Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
DOCUMENT

C -- REPLACE EMERGENCY GENERATOR SYSTEMS UPTOWN PROJECT 509-16-105 - Attachment

Notice Date
1/23/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24717R0147
 
Response Due
2/23/2017
 
Archive Date
4/24/2017
 
Point of Contact
CASSAUNDRA D. MULLIGAN
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
17 509-16-105 Replace Emergency Generator Systems Uptown Charlie Norwood VAMC, Augusta, GA Design Performance Work Statement I. OVERVIEW: Contractor shall design a project to Upgrade Emergency Generator System at the Uptown Division of the Charlie Norwood VAMC. The scope of work will include load analysis on the existing emergency generators. The project shall replace the current emergency generator systems in Buildings 110, 79, and 82. Work shall include, but not limited to system capable of carrying existing boiler, at least one 1200 ton chiller, and all other pumps and functionalities of Energy Plant; as well as all life sustaining functions of the main hospital (Bldg. 110) System shall have a METASYS compatible monitoring system with remote start, switch gear, and associated transfer capabilities. System shall also include dual fuel capabilities (natural gas/diesel) with micro turbines. The detailed project designs should begin with an on site physical survey of the proposed construction location. All designs shall incorporate the necessary electrical, mechanical, structural and architectural components necessary to provide for a complete and functional area. Designs shall be in accordance with all applicable requirements of NFPA, EPA, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Standard Details, VA Construction Standards, VA Space Planning Criteria H 08 9 and applicable local, state and federal regulations. Existing as built drawings will be made available to the A/E; however, their accuracy is not guaranteed shall be verified by the A/E as part of investigative services. II. The A/E will be required to perform all necessary site survey work such as verification of as built drawings, and verifying and analyzing of existing utility systems. The following investigative work shall be included within the scope of each project: A. Provide all architectural, electrical, mechanical, and structural investigative work for application for each project. Existing conditions must be field verified to insure the accuracy of the A/E designs. B. Verify VA furnished as built drawings to insure A/E design is accurate. It is the A/E's responsibility to determine existing conditions and to base the design on this information. Also, the A/E shall review all existing drawings and determine those required to be used for each project, to insure no design deficiencies. C. Materials to be furnished to the A/E by the VA The following items shall be furnished to the A/E upon request: 1. Single prints of the station utility drawings and building floor plans. Note Additional copies will be the responsibility of the A/E. The accuracy of these drawings is not guaranteed and shall be used only for general information. Actual conditions must by field verified by the A/E. The A/E will review existing drawings on file and determine what copies will be needed on a per project basis. 2. Construction specifications and design related information are available on-line at the following website: http://vaww.va.gov/facmgt/. A/E may be provided with specific specification sections which have been modified for our Medical Center. 3. Guidelines for identifying project drawing titles and numbers: a. Fonts: A/E shall use the AutoCad "ROMAND" (or similar) style font for all text used on the construction documents. b. Text Size: Text size shall be 1' 0" height minimum at 1/8" scale, or 6" height at 1/4" scale. d. Layering: VA Form 08 6231 30" X 42" drawing sheet containing VA title block or AutoCad VA Form 08 6231. III. Submissions of Documents The following specifies the documents, etc., required to be submitted by the A/E to the Contracting Officer, for each scheduled review. Working Drawings 1. a. The A/E will also be required to make a formal presentation in person at the 35%, 50%, 95%, and 100% review. b. The A/E shall take written minutes of all design reviews, pre construction meetings, site visits, etc., and provide them to the VA Contracting Officer within two (2) work days. c. The A/E shall determine a construction time schedule and establish a construction phasing schedule. This schedule will be determined by the A/E after he interviews the staff personnel in the affected areas. This will involve investigating which areas may be required construction outside of normal duty hours and so include in the specifications. d. The overall design shall include all calculations, drawings and specifications in conformance with recognized standards including but not limited to ASHRAE, NEC, UL, NFPA, JCAHO, the VA Construction Standards and other references indicated in paragraph I. The most stringent standards shall be utilized. e. In each submission, the A/E shall incorporate all material specified and all revisions according to comments made by either the Medical Center, Regional Safety and Fire Protection Engineer or VA Central Office where applicable. f. All contract drawings will be developed in accordance with the requirements of VA Construction Standards, CD 4, Symbol Identification of Block Plans, Preliminary Drawings and Working Drawings, CD 5, Block Plan, Preliminary Drawings and Working Drawings Requirements, and CD 30, Standards and Codes. Additionally, all original architectural, electrical, plumbing and HVAC drawings and as built drawings shall be in AutoCad 2012 format (or later). Drawings and specifications shall be provided on compact disk. Specifications are to be in Microsoft Word doc format. Data CD s shall be properly labeled with project number and title and specification section numbers. Electronic files shall be provided with the final review submission and revised & resubmitted as required to reflect any additional changes. 2. 35% Review / First Review Three (3) sets of specifications, outlines, drawings and cost estimates. a. Submittal Letter: A/E shall provide a submittal letter addressed to the Contracting Officer listing documents submitted for the 35% review. b. Specifications: A/E shall provide a set of project specifications including "General Requirements. c. Drawings: A/E shall provide a full set of project drawings showing the basic plan for each discipline involved. This shall include: 1) A title sheet with drawing index and department index for all drawings. 2) Measured drawings of existing systems and facilities to be demolished or retained. 3) Detailed layout of proposed construction site plans, finishes, utilities, etc. See Attachment A for more detailed information. 4) Some details of each discipline involved shall be indicated. d. Cost Estimate: A/E shall provide a preliminary detailed cost estimate in accordance with paragraph 5d of this section. e. Certified Industrial Hygienist's preliminary report three (2) copies (as applicable). f. This submission will be reviewed and one (1) copy returned to the A/E. This design will be reviewed for functional purposes only. Technical accuracy and details will be the responsibility of the A/E firm. g. All projects shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective.   Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. h. A/E shall provide preliminary WBS of deliverables. i. A/E shall provide a narrative on phasing requirements to include critical path. j. This submission will be reviewed and a review meeting held with the consultant within 10 working days. 3. 50% Review Three (3) sets of specifications, outlines, drawings and cost estimates. a. Submittal Letter: A/E shall provide a submittal letter addressed to the Contracting Officer listing documents submitted for the 50% review. b. Specifications: A/E shall provide a set of "marked up" (edited) project specifications including "General Requirements", reflecting 35% review. c. Drawings: A/E shall provide a full set of project drawings showing the basic plan for each discipline involved. This shall include: 1) A title sheet with drawing index and department index for all drawings. 2) Measured drawings of existing systems and facilities to be demolished or retained. 3) Detailed layout of proposed construction site plans, finishes, utilities, etc. See Attachment A for more detailed information. 4) Some details of each discipline involved shall be indicated. d. Cost Estimate: A/E shall provide a preliminary detailed cost estimate in accordance with paragraph 5d of this section. e. This submission will be reviewed and one (1) copy returned to the A/E. This design will be reviewed for functional purposes only. Technical accuracy and details will be the responsibility of the A/E firm. g. All projects shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective.   Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. h. This submission will be reviewed and a review meeting held with the consultant within 10 working days. 4. 95% Review Three (3) sets of specifications, outlines, drawings and cost estimates. a. Submittal Letter: A/E shall provide a submittal letter addressed to the Contracting Officer listing documents submitted for the 95% review. b. Specifications: A/E shall provide a set of "marked up" (edited) project specifications including "General Requirements", reflecting 50% review. c. Drawings: A/E shall provide a full set of project drawings showing the basic plan for each discipline involved. This shall include: 1) A title sheet with drawing index and department index for all drawings. 2) Measured drawings of existing systems and facilities to be demolished or retained. 3) Detailed layout of proposed construction site plans, finishes, utilities, etc. See Attachment A for more detailed information. 4) Some details of each discipline involved shall be indicated. d. Cost Estimate: A/E shall provide a preliminary detailed cost estimate in accordance with paragraph 5d of this section. e. This submission will be reviewed and one (1) copy returned to the A/E. This design will be reviewed for functional purposes only. Technical accuracy and details will be the responsibility of the A/E firm. g. All projects shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective.   Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. h. This submission will be reviewed and a review meeting held with the consultant within 10 working days. 5. 100% Review / Second Review Three (3) sets of specifications, drawings and cost estimate. a. Submittal Letter: A/E shall provide a submittal letter stating that the changes and corrections noted on the previous review have been evaluated and incorporated in the documents submitted for the 100% review. Submittal letter must list all documents included. b. Specifications: A/E shall provide specifications complete in accordance with previous review requirements with all review comments accounted for and ready for use as final contract documents. Specifications shall include scope of work and phasing schedule requirements assembled with the general construction sections. Each section shall have a detailed index. c. Drawings: A/E shall provide Three (3) sets of project drawings showing the basic plan for each discipline involved. This shall include: 1) All drawings developed for the previous reviews shall be detailed showing all utilities, services and sizes as well as other required construction details. See Attachment B for more detailed information. 2) Show complete all room titles, room numbers, sizes, door schedules, finish schedules, elevations, legends and other scheduled information. 3) Also, show complete detail notes, equipment schedules, sections and locations. d. Cost Estimate: A/E shall provide a revised detailed cost estimate and insure that the following items are included: 1) Certification that the quantities have been checked and found to be correct. 2) All estimates shall be based on the most up to date working drawings available and shall be current as of the date of submission. 3) Materials are priced at the Contractor's buying level. Sales, taxes, when applicable, will be added into material costs. 4) Cost totals should reflect labor and materials separately and should be formatted as follows: Totals labor and materials for all branches of work. Overhead and Profit a nominal percentage to reflect variations of trades, project size, completion schedule, etc. Total Projected Project Cost e. This submission will be reviewed and one (1) copy returned to the A/E. This design will be reviewed for functional purposes only. Technical accuracy and detail will be the responsibility of the A/E firm. As built conditions and full verification are the total responsibility of the A/E. Therefore, change orders are not expected during construction due to design deficiency or negligence. It is the A/E ' s responsibility to accurately determine existing conditions and to insure that the design is based upon correct data and insure no design deficiencies. g. All projects shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective.   Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. h. A/E shall provide WBS of deliverables. i. A/E shall provide a narrative on phasing requirements to include critical path. j. This submission will be reviewed and a review meeting held with the consultant within 10 working days. 4. Final Review Submission After completion of all the 100% review comments and corrections, the final contract documents shall be prepared and shall include: a. Submittal Letter: A/E shall provide a submittal letter stating that the changes and corrections noted on the previous review have all been evaluated and incorporated in the documents submitted for the final submission. These documents shall be listed. b. Certification: At the final review, the A/E will present the completed drawings, each of which will bear the professional registration stamp of the registered professional Architect or Engineer responsible for the design. An Architect's stamp (seal) must be applied to architectural drawings and an Engineer's stamp to engineering drawings. After the drawings and specifications have been reviewed by Engineering, the Contracting Officer will issue the project for bid or negotiation. If major discrepancies exist in the drawings, the VA s technical approval will be suspended until the A/E has corrected these contract documents. c. Technical accuracy shall be the A/E's responsibility. d. Provide complete sets of contract bid documents as directed for bidding or negotiation of each project (number of sets will be determined prior to A/E fee negotiation for each project) e. One (1) set of reproducible drawings. f. All original design documents shall be provided to the Contracting Officer in AutoCad format per the requirements of paragraph III.1.f. g. A final set of design calculations (where applicable). h. Included in Specification Section 01340 "Samples and Shop Drawings is a list by specification and paragraph of all submittals required to be made under this project; however this list may not be all inclusive for any given project. IV. Construction Period Service Requirements A. Review of Submittals: A/E shall review all material submittals, shop drawings and test reports (if required), etc. Reviews shall be completed and submittals returned to the Contracting Officer within 14 calendar days. B. Review Analysis of Change Orders and Costs: A/E shall provide prompt response when contacted by the Contracting Officer to review and provide analysis of change orders and costs within 5 work days. C. Site Visits: A/E shall provide a negotiated number of site visits including the final inspection when requested by the Contracting Officer. (Include price for additional site visits should they be desired by the Chief Engineer). The A/E will also make a written inspection report within two (2) work days after each site inspection including the final inspection punch list. Also, the A/E will be required to attend the pre bid conference and pre construction conference and provide minutes within two (2) work days. D. "As Built" Drawings Requirements: A/E shall provide a complete set of reproducible drawings showing actual completed construction and reflecting any changes incorporated in the work. Additionally, all architectural, electrical structural, plumbing and HVAC as built drawings will in AutoCad 2012 or later. Data shall be stored on CD s. A/E shall include a requirement in the specification for the Contractor to provide "marked up" prints to the A/E showing actual construction and any changes which occurred during construction. These shall be verified by the A/E. The A/E shall update drawings in accordance with the following: UPDATING REQUIREMENTS FOR "AS BUILT" DRAWINGS 1. All work shall be performed in AutoCad 2012 or later. 2. Drawings shall have uniform line thickness and quality such that new work and/or modified work are clearly delineated from background floor plans, etc. 3. All updating work shall consist of the same quality as on as built drawings as shown on construction documents. 4. The A/E shall replace all information on as built drawings that was erased to accomplish changes and not part of updating work. 5. Dimensions shall be shown on as built drawings, and changes shall be drawn to scale. 6. All work shall meet the complete approval of the Contracting Officer. 7. Architectural Plans a. All wall lines shall be indicated. b. All door swings shall be indicated. c. All titles shall be placed on drawings. d. All room numbers shall be placed on drawings. 8. Plumbing, Electrical, Mechanical and Structural a. All lines, fixtures, etc., shall consist of the same quality and characteristics as existing on the as built drawings. b. Door swings and room titles shall be shown and room numbers are required. c. Circuit numbers, panel locations, etc., shall be placed on drawings. d. All structural elements shall be shown on record drawings. Any changes of/to structural elements shall be clearly marked and designated. e. Non typical heights for electrical outlets, fixtures, etc, shall be noted on construction documents. V. Complete project schedule in which the dates need to be strictly adhered to: a. 35% review documents typically 30 calendar days after receipt of notice to proceed unless otherwise agreed upon. Review meeting with VA Medical Center will be scheduled approximately 14 days after delivery of review documents to the VA. b. 50% review documents typically 30 days after 35% review meeting. Review meeting with VA Medical Center will be scheduled approximately 14 days after delivery of review documents to the VA unless otherwise agreed upon. c. 95% review documents typically 30 days after 50% review meeting. Review meeting with VA Medical Center will be scheduled approximately 14 days after delivery of review documents to the VA unless otherwise agreed upon. d. 100% review documents typically 15 days after 95% review meeting. Review meeting with VA Medical Center will be scheduled approximately 14 days after delivery of review documents to the VA unless otherwise agreed upon. e. Final submission 10 days after 100% review meeting with VA. All interested firms who have experience in this type of Architect/Engineer Design Service may submit four (4) hard copies of the SF-30 form which can be found at the following website: http://www.gsa.gov to Cassaundra Mulligan, Contracting Officer, 109 Bee Street, Charleston, SC 29401-5799 no later than 4:00 PM EST on February 23, 2017. Two (2) CDs, which contain the SF 330s, are also required. This requirement is issued as a Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS Code is 541310, and the SBA size standard is $7.5 Million. All Work shall comply with the current VA Master Specifications and Standard Details. In order to be considered for an award, the A/E must be registered in SAMS at https://www.sam.gov. SF 330 Supplemental Information Architect Evaluation Criteria for Project 509-16-105 Dated 9/28/2015 In addition to the submission of the SF 330, firms are required to provide the following supplemental information as part of total submission package. Submitting firms are to provide four (4) bound hard copies with tabs and two (2) CDs which contain the SF 330s and the following documents. 1. Professional qualifications necessary for satisfactory performance of required services. a) Submission requirements: Submit personal resumes that best demonstrate the firm's professional qualifications, including specific licenses and registrations relevant to the solicitation requirements. Complete and submit a summary disclosure for each discipline, principal, project manager, and other support personnel, for up to 10 employees covering disciplines offered, that will handle work for the solicited task order. Each resume package may not be longer than two (2) pages in length. b) Basis of Evaluation: Evaluation of professional qualifications will include but is not limited to the subjective assessment of the firm's individual resumes as required in the solicitation. Firms unable to demonstrate required qualifications necessary to perform designs may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. Higher ratings for this criterion may be given when the firm's specific personnel demonstrate excellent or very good credentials, above and beyond those usually expected. 2. Specialized experience and technical competence in the type of work required. Specialized experience pertains to the types, volume and complexity of work previously or currently being performed by a firm that is comparable to the types of work covered by this requirement. a) Definitions: Specialized work means construction and design projects similar in project scope, size, construction features, dollar value and complexity of that listed in the RFP. Projects submitted outside these parameters will be assigned lower ratings. Similar dollar value is considered construction projects of One Million dollars ($1,000,000) and greater. Similar complexity is considered projects of an operational likeness to that listed in the RFP Within the past five (5) years shall mean from date of SF 330 package submission to five (5) years prior. b) Submission requirements: Submit up to three (3) relevant projects, accomplished within the past five (5) years that best demonstrate your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. Complete and submit a data summary sheet for each project. Each project data package may not be longer than two (2) pages in length and may include verbiage, graphics and photos. Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. c) Basis of Evaluation: Evaluation of specialized experience will include but is not limited to the subjective assessment of the firm's resume of the type of work required in the solicitation. Firms unable to demonstrate proven competence to perform these kinds of projects may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. Higher ratings for this may be given when a proposal demonstrates project examples of excellent or very good examples of projects relevant to the solicitation. 3. Capacity to accomplish the work in the required time. Identify the firm s past and present workload, and convey the understanding of being able to handle several design projects concurrently and within prescribed deadlines/constraints. a) Submission requirements: Provide a narrative, (maximum of one 8 ½ X 11 page) that discusses the firm s approach to accomplishing multiple concurrent design projects with emphases on meeting prescribed deadlines. b) Basis of Evaluation: Evaluation of this factor will be a subjective assessment of the firm s ability to clearly demonstrate an understanding of multiple design project goals and requirements set for the completion of the projects within prescribed deadlines. Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Past performance relates to how well a firm has performed on substantially completed projects, within the past five years. a) Definitions: Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations. Government agencies are defined as local, state, and federal entities. Higher ratings may be given for work performed on VA Medical Center campuses. Private industry is defined as non-governmental clients. "Within the past five (5) years" shall mean from date of proposal submission to five (5) years prior. The term "substantially complete" shall mean a fully designed project with construction of the facility/project more than 80% complete. b) Submission requirements: Submit up to three (3) relevant projects design complete or substantially construction complete within the past five (5) years and best demonstrates your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. Complete and submit a project data summary sheet for each project. Each project data package may not be longer than two (2) pages in length. Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. Provide a list of all projects accomplished within the last 7 years at VAMC s including point of contact and brief description of project. Questionnaires. Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received. c) Basis of Evaluation: Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact a firm's rating. The evaluation of past performance will include but is not limited to the assessment of the firm's commitment to customer satisfaction, timely delivery of quality work, the firm's record of conforming to specifications, successful implementation of quality control procedures; adherence to schedules; and history of reasonable and cooperative behavior. Firms unable to demonstrate proven competence to perform projects similar to the requirements of the solicitation may be considered ineligible for award. Higher ratings for this may be given when a proposal demonstrates excellent or very good ratings for past performance and customer satisfaction on projects relevant to the solicitation. 5. Location in the general geographical area of Augusta, Ga. (within 200 mile radius) and knowledge of the locality of the Charlie Norwood VAMC: a) Definitions: Knowledge of the locality is defined as familiarity of applicable codes and regulations in place for the area. b) Submission requirements: Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's location. c) Basis of Evaluation: Firms that are outside a 200 mile radius of the Charlie Norwood VA Medical Center in Augusta, Ga. will be given a lower rating than those firms within that distance. Higher ratings for these evaluation criteria may be given as follows: § Firms that can be on site at the Charlie Norwood VA Medical Center in Augusta, Ga. within 120 minutes will be given a higher rating. § Firms that can be on site at the Charlie Norwood VA Medical Center in Augusta, Ga. within 60 minutes will be given the highest rating. A subjective determination of the firm's statement of knowledge of the locality and how it was obtained relative to the requirements of this solicitation. 6. Implementation of the Design Quality Control Program. Identify the roles and responsibilities of the major personnel of the firm and depict the understanding and implementation of Quality Control procedures for task orders. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. a) Submission Requirements: Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's approach to the task orders with emphasis on the envisioned role of the design team with regard to Quality Control. b) Basis of Evaluation: A subjective determination of the firm's statement of knowledge of Quality Control and how it will implement Quality Control procedures relative to the requirements of this solicitation. Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 7. Program management process/plan for handling Charlie Norwood VAMC projects. Identify the roles and responsibilities of the major personnel of the firm and depict the lines of communications envisioned for the design tasks between the firm and with the Government. a) Submission Requirements: Provide the relationships between the firm and all partners and/or subcontractors/consultants to be associated with this solicitation and identifying each of the firms key positions/personnel and their role in managing work for these taskorders. Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's Program management approach to the task orders. b) Basis of Evaluation: Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of the task order projects goals and requirements and set forth a realistic approach for the design of the task order projects. Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. a) Submission Requirements: Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any claims, disputes, lines or judgments against your firm for instances where there have been design errors, deficiencies and/or omissions AND the steps your firm took to resolve the issues and the ultimate outcome. Provide a statement if item 8 above is not applicable to your firm. b) Basis of Evaluation: Evaluation of this factor will be an objective assessment of the firm's ability to provide clear, concise, accurate design drawings and specifications free from design errors, deficiencies and/or omissions AND a subjective assessment of how well the firm managed situations when these issues were encountered. Higher ratings will be given to firms that have not had any of the issues mentioned in item 8 above; however, firms with no performance history will be scored lower than those firms with significant performance history and none of the issues in item 8. A lower rating will be given to firms that have experienced issues that resulted from design errors, deficiencies, and/or omissions, but resolved the matter to the satisfaction of the Government and/or customer. Firms that were unable to amiably resolve issues that arose from design errors, deficiencies and/or omissions will not be considered eligible for competition. 9. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. a) Submission Requirements: Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any partnering, teaming, or subcontracting relationships your firm has and how long members within your firm have worked with one another b) Basis of Evaluation: Evaluation of this factor will be a subjective assessment of the firms relationships and how well the firm works as a team within their organization and with other partners, teams, and subcontractors. Higher ratings will be given to firms that clearly demonstrate organizational health and cooperation with other teams, partners, and Government and industry personnel (customers). A lower rating will be given to firms that cannot demonstrate organizational health and cooperation with other teams, partners, and Government and industry personnel (customers). THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED. THE GOVERNMENT WILL NOT BE HELD LIABLE FOR CONTRACTOR COSTS INCURRED IN THE PREPARATION OF SF 330 s OR SUBMISSIONS. NOTE: SF330 packages shall be submitted FEBRUARY 23, 2017 AT 4:00 PM local time to the below cited contracting office address. Contracting Officer Address: DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VA MEDICAL CENTER ATTN: CASSAUNDRA D. MULLIGAN, CONTRACTING OFFICER 109 BEE STREET CHARLESTON, SC 29401-5799 (843) 789-7504 Cassaundra.mulligan@va.gov Place of Performance: Charlie Norwood VA Medical Center, 950 15th Street, Augusta, GA 30901.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717R0147/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-R-0147 VA247-17-R-0147.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3225831&FileName=VA247-17-R-0147-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3225831&FileName=VA247-17-R-0147-000.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: Charlie Norwood VAMC;950 15th Street;Augusta, GA
Zip Code: 30904
 
Record
SN04377991-W 20170125/170123234349-5a273c1f423fc6b417d4a63d0b9a4c86 (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.