Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
DOCUMENT

C -- Architect Engineer IDIQ Western Region, Small Business - Attachment

Notice Date
1/25/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00C3C4);1175 Nimitz Ave., Roon 210;Vallejo, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10116R0020
 
Response Due
1/21/2017
 
Archive Date
4/30/2017
 
Point of Contact
Noella Bond
 
Small Business Set-Aside
N/A
 
Description
Page 9 of 13 SOURCES SOUGHT NOTICE, SF330, FOR RFP VA-101-16-RP-0020 SMALL BUSINESS SET ASIDE WESTERN REGION SMALL A/E IDIQ ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for a multi-disciplined A/E Services Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for the Department of Veterans Affairs, Office of Construction & Facilities Management, Western Region. This multiple award may consist of Small Businesses (SDVOSB, VOSB and/or WOSB, 8(a), HUB Zone and SDB). The firms must be an Architect or Architect/Engineer Firm with an approved NAICS Code of 541310. The intent is to award five (5) contracts per region; however, awards may vary dependent on the interest shown. This contract will have a base period of one (1) year and (4) four one-year option periods at the discretion of the Government. The minimum guarantee amount for the base period is $1,000, with a maximum amount of $20,000,000 over the life of the contract period. The determination of acquisition strategy lies solely with the Government. All firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 Construction Contracts with Architect-Engineer Firms. Any A/E that prepares a design-build RFP will be restricted from participating in any contract or task order for that particular project. This contract will be procured in accordance with The Brooks Act PL 92-582 and FAR Part 36. Firms must have an established working office within the region. The Western Region includes VA installation and activities located in the following states of Alaska, Arizona Washington, California, Hawaii, Idaho, Nevada, New Mexico, Oregon as well as the Philippines, American Samoa, and Guam. An established working office refers only to the prime A/E. An established working office should include the following major disciplines: A/E, project manager, administrative support, and appropriate staff to manage any task as identified in the SOW Tasks located at the same postal address. The Government reserves the right to inquire or review utility bills, lease documents, or tax documents for the established office. The firm must be capable of responding to and working on multiple task orders concurrently. Project sites will be located within the western region. The contracts for the Western Region will be for the Department of Veterans Affairs installations and activities in the Western area of responsibility (Alaska, Arizona Washington, California, Hawaii, Idaho, Nevada, New Mexico, Oregon as well as the Philippines, American Samoa, and Guam). The A/E may also, on occasion be tasked to provide the services described herein outside the region. These projects will be assigned as determined by the Contracting Officer. The firm s expertise shall include architectural services; recent experience in the design of contemporary, state-of-the-art medical facilities similar to those listed below, with additional experience in vertical expansion/integration along with phasing of on-going operations; research facilities; long term care mental health and dementia, or similar complex healthcare projects; and National Cemetery Expansion. Task orders will include design work for the Veterans Benefits Administration. The firm or team must have experience with Building Information Modeling (BIM) in developing project from its initial conception through completion of documentation. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. Members of the firm or team must be licensed or registered in the state where the project or task order is being issued, but will be at the discretion of the contracting officer depending on the complexity of the task order. As required by 13 C.F.R 125, small business firms must perform at least 50 percent of the work with its own employees for each task order issued against a contract. The billing records of the firm may be audited to ensure compliance. Small business teams must include at least 10 percent small business sub-consultants. A/E IDIQ Task Orders General Notes: Unless otherwise stated, the requirements/standards of the VA Technical Information Library shall apply. All services and deliverables shall be determined on a case-by-case basis. The Contracting Officer shall establish the schedule for delivery of materials along with the number of copies. PROGRAM FOR DESIGN DESCRIPTION OF WORK: - Provide services for the preparation and/or review and analysis of a program(s) for design that delineates the functional and physical parameters that define project specific requirements and constraints and address the client s priorities. The program for design process may require revision if the project goals are changed. Development of the program for design will be in accordance with Department of Veterans Affairs, Space and Design Guides and Manuals and other requirements as listed in the Technical Information Library. DELIVERABLES The final product will be the program for design submission and/or evaluation of reports, documents, cost estimates supporting the program for design prepared by the Contractor. SCHEMATIC DESIGNS DESCRIPTION OF WORK: Provide all services for preparation, planning, evaluation, review, and recommendation of all architectural and engineering discipline calculations, specifications, reports, systems analyses, drawings, and cost estimates meeting the approved space program, and program for design in accordance with the A/E Design Submission Program Guide PG-18-15. Services may include site visits to VA facilities and meetings with Office of Construction and Facilities Management (CFM) personnel in Washington, D.C. Develop a Project Definition Rating Index Score. DELIVERABLES The schematic design submission shall meet the requirements of PG-18-15. DESIGN DEVELOPMENT (DD) DESCRIPTION OF WORK: The preparation of Design Development (DD) documents consisting of updated drawings, specifications, and supporting documents and calculations meeting the approved scope and space program. The DD s will be developed from the approved schematic documents and in accordance with A/E Design Submission Requirements in PG-18-15 and other guidance listed in the Technical Information Library. Site visits to VA facilities and meetings with CFM personnel in Washington, D.C. may be required. Develop a Project Definition Rating Index Score. DELIVERABLES The DD submission will meet the distribution requirements in PG-18-15. CONSTRUCTION DOCUMENTS (CD) DESCRIPTION OF WORK: The preparation of construction documents (CDs) consisting of complete drawings, specifications, and supporting documents and calculations necessary for the bidding and construction of the project. The CD s will be developed from the approved design development documents and in accordance with A/E Design Submission Requirements, in PG-18-15 and other VA directives in the Technical Information Library. DELIVERABLES The development of the CD submission shall meet the requirements in PG-18-15. DESIGN REVIEWS PRE-DESIGN, SCHEMATIC DESIGN AND DESIGN DEVELOPMENT. DESCRIPTION OF WORK: The evaluation, review, and recommendation of all architectural and engineering designs, calculations, specifications, reports, system analyses, and drawing completeness and coordination. Evaluations shall be based on submission requirements established in PG-18-15 and the other requirements of the Technical Information Library. Services may include site visits to VA facilities and meetings with Office of Construction and Facilities Management (CFM) personnel in Washington, D.C. Develop a Project Definition Rating Index Score. DELIVERABLES Review comments shall be recorded in the Dr. Checks program. Provide an evaluation report. COST ESTIMATES THROUGH DESIGN DEVELOPMENT STAGE DESCRIPTION OF WORK: Provide services for the evaluation, review, and recommendations on cost estimates prepared by the A/E as to the cost submission accuracy in quantities and completeness based upon submission requirements of the PG-18-15. Evaluation shall include but not be limited to: local labor rates, energy conservation costs, asbestos abatement costs, cost escalation, cost of operations, personnel requirements costs, manpower trade requirements and material costs timeline. Additionally a verification of new gross area take-off may be required. Preparation of independent cost estimates and evaluation of mid-point construction costs and anticipated inflation rates during construction. Participation in meetings with CFM personnel in Washington, D.C. may be required. Develop a Project Definition Rating Index score. DELIVERABLES This task order requires submission of an cost estimate report by trade, material required, phase, and/or element. VALUE ENGINEERING (VE) STUDIES AND PRESENTATIONS DESCRIPTION OF WORK: the services to be performed include the establishment of a Value Engineering (VE) Task Team, be a participant within this team, or make recommendations based upon an analysis of a VE report. If tasked to establish a VE Task Team, the AE shall provide at least one architect, structural engineer, mechanical engineer, and electrical engineer, with additional support as necessary. Develop a Project Definition Rating Index Score. A submission comprised on the individuals names, background and experience, and other relevant information is required for approval by the Contracting Officer. Requirements include but not limited to: Engage a qualified VE Consultant to provide the full service. The consultant shall have a recognized background in the field of VE or; Engage a qualified VE Consultant to work with and guide staff members or; Use a staff member who has adequate formal VE training (e.g. attendant at a 40-hour VE workshop based upon conventional formalized method of the Society of American Value Engineers). DELIVERABLES For major projects, the services shall include performing a 5-day VE Task Team Study of the major project requirements submission and/or the systems phasing for each phase of the project. The VE study typically will be performed at the major project site, but may be held in the Washington, D.C. Metropolitan Area. All costs associated with the conference facilities, supplies, telecommunications requirements, and travel expenses will be borne by the AE. A draft report on all issues discussed whether accepted or rejected will be submitted. The VA will return the draft submission with any comments for preparation of the final report within 15 working days of receipt. Present the final report within 15 working days of the draft comments. CONSTRUCTION DOCUMENT REVIEW DESCRIPTION OF WORK: The services provided shall include the review, evaluation and recommendations based on the partial or completed set of construction drawings and specifications, and provide recommendations regarding any other documents necessary for the bidding and construction of the project. The documents for evaluation will be provided by the project A/E. The A/E shall evaluate and ensure the coordination of the drawings between the disciplines, identification of costs, errors, omissions or conflicts found between drawings and specifications. The A/E shall evaluate the construction schedule with regard to meeting the operating plan due dates for the Request for Proposal or Invitation for Bid and award dates. Review and comment on project phasing, and evaluate market conditions that may impact bidding climate. Review any resubmitted construction documents with recommendations as to their acceptability in accordance with PG-18-15. Develop a Project Definition Rating Index Score DELIVERABLES Review, evaluate, and provide written recommendations based on reviewed construction documents, in accordance with PG-18-15. Comments shall be entered into Dr. Checks or similar program. Provide a written report with annotated drawing comments. PRE-CONSTRUCTION DOCUMENT TECHNICAL STUDIES DESCRIPTION OF WORK: Provide services for the preparation of studies that involve a systems evaluation and/or report on the inspections of VA facilities to include but not limited to: site development, utility investigations, boundary, topographical, utility, geotechnical soil borings, parking, traffic, historical, environmental, vertical traffic, horizontal traffic, archeological, acoustics, vibration, aviation, weatherproofing, fire protection, commissioning, NEPA, Section 106, food service, hazardous materials, hazardous waste, medical equipment, physical security, operations security, signage, wind, Federal, State and local permit requirements. Offer recommendations regarding options to resolve challenges to project completion. Provide an analysis of existing and selected systems involving structural, electrical, HVAC systems, an evaluation of equipment proposed for VA facilities, and lab testing services. Perform a cost comparison of studies on building systems, renovation alternatives versus building additions or new buildings and develop studies to determine time analyses of different phasing alternatives. Develop a Project Definition Rating Index Score. DELIVERABLES Per contracting officer requirements. SPECIALITY CONSULTANTS - NOT AVAILABLE THROUGH THE DESIGN A/E DESCRIPTION OF WORK: The AE shall provide additional studies, reports, evaluations, pre-design services, design services, construction consultation, inspection services, expert witness, claims consultants skilled in design analysis, Critical Path Method scheduling, constructability, biddability, construction phasing development, and/or construction techniques. AE shall have requisite professional experience, background investigation services for evaluation and approval of the Contracting Officer to support construction activities or preparation of reports involving design or investigation and evaluation issues associated with design and/or construction. Develop a Project Definition Rating Index Score. DELIVERABLES Submit studies, reports and recommendations associated with pre-design, design, construction, construction activities, and investigations shall be accomplished per Contracting Officer direction. COST ESTIMATES (CD S AND CONSTRUCTION CHANGES) DESCRIPTION OF WORK: The AE shall provide cost estimating services associated with the evaluation, analysis, and preparation of construction changes or design alternatives. These services will cover all construction related issues including but not limited to materials, systems and construction techniques. The AE shall review, analyze and provide recommendations of construction document cost estimates covering labor, materials, equipment, general conditions, and requirements developed for the project, as directed by the Contracting Officer. Participation in the VA CFM review of the construction document submittal by the VA retained A/E. Analyses shall be presented on forms as described in PG-18-15. Provide independent cost estimates as required by the Contracting Officer. Develop a Project Definition Rating Index Score. DELIVERABLES The AE shall provide report(s) analyzing the construction document cost estimate within five working days of the CFM review. CONSTRUCTABILITY REVIEW DESCRIPTION OF WORK The AE shall provide an independent and structured review of the design or issued for construction documents by construction professionals. The purpose is to ascertain that the work requirements are clear, and the documents are coordinated, and result in a functioning system. Additionally, that the construction contractor will be able to bid the construction project and the project administration without initial change orders or contract modifications. The goal remains to reduce impacts and risks to the project and therefore to the government. The detailed analysis of the documents is designed to assure their clarity, accuracy, coordination, and completeness. Include in the review process the suitability of the laydown areas, crane placement, site access for construction vehicles, construction site traffic, construction inspection specialty requirements, ability to inspect the work product, maintenance inspection openings, weatherproofing, coordination of mechanical, electrical, plumbing and fire protection systems. Also focus on the suitability of the drawings and specifications for ease of construction and the placement and maintenance of equipment. The review will identify conflicts and/or claims that may arise during construction. Included in the review will be the development of a Project Definition Rating Index Score. The Constructability Review is presented as part of a Continuing Risk Identification and Reduction system. This presents the Constructability Review as a prudent choice to avoid risk for a small initial and continuing cost. The constructability review is not to be viewed as a peer review, a value engineering study or a biddability review. DELIVERABLES The AE shall provide report(s) evaluating the constructability of the construction documents to the Contracting Officer, within five working days prior to the CFM construction review. Comments may need to be entered into Dr. Checks. CONSTRUCTION QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) DESCRIPTION OF WORK: Provide a review of the testing requirements and sequence, provide advice regarding the acceptability. Provide on-site quality assurance and control by witnessing performance tests of various types of structural, electrical, HVAC equipment, sprinkler, fire alarm, communication, and other systems integral to a fully operational building system. Prepare reports associated with on-site inspections or analyses of test reports. Review submittal material, evaluate contract changes/claims, cost estimates, CPM schedules, and modifications, daily logs, and preparation/review of requests for information (RFI). Provide monitoring services for the return of submittals and other tracking services to assist the Senior Resident Engineer (SRE). Prepare reports associated with on-site investigations of materials, equipment and systems components, test performance, and operation in compliance with the contract specifications, drawings, OEM manuals, code requirements, etc. DELIVERABLES The AE shall provide test reports or product literature responses, cost estimates, review of product submittals, daily logs, and review of certified payroll statements. This work shall be completed within five working days of receipt of product literature or inspection reports or at such intervals as directed by the Senior Resident Engineer (SRE). CONSTRUCTION SUBMITTAL REVIEW NOT ANTICPATED THROUGH THE DESIGN A/E CONTRACT DESCRIPTION OF WORK: The AE shall provide submittal review services covering products that many not have been listed within contract documents but not limited to cut sheets, manufacturers data/performance sheets, samples, shop drawings, which are beyond the services provided by the A/E. The Contracting Officer shall establish the length of the review period(s). Provide recommendation regarding a compatibility analysis of different materials and recommendations associated with acceptance or rejection of alternate materials and products. Develop a Project Definition Rating Index Score. DELIVERABLES Review of submittals will meet the requirements established by the contracting officer. REQUEST FOR PROPOSAL (RFP) FOR DESIGN-BUILD PROJECTS DESCRIPTION OF WORK: Perform all services for the preparation of Request for Proposal documents for design-build projects in accordance with A/E submission instructions: Requests for Proposals, PG-18-15, Volume E, and other VA criteria listed on the VA Technical Information Library. During the Design-Build (DB) proposal process, the A/E will assist in the review of the proposals and prepare amendments to the solicitation in accordance with the FAR and VA requirements. During the design and construction of the project, the A/E may be required to assist in the review of construction document submittals, shop drawings, other construction submittals, and conduct site visits. Develop a Project Definition Rating Index Score. DELIVERABLES In accordance with the contracting officer requirements. DESIGN SERVICES FOR MINOR AND NON-RECURRING MAINTENANCE (NRM) PROJECTS DESCRIPTION OF WORK: Develop the program for design, schematic design, design development, construction documents, and construction period services as required by the Medical Center(s) and/or CFM. Develop a Project Definition Rating Index Score. DELIVERABLES To be determined on a case by case scenario by the Medical Center staff and the Contracting Officer. UPDATE, MODIFY, OR CREATE NEW STANDARDS DESCRIPTION OF WORK: Investigate industry standards, current CFM requirements, trends and functional needs, as necessary to prepare new technical Information Library Design and Construction specifications, standards and guides. Provide detailed updates and revisions of the existing CFM Master Specifications, Design Guides, Space and Equipment Planning (SEPS) criteria and any other design and/or construction standards as maintained by CFM. DELIVERABLES Space and Equipment Studies, Design Guides, Criteria, Master Specifications and Presentations as established by the Contracting Officer. CONSULTING SERVICES DESCRIPTION OF WORK: Provide consulting services and technical studies on a wide variety of facility design and construction issues including seismic studies, indoor air quality, national codes and standards review, cost estimating, facility operations, control of indoor air quality, hazardous materials inspection and remediation plan, impact of facility standards on building performance and facility life cycle, interoperability electronic standards for facility design, construction, operation, project documentation and construction management. Services may require on-site inspections. Services may include the development of a Project Definition Rating Index Score. DELIVERABLES Reports, studies and data development involving design, investigation and evaluation of the issues described under Work to be Performed. FACILITY CONDITION ASSESSMENTS DESCRIPTION OF WORK: Provide consulting, assessment, and inspection services utilizing experts skilled in appropriate technical areas necessary for the evaluation of existing VA facilities. DELIVERABLES Reports and data involving the investigation and evaluation of the VA facilities inspected. COMMERCIAL AND MEDICAL OFFICE BUILDING DESIGN DESCRIPTION OF WORK: Design programs for commercial office and medical space which includes interior space planning furniture design and layout, and creating environmental graphic design of images. Necessary disciplines include architectural, mechanical, electrical, plumbing, fire protection, civil, landscaping, and other disciplines deemed appropriate by the contracting officer. Provide a Project Definition Rating Index Score. DELIVERABLES Design and construction drawings for medical and office buildings space to include equipment, furniture layout and wall graphics/art. CODE REVIEW SERVICES DESCRIPTION OF WORK: Provide code consulting, assessment, evaluation, and inspection service utilizing experts skilled in appropriate technical areas necessary for the analysis and/or evaluation of building designs, existing VA facilities and/or necessary studies. DELIVERABLES To be determined on a case by case scenario but may include but not limited to the following: The end product will be reports and data involving the investigation and evaluation of the VA facilities inspected and/or provided materials. BIDDABILITY, CONSTRUCTABILITY, OPERABILITY, ENVIRONMENTAL AND SUSTAINABILITY (BCOES) REVIEW SERVICES DESCRIPTION OF WORK: Provide BCOES services in accordance with the Department of the Army, U. S. Army Corps of Engineers regulation ER 415-1-1. DELIVERABLES Submit a report per the referenced regulation. Task 23. OTHER A/E SERVICES Preparation of drawings in BIM software Surveys (topographic and boundary) Soil/Geotechnical investigations Comprehensive interior design Operations and Maintenance Support Information (OMSI) Physical security evaluation and design As-built drawing preparation Provide comprehensive hazardous material (e.g. asbestos/lead paint) surveying and provide a design that will support the removal, demolition, and disposal of the hazardous materials in accordance with applicable laws and regulations. Energy Analysis and Studies Water Management/Irrigation Specialist Traffic Studies Structural Review Risk Analyst Services Scheduler Utility surveys SF 330 Evaluation Criteria SF330s will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the Government that the offeror will successfully perform the factor being evaluated. SF330 s received from small businesses will be evaluated and the firms will be ranked from the most qualified to the least qualified in the following order with preference given to Service Disabled Veteran Owned Small Business; followed by Veteran Owned Small Business; a followed by 8(a); Small Disadvantaged Business; followed by HUBZone Business; followed by Women Owned Small Business, followed by Small Disadvantaged Business, and followed by Small Business. Award will be made to the firms determined to be most highly qualified. Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan however the primary office must be clearly defined and indicated. The Selection Board will consider the performance risk associated with that team not being co-located in the geographical proximity to the supported projects. Organized and well written SF330s will receive a higher rating than those which are disorganized and poorly written. Significant evaluation factors (in order of importance): 1) Professional Qualifications: Submit a matrix of proposed design team(s), including alternates, that contain the following data about the members assignment: members name, firm name, office location, proposed team assignment, percent of time the member will be assigned to spend on this team, education level/discipline (example: BS, mechanical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm. Also for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years. Key personnel resumes for qualified personnel should be presented in Section E for the following key personnel. All key personnel shall be shown on the organizational chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer (registered with evidence of successful completion of Fire Protection Examination), geotechnical engineer, land surveyor, historical preservation engineer, and environmental engineer, and others, as identified on pages 12 and 13 of this document. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator/engineer, value engineer, scheduler, risk analyst, and landscape architect. Registration or certification for all is encouraged. 2) Specialized Experience: Provide a description of germane, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years. Indicate how each project is relevant to the work described herein. Describe the firms experience with the Specs Intact system or other specification writing systems. 3) Past Performance: Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules during design and construction phases; to include peer review checks and document reviews (prime firm). Provide a minimum of five (5) projects that are completed or considered substantially completed (90%). Include project name, location, initial design dollar funding limitation, final construction cost, and project point of contact with telephone number and email address. Projects should be from 2013 present and include current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4) Capacity: Prime firm and sub consultants must demonstrate capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload and total workload capability of individuals listed in item "B" of the SF330. In addition, the A/E shall submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, and the name of each design team members, all team member associates, and the name of at least one alternate for each key person, including sub consultants. In section H provide a demonstration of capacity by clearly showing how the prime and sub-consultants would accomplish the following sample tasking: Below is a list of sample projects required for demonstration of capacity that would be done concurrently, within a six month window. Sample Project 1 Peer review of DD-1 documents for a new 100,000 gross square foot facility to include 30 acute mental & behavioral unit patient beds, and an outpatient mental health clinic. Period of performance is 6 weeks. Sample Project 2 design-bid-build SD-2 for a 100,000 gross square foot VA Research and Development (R & D) facility to include biomedical laboratories, a Veterinary Medical Unit (VMU) with surgical suite, barrier suite and complimentary R & D support and documentation areas. Period of performance is 5 months. Sample Project 3 program for design for an 85,000 gross square foot Community Based Outpatient Clinic (CBOC), with a patient load to support four Patient Aligned Care Team (PACT) Modules and services to include Primary care, Specialty care, mental health as well as complimentary diagnostic and ancillary services. Period of performance is 8 weeks. An organizational chart and Gantt chart shall be submitted for each of the three sample projects. The organizational chart should reflect the names of the key personnel identified for each sample project, including estimated hours for each project. Literature should be included to demonstrate the firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required. 5) Location: This factor considers the A/E firm's familiarity of the applicable geographic areas architectural standards and codes, building codes, environmental regulations, soil conditions, seismic requirements and agency regulations within the Western Region. Prime firm must be able to respond to a VA facility within a 24 hour time frame. (6) Reputation: This factor considers the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Claims: This factors considers the record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific Experience: This factor considers specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. INTERVIEW/PRESENTATON: Following the evaluation of all SF33s, interviews and presentations will be scheduled with the highest ranked firms. FINAL RATING; Each firm s SF330 evaluation rating will be combined with its interview/presentation rating for a final rating. SF 330 SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this announcement by providing two CD s and one original and five copies submittal package with the SF 330, Parts I and 2, for the prime and an SF 330 for each subcontracted consultant proposed. As an attachment, provide an organizational chart of the proposed team showing the names and roles of all key personnel. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Provide evidence of your firm s capability to accomplish the work within required time limits (usually nine weeks for the average projects plus Government review time). Demonstrate your firm s ability to accomplish multiple, large and small projects simultaneously; as such would be required under this IDIQ contract. Show your ability to respond to multiple and varied assignments simultaneously in several states utilizing all the engineering disciplines required by the scope of work. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., state registration number. The slated firms will be required to provide a preliminary subcontracting plan as part of the interview. All respondents to this notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all required engineering services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out. Do not include any fee information in material submitted at this time. Please limit submissions to a total of one hundred twenty (120) 8 ½ X 11 (letter size) pages of text, with no pull out or folded pages, a minimum 12 point type, with a minimum ½ margin all around and all pages numbered. A sheet of paper with any information and/or text will be counted as two pages. The 120 pages includes the cover letter, proposal letter, tabs, dividers, letter of transmission, front and back covers, appendices, attachments, enclosures, index, table of contents, pictures, reference letters, charts, graphs, maps, flowcharts, schedules, models, additional information, text, graphics, etc. Concise reports will be looked at favorably. The CDs and submittal package original and five copies must be received not later than 4:00 p.m. Pacific Tme on February 21, 2017. Submittals received after this date and time will not be considered and will be handled in accordance with FAR 52.215-1. The NAICS Code is 541310 and the Size Standard is $7.5M. Offerors must be registered in the SAM database in order to participate in this procurement. Include contact name, phone number, and email address on SF 330. Submit an original, five copies and 2 CD s, label lower right corner of outside mailing envelope with: A/E lDlQ Services VA-101-16-RP-0020. The submittal packages to be sent to: Department of Veterans Affairs Office of Construction and Facility Management, Western Region Attn: Ms. Noella Bond 1175 Nimitz Avenue, Suite 210 Vallejo, CA 94592 For additional clarifications and questions on this procurement (Pre-award), please contact Noella Bond (707) 562-8474, or e-mail at noella.bond@va.gov. It is recommended that you not contact the VA Representative at the receiving office until after submission of your SF 330 s. All questions shall be sent via e-mail to Ms. Bond not later than February 13, 2017. Note: This is one of two procurements. One procurement is a Small Business Set-aside which gives preference to Service Disabled Veteran Small Business and one procurement is Unrestricted. Key Personnel Chart Qualifications Key personnel are those individuals who will have major contract responsibilities and/or provide unusual or unique expertise, simply the personnel performing a majority of the task. For key personnel, place an X in the states for licensed / registered disciplines with the appropriate state agency. CA NV WA OR ID AK NM AZ HI DISCIPLINE Architect Landscape Architect Structural Engineer Civil Engineer Geotechnical Engineer Mechanical Engineer Electrical Engineer Fire Protection Environmental Engineer Traffic Engineer Land Surveyor Note: All Territories and foreign nation designs will comport with the State of Hawaii qualification requirements. For this section, please indicate if the personnel listed under Discipline have certifications; include the type, name of the certifying agency and professional organizations. Discipline Certification Agency Certifications Professional Organization Project Manager Archeologist Asbestos Inspector Building Information Modeling Certified Industrial Hygienist Code Compliance Professional Commissioning Professional Constructability Exterior - laydown, crane requirements, delivery, etc. Interior coordination, inspection, code compliance etc. Cost Estimator California Department of the State Architect Level 1 Inspector Historic Preservation Professional Interior Design Professional LEED Professional Medical Equipment Planner NEPA Specialist Parking Specialist QA/QC Risk Analyst Safety Professional Scheduler Sustainability Professional Testing Laboratory Value Engineer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10116R0020/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-16-R-0020 VA101-16-R-0020_SS3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3232066&FileName=VA101-16-R-0020-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3232066&FileName=VA101-16-R-0020-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04380687-W 20170127/170125234526-fe64a724e0191870141b69e202e339e4 (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.