evaluation team in this process. We understand that you have a busy schedule but your participation in this evaluation is greatly appreciated. Please complete the enclosed questionnaire as thoroughly as possible. Space is provided for comments. Understand that while the responses to this questionnaire may be released to the offeror, FAR 15.306 (e)(4) prohibits the release of the names of the persons providing the responses. Complete confidentiality will be maintained. Only one response from each office is required. Please send your completed questionnaire to the following address to arrive NOT LATER THAN 2:00 PM (ET) August 26, 2016 Do not return them to our company. Jeff Greis, Contract Specialist NC04 HZ Acquisitions (90C-A) 1010 Delafield Rd. Pittsburgh, PA 15215 Jeffrey.greis@va.gov Send all inquiries to the address and contact information above Please be advised that "E-Mail" is the preferred method of receiving the requested information. Signature and Title Exhibit C2 - RESPONDENT IDENTIFICATION AND RATINGS (Part 1 Contractor submitting Proposal fill-in) Reference is provided for: ____________________________________ Contract Number or Project Title______________________________________________________ Date of Award/Completion Date______________________________________________________ Location_________________________________________________________________________ Dollar Amount____________________________________________________________________ Brief Description of work and your role in the referenced contract:___________________________ ________________________________________________________________________________ (Part 2 Person providing Reference) Reference is provided by: ____________________________ Company/Agency:_________________________________________________________________ Business Address;________________________________________________________________ _______________________________________________________________________________ Telephone Number: _______________________________________________________________ E-Mail Address: __________________________________________________________________ Relationship to Contract: ___________________________________________________________ If information in Part 1 is not accurate please indicate. To obtain an electronic version of the form please contact: jeffrey.greis@va.gov THE QUESTIONNAIRE SHOULD BE SUBMITTED BY THE FOLLOWING MEANS: Return via email to Jeff Greis - HZ VA Medical Center - email: jeffrey.greis@va.gov. Evaluators may also choose to mail the completed evaluation form to: Department of Veterans Affairs, Attention: Jeff Greis, NCO4 Acquisitions (90C-A), 1010 Delafield Rd., Pittsburgh, PA 15215 Mark cover sheet: (Attention: RFP VA244-16-R-0233) "Source Selection Sensitive Information") WHEN COMPLETED THE INFORMATION CONTAINED HEREIN IS "SOURCE SELECTION SENSITIVE" ***** AND IS NOT TO BE RELEASED OUTSIDE GOVERNMENT CHANNELS***** RETURN THIS PAGE WITH QUESTIONAIRE: RATING DESCRIPTIONS: Use the following descriptions as guidance in providing ratings. RATINGDEFINITIONS Exceptional (E)Indicates the contractor's performance record within the area of evaluation Exceeded that required by the contract Very Good (VG)Indicates the contractor's performance record within the area of evaluation Met All contractual requirements Satisfactory (S)Indicates the contractor's performance record within the area of evaluation Met Essentially All contractual requirements Marginal (M)Indicates the contractor's performance record within the area of evaluation Met Some of the contractual requirements; however, changes to the contractor's existing processes may be necessary in order to achieve contract requirements. Unsatisfactory (U)Indicates the contractor's performance record within the area of evaluation Failed to Meet the minimum Government requirements. Unknown or Not Applicable (N/A)The question does not apply. No performance record identifiable within the area of evaluation. Quality- Management and Workmanship: (1)Rate the detail and AE providing support documentation (i.e. support engineering calculations, cost estimates code references, design narratives, life cycle analysis of critical design features) for design documents.EVGSMUNA REMARKS: ____________________________________________________________________________________ (2)Rate the adequacy of Submittals. Were drawings / specification submittals well researched and did they clearly identify all proposed items in the scope of work or contract requirements?EVGSMUNA REMARKS: ____________________________________________________________________________________ (3)Rate the thoroughness and accuracy of the AE when inspection existing conditions or local conditions. Did the Ae provide seasoned staff that were experienced enough to recognize important existing conditions that would affect the design (i.e. cost, feasibility, construction schedule). Did the AE team make comprehensive site visits to ascertain existing conditions? EVGSMUNA REMARKS: ____________________________________________________________________________________ Timeliness and adherence to submittal schedule: (4) Rate how well the AE Firm met the timeliness in completing and forwarding each submittal for your review / approval. EVGSMUNA REMARKS: ____________________________________________________________________________________ (8) How well did the AE Firm provide timely notices of design delays/schedule revisions and reasons for the delays?EVGSMUNA REMARKS: ____________________________________________________________________________________ (9) Rate the responsiveness and timeliness of the AE to construction RFI's, submittal reviews, change order documentation / reviews and other time-sensitive Construction administration duties. Did the AE typically expedite request for information that impacted the critical path of the construction schedule? EVGSMUNA REMARKS: ____________________________________________________________________________________ Offeror's Specification Compliance, business practices/Customer Relationship and Ability to Perform (10) Did the AE Firm provide adequate, competent and qualified management, key personnel and technical personnel capable of meeting contract requirements throughout the performance period of the contract? EVGSMUNA REMARKS: _________________________________________________________________________________ (11) How well did the AE Firm work independent of your guidance, oversight and assistance?EVGSMUNA REMARKS: ____________________________________________________________________________________ (12) Did the AE Firm maintain a good relationship with your firm / agency and Technical / project mgt. personnel during both the design phase and the construction period services phase?EVGSMUNA REMARKS: ____________________________________________________________________________________ (13) How effective was the AE firm in meeting Cost/Price performance targets and controlling costs (i.e. changes, etc.)? Did they provide alternate design suggestions to meet the project funding limits? EVGSMUNA REMARKS: ____________________________________________________________________________________ (14) Were the AE's subcontractors adequately managed and coordinated? Explain any subcontracting issues (positive or negative) that impacted the performance of your contract(s). EVGSMUNA REMARKS: ____________________________________________________________________________________ (15) How flexible, cooperative, and reasonable was the AE firm in meeting mission requirements, particularly when faced with short-notice mission changes? EVGSMUNA REMARKS: ____________________________________________________________________________________ (16) How timely and effective were the AE Firm's responses to and resolution of Technical problems? Did the Project Manager have sufficient authority to make decisions or take actions during project design and construction period services? ( ) yes ( ) noEVGSMUNA REMARKS: ____________________________________________________________________________________ (17) How effective was the offeror's design documents, oversight, project management, design staff / sub-contractor(s)? EVGSMUNA REMARKS: ____________________________________________________________________________________ (18) Was the Project Manager consistently involved and available during the entire design phase and construction period services portion of the contract? EVGSMUNA REMARKS: ____________________________________________________________________________________ (19) Did the AE Firm demonstrate the ability to execute multiple projects at the same time without design delays?EVGSMUNA REMARKS: ____________________________________________________________________________________ Overall Customer Satisfaction: (20) How would you rate the AE Firm's overall performance? Given the opportunity, would you select this offeror again? (Y____N____)EVGSMUNA REMARKS: (21) What were the AE Firm's top documented strengths, if any, in performing the contract requirements? REMARKS: ____________________________________________________________________________________ (22) What were the AE Firm's top documented weaknesses, if any, in performing the contract requirements? REMARKS: ____________________________________________________________________________________ (23) Please Provide Any Additional Information You Feel Is Important Not Covered Elsewhere: REMARKS: ____________________________________________________________________________________ Thank you for your remarks. Be sure to return to the Contracting Agency and not to the Contractor you are providing a reference for. OFFEROR NAME___________________________ Respondent Signature _______________________________ Date Completed:______________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24416R0233/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-16-R-0233 VA244-16-R-0233_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904604&FileName=VA244-16-R-0233-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2904604&FileName=VA244-16-R-0233-001.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: VA NCO4 Acquisitions (90C-A);VA Medical Centers 1) Heinz and 2) University Dr.;1010 Delafield Rd.;Pittsburgh, PA
Zip Code: 15215
 
Record
SN04200538-W 20160730/160728235501-a52ac6f8cd4ed1abd5a9c6c1c02d9aea (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.