Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

C -- *570-17-1-9624-0001 | VA261-16-AP-9345 | Minor 570-224 | Expand Primary Care Services Change due date in FBO from 3/17/2017 to 3/22/2017 - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
 
ZIP Code
93721
 
Solicitation Number
VA26116R1264
 
Response Due
3/22/2017
 
Archive Date
6/29/2017
 
Point of Contact
James Proctor
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs VA Central California Health Care System, CA (VACCHCS) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project No. 570-224, Project Title Expand Primary Care Services. The project will be located at the VACCHCS Fresno Campus. The applicable North American Industry Classification System (NAICS) Code is 541310, Architectural Services, and the small business size standard is $7.5 million. This design effort includes, but is not limited to building approximately 13,700 GSF of VA Primary Care space and implements the Patient Aligned Care Team (PACT) model. The project will be the first of a planned multi-structure complex and will require consideration for future vertical and/or horizontal expansions. The buildings primary utilization is to Expand Primary Care for Implementation of the PACT model. The short term goal of this design is to maximize VA Primary Care capabilities in supporting their mission by locating one (1) or two (2) PACT modules to a new location. The long term goal is to relocate all PACT modules to this new location. The location will be on newly acquired undeveloped land within the greater Fresno area. This land has been purchased to alleviate impacted parking and outpatient care services at the existing Fresno VA Medical Center. The civil development of the land will be carried out by a separate design project that will bring utilities, infrastructure, and parking to the new location. The location of the new land and supplemental information will be disclosed by the VA as it becomes available. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Security, IT/Data, Construction Cost Estimating, and Signage/Way-Finding. This procurement is a total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-disabled Veteran-Owned small business (SDVOSB) under the Veterans First Contracting program has the same meaning as service-disabled veteran-owned small business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veterans Information Page (VIP) as verified to be considered for this procurement. Offers from unverified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. This notice serves as the Governments call for Standard Form (SF) 330s from interested SDVOSB Architectural/Engineering (A/E) Firms concerns. Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF-330 package via e-mail to James Proctor at james.proctor3@va.gov and Denise R. Groves at denise.groves@va.gov and one (1) hard copy to James Proctor at 855 M Street, Suite 1020 Fresno, CA 93721 by 1:00 pm PT March 22, 2017. The SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. The Government will evaluate SF-330 s received in response to this notice to identify at least three (3) of the most highly qualified SDVOSB firms to perform the required services. The Government will then hold discussions/interviews with the most highly qualified SDVOSB firms based on the following evaluation factors. The following evaluation criteria, listed in descending factor order of importance and weight, will be used for both the SF330 evaluation and when conducting discussions/interviews. Sub-factors when combined represent the overall score for the factor. Factor 1: Professional Qualifications (35 pts) Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the type of work required (20 pts) Subfactor 1B Reputation and standing of the firm and its principals with respect to professional performance, general management, and cooperativeness (15 pts) Factor 2: Specialized Experience and Technical Competence (25 pts) Subfactor 2A - Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and LEED certification (15 pts) Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team (10 pts) Factor 3: Capacity to accomplish the work in the required time (20 pts) Factor 4: Past Performance (15 pts) Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (10 pts) Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5 pts) Factor 5: Location (5 pts) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The evaluation board will prepare a selection report recommending at least three firms, in order of preference based on the combined SF330 and discussion/interview score, that are considered to be the most highly qualified to perform the required services. The selection authority shall review the recommendations of the evaluation board and shall, with the advice of appropriate technical and staff representatives, make the final selection. This final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work. If the firm listed as the most preferred is not the firm recommended as the most highly qualified by the evaluation board, the selection authority shall provide for the contract file a written explanation of the reason for the preference. All firms on the final selection list are considered selected firms with which the contracting officer may negotiate in accordance with FAR 36.606, beginning with the most preferred firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The Contracting Officer will then initiate negotiations with the next firm on the final selection list. Questions regarding this procurement should be directed, in writing, to the Contracting Specialist James Proctor via email at james.proctor3@va.gov, or the Contracting Officer Denise R. Groves via E-mail at denise.groves@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26116R1264/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-R-1264 VA261-16-R-1264_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3283612&FileName=VA261-16-R-1264-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3283612&FileName=VA261-16-R-1264-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04405057-W 20170218/170216234434-94547ed3f3d37741c8af21a5a559444e (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  © 1994-2020, Loren Data Corp.