Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
DOCUMENT

N -- Dallas VAMC Wayfinding and Signage (Interior and Exterior) - Attachment

Notice Date
5/17/2017
 
Notice Type
Attachment
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10117R0376
 
Response Due
6/8/2017
 
Archive Date
7/23/2017
 
Point of Contact
Krystal Glasper
 
E-Mail Address
f
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
***** THIS IS A PRE-SOLICITATION NOTICE ONLY***** This requirement is intended to be a 100% Total Service Disable Veteran Owned Small Business Set Aside. BACKGROUND: The Department of Veteran Affairs, VA Dallas Medical Center intends to have a campus wide wayfinding signage program to include exterior signage and wayfinding documentation at 4500 South Lancaster Rd, Dallas, Texas 75216. GENERAL: The design-build (DB) contractor (referred to as contractor) for this project shall provide all necessary planning, designing, programming, manufacturing and installation, as required for a fully developed set of construction documents to accomplish the following items at the Dallas VAMC as necessary: - Interior Wayfinding and Signage - programming and schematic development of a complete interior wayfinding system with 2 separate but equally effective ideas. - design development of the selected wayfinding system, and a package with 100% complete drawing with specifications for a complete interior wayfinding system in buildings 2J, 2, 74, 1, CLC (bldg. 60) and 72 and the complex connections between these buildings. - removal of old interior signage and the manufacturing and installation of all new interior signs and directions divided into 6 phases. The manufacturing and installation of the new architectural elements, color blocking and other decided imagery or elements. - Exterior Signage - Removal and disposal of old signs and all new signs with associated prep of area, installation and clean up. Components shall be made to compliment the architecture and exterior design themes currently being initiated using signage standards already designed per attached drawings. - Wayfinding Documentation Updating the existing VA North Texas Visitors Guide (see attached) Planning and updating the current scaled model of the campus located outside the director s office in building 2. Upon VA approval of the design, the contractor shall execute the construction phase of the project, and provide all labor, material, equipment, warranties, and supervision to complete the project in accordance with the approved plans, specifications and phasing schedule. 2. The objective of this project is to design and install a complete interior wayfinding design, and installation of manufactured signs. The solution will provide orientation to all patients and visitors from the time they enter one of the many entrances until they exit to the parking lot. The design should clearly define the space the visitor has entered and describe how they will proceed to their planned destination using as little directional signage as possible. The contractor will provide concepts, and designs for a complete solution based on an overall understanding of the medical center and life safety codes. Creative and healing elements combined with wayfinding and best practices will be implemented. 3. The Contractor shall coordinate all designs with the Contracting Officer Representative (COR). The COR shall coordinate meetings with other Dallas VAMC personnel, and shall accompany the contractor to such meetings. Construction documents shall be structured to phase the work as required to minimize impact to the existing activities in the facility. 4. The Contractor team shall include the services of licensed architects, graphic designers, and other engineers as appropriate for the project. Final construction contract documents shall bear the stamp and seal of the responsible design/engineering professional. 5. All deliverables are outlined in detail in the attached Statement of Work 6. Definitions: A. Design-Build (DB) as defined by the Department of Veterans Affairs (VA) is the procurement by the Government, under one contract, with one firm or joint venture (JV) for both design and construction services for a specific project. B. Contracting Officer: The services to be performed under this contract are subject to the general supervision, direction, control and approval of the Contracting Officer. C. VA Project Engineer/Contracting Officer's Representative (COR): The Contracting Officer's authorized representative at the construction site. The COR is responsible for protecting the Government's interest in the execution of the construction contract work. His duties include surveillance of all construction work to assure compliance with the contract documents, interpretation of the contract documents, approval of changed work, approval of all submittals, samples, shop drawings, etc. D. Design Build Contract: This term, as used herein, refers to the Contract(s) to perform the design and construction of the project. E. Contractor: This term, as used herein, refers to the contractor under this contract or the DB team. F. AE: This term, as used herein, refers to the Architect / Engineer firm(s) that are a part of the DB team, also referred to as DB/AE. G. Tentative Schedule: - The anticipated completion of this project is 540 calendar days after "Notice to Proceed" (NTP) which includes the design phase. H. Cost Range - The anticipated cost range for this project is between $2,000,000.00 - $5,000,000.00. 7. Design-Build Team: A. The DB team includes all joint venture partners, consultants and subcontractors to the one firm. The DB team shall provide Architectural and Engineering disciplines for the preparation of construction documents, and construction contractor capabilities for construction of the project. B. If the DB Team A/E and contractor are a Joint Venture (not one and the same firm) engineering and other technical consultants shall be subcontractors of the J/V Architect - not the Design-Build construction contractor or subcontractors. If the DB Team A/E and contractor are one and the same firm (not a J/V) those consultants shall be subcontractors of DB firm not the construction subcontractors. C. The Statement of Work (SOW) documents are intended to define existing conditions, certain required items, and design parameters to be included in the project. It is the DB Team's responsibility to complete the documents and construction in a manner consistent with the intent of the SOW documents within the required time period (contract length). PROPOSAL EVALUATION/SELECTION CRITERIA Two-Phase Design-Build Selection and Evaluation Procedures Proposal Evaluation/Selection Criteria: This will be a two-phased evaluation process utilizing the TRADE OFF PROCESS. A tradeoff process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced Offeror or other than the highest technically rated Offeror. FAR 15.101-1 All evaluation factors, other than cost or price, when combined, will be considered equal to cost or price. Past performance evaluation is described below in the criteria section. Each evaluation factor, other than cost or price will be weighted approximately equal. For Phase I: Proposals consisting of Phase 1 Criteria will be accepted from all SDVOSB offerors. Phase I proposals will be evaluated to determine which offerors will submit proposals in Phase II. For Phase II: Only a maximum of the five most highly rated Phase I proposals will be invited to submit a Phase II Proposal consisting of Phase II Criteria. Phase I and Phase II: Evaluations are subjective based on the information provided in response to the information requested in the below evaluation factors. Phase I and Phase II: The Contracting Officer, with the assistance of a qualified Technical Evaluator, will evaluate Technical Sections of each Proposal to determine the offer s ability to accomplish the work as set forth in this solicitation. Technical Evaluation will be based solely on the evaluation factors and criteria detailed below in PHASE I and PHASE II Criteria Sections. Rating System Chart for technical evaluation: Rating Color Definition OUTSTANDING GOLD Superior in essentially all respects. VERY GOOD PURPLE Well above the expected standard for offerors in this profession. GOOD GREEN Meets the expected standard for offerors in this profession. MARGINAL YELLOW Below the expected standard for offerors in this profession. POOR RED Well below the expected standard for offerors in this profession. Award This procurement will be a single award on a Best Value basis resulting from this solicitation to the responsible Offeror, whose technical/cost relationship represents the best value to the Government. Therefore, all offerors are advised that their best terms and conditions should be presented in their initial proposals and that offerors should not to assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. Each Contractor s proposal shall address the evaluation factors as incorporated under the Proposal Submittal header in this solicitation. Failure to provide the minimal information needed for each factor will result in the proposal being considered non-responsive. Award of a conforming proposal may be made without discussions, except for minor clarifications, if deemed to be within the best interests of the Government. However, offerors are advised that exchanges (discussions/negotiations) may occur if deemed necessary. The Government will award a firm fixed-price Design-Build contract to that responsible Offeror whose proposal, conforming to the solicitation, is fair and reasonable, and has been determined to be most advantageous to the Government, considering quality, price and other factors. The Government reserves the right to accept other than the lowest priced offer. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and to the advantage of the Government. The right is also reserved to reject any and all offers. PROPOSAL SUBMITTAL: Submit your proposal packages to the Department of Veterans Affairs. By Mail Delivery: Krystal Glasper Contracting Officer SUBJ: FOR OFFICIAL USE ONLY - Dallas VAMC Wayfinding 2400 Canal Street New Orleans, LA 70112 DUE DATE: FRIDAY, JUNE 16, 2017 PLACE CONTRACTOR S DUNS NUMBER ON STANDARD FORM 1442 AND CONTACT EMAIL ADDRESS. For Phase I - Offerors are to submit two (2) Hard copies of their proposal and two (2) electronic copies. Offerors shall prepare Technical Proposals with the Selection Criteria and Evaluation Factors in mind, in terms of both content and organization, to facilitate evaluation. Only electronic proposals in MS Word or PDF format on a CD will be accepted. NO EMAILED OF FAXED PROPOSALS WILL BE ACCEPTED. Phase I Format and Criteria Cover Page with Solicitation Number, Project Title, Company Particulars to include DUNS Number, Cage Code, Tax ID number, Principle points of contact, EMAIL ADDRESS, mailing address, phone numbers, etc. SF 1442 acknowledge amendments Phase I Proposal shall include No TAB Evaluation Factor Ability to follow Solicitation instructions and Proposal Organization, appearance, & completeness TAB 1 Submit copy of current, valid General Contractor s or Mechanical Contractor s License issued by the state for Construction Contractor, who will be of record. TAB 2 Technical Qualifications 5 pages Max Briefly shall identify three (3) projects showing specialized experience and technical competence on projects which are similar in scope and cost. Submit at best five (5) but not less than three (3) projects the company has performed specializing in IT Server Room Cooling Systems) Briefly describe specialized experience and technical competence specifically related to this type of project. Briefly describe ability to obtain the necessary resources to perform this project specialized experience and technical competence specifically related to this type of project of the prime contractor and/or subcontractor. TAB 3 Past Performance and Experience Relevant and present Past Performance of the Offeror s team (including the architect-engineer and construction members); Relevant performance means projects involving design build projects of a similar type of mechanical medical center work and similar price range, and the offeror served as the Prime Contractor. Recent is defined as performance within the last five (5) years through the solicitation release date. Identify a minimum of 3 projects, but no more than 5 projects. Each past performance shall include the following:    Description of project and dollar value    Identify all major subcontractors    Project completion time Each shall be from the following Experience categories: Team Experience: Identify any projects that the designer and (prime) constructor have previously contractually teamed together to accomplish. Constructor/Key Subs and/or Designer: Include examples, within the last 3 years (5 years for design firms), of design/build projects, in which the designer and/or constructor or key trade subcontractors have been involved, if any. Joint Ventures: If Offeror represents the combining of two or more companies for the purpose of this RFP, then each company must list project examples, related to its role for this project. Prime Contractor Experience: Provide examples of projects, within the last 3 years, in which the prime contractor has been involved, which are similar to this project in scope and magnitude (iii)Design Firm(s) Experience: Provide examples of projects, within the last 5 years, in which each design firm has been involved, which are similar in scope and magnitude to their role on this project. For Phase II - Only from Phase I Offerors NOTIFIED as Selected for Phase II, are to submit two (2) Hard copies of their proposal and two (2) electronic copies along with a powerpoint presentation to be presented before the evaluation team. Offerors shall prepare Technical Proposals with the Selection Criteria and Evaluation Factors in mind, in terms of both content and organization, to facilitate evaluation. Only electronic proposals in MS Word or PDF format on a CD with hardcopies of original bonds will be accepted. BID GUARANTEES ARE REQUIRED FOR PHASE II. See 52.228-1 BID GUARANTEE. NO EMAILED OR FAXED PROPOSALS WILL BE ACCEPTED. PROPOSAL MUST BE SUBMITTED ALONG WITH POWERPOINT PRESENTATION AT THE TIME DETERMINED BY THE EVALUATION BOARD. Phase II Format & Criteria TAB 0. General Information Cover Page with Solicitation Number, Project Title, Company Particulars to include DUNNS Number, Cage Code, Tax ID number, Principle points of contact, EMAIL ADDRESS, mailing address, phone numbers, etc SF 1442 acknowledge amendments TAB 1. Technical Approach TAB 2. Management Approach TAB 3. Key Personnel TAB 4. Offer Guarantee/Bid Bond TAB 5. Price Breakdown Part 1- General pricing breakdown Part 2- Detailed breakdown Narrative Each Contractor s Phase II proposal shall address the following evaluation factors. No TAB Evaluation Factor Ability to follow Solicitation instructions and Proposal Organization, appearance, & completeness TAB 1 Technical Approach (Wayfinding Approach) HOW LONG, HOW MANY SLIDES??) Describe how you will develop the project to achieve all the objectives of both the design and construction objectives of project. Include at minimum all aspects covered in the scope of work. Develop two different conceptual proposals to be organized and put into a powerpoint presentation for VA leadership; This proposals should present graphics, floorplans, drawings, sketches etc for each of the two ideas. (MAYBE THIS IS THE POWERPOINT PRESENTATION) TAB 2 Management Approach 10 pages Max The team s technical and management approach to include project delivery philosophy, quality planning, team organization and responsibilities and capability to perform. Elements for successful Partnering: Communication, Commitment and Conflict Resolution. Provided Quality Assurance/Quality Control Plan (approach to safety and compliance with infection control, projects plans and specifications). Project statistics including start and completion dates (original vs actual) for design and construction; cost (brief explanation of what is included in the cost - :sq. footage, foundation type, number of levels and any awards received. Include any technical obstacles that were encountered and the solution taken. Project Organizational Chart and Narrative - Include team members submitted under Project Personnel Experience below. Clearly describe the prime responsible firm (or firms if a J/V) and individuals as well as the roles and responsibilities of individuals proposed as consultants and subcontractors.   Provide a list all consultants and all proposed major subcontractors, including telephone number, address, and name of contact. Provide a progress schedule in a time scaled bar graph format. The horizontal axis will be scaled for time beginning with the Notice to Proceed and concluding with contract completion. The vertical axis will show the milestones and major portions of the contract work. All schedule items will show a start date and a completion date. The detailed schedule, will indicate specific tasks with dates for each step of the process including: Design Period: The design period sub periods (i.e., first and second reviews, other meetings, internal QUALITY ASSURANCE /QUALITY CONTROL plan reviews, etc.). Construction Period: Mobilization; Demolition method and sequencing; Excavation; Structure Completion; Exterior finishing; Procurement and installation of equipment; Interior installation and phasing; Provisions for overtime or shift work; Site utilities, Tests and final inspection. General Project Delivery Schedule and Narrative - Show relationships between construction document development/completion (including required review activities) and construction activities. The Offeror shall specify how much allowance has been made for bad weather in the schedule, the days of the week and the hours of construction operations during each phase of the work, and the percentage of contract completion that will be achieved at the end of each month of the contract. Tab 3 Key Personnel Project Personnel Experience (Specialized experience and technical competence). The Offeror shall demonstrate the relevant experience of key project personnel. Supply this biographical data for key personnel for at least the following: (Note if one individual is proposed for more than one position listed): Overall Project Manager. Design Project Manager. Construction Project Manager. Architect/Engineer Field Representative. Safety Manager. Superintendent. Biographical data shall include the following: Name of individual. Company employed by. Company position title. Years with the company. Describe work experience with projects that; were completed by the design build process, were medical facilities and/or IT server projects and the company (by name) they worked for when involved in the project. An indication of which (if any) projects submitted under Relevant Experience the individual participated in and what the individuals responsibility was for that project. Position that the individual will hold in regard to this contract/project team, description of duties and what percentage of the individual s time would be committed to the project during both the design and construction phases. Tab 4 Offer Guarantee/Bid Bond Tab 5 Price /Price Breakdown Pricing shall be formatted in a section that can be easily removed from the rest of the Offeror s Proposal so it can be independently evaluated. It shall contain two separate parts. Part 1- General pricing breakdown Part 1 Pricing is lump sums for each bid (Base bid and each Bid deduct)for the following categories: Total Labor for entire project, Total Materials costs for entire project, Total Other Direct costs for entire project, Total Overhead for entire project,   Total G&A for entire project, Total Profit for entire project.   This simple one-page summary consisting of six lump sum figures were requested by the evaluation team to facilitate VA review of pricing Part 2- Detailed breakdown A breakdown is required to ensure a price reasonableness determination as required by the FAR and VAAR, for example by being able to review that Vendor has priced all individual SOW areas and that each item is priced reasonably, etc
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10117R0376/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-17-R-0376 VA101-17-R-0376_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506842&FileName=VA101-17-R-0376-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506842&FileName=VA101-17-R-0376-000.docx

 
File Name: VA101-17-R-0376 Bldg2-1stFloor.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506843&FileName=VA101-17-R-0376-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506843&FileName=VA101-17-R-0376-001.pdf

 
File Name: VA101-17-R-0376 Bldg1-1stFloor.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506844&FileName=VA101-17-R-0376-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506844&FileName=VA101-17-R-0376-002.pdf

 
File Name: VA101-17-R-0376 Bldg60-1stFloor.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506845&FileName=VA101-17-R-0376-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506845&FileName=VA101-17-R-0376-003.pdf

 
File Name: VA101-17-R-0376 Bldg.74-1stlg.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506846&FileName=VA101-17-R-0376-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506846&FileName=VA101-17-R-0376-004.pdf

 
File Name: VA101-17-R-0376 Campus Map.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506847&FileName=VA101-17-R-0376-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506847&FileName=VA101-17-R-0376-005.pdf

 
File Name: VA101-17-R-0376 Bldg2J-1stFloor.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506848&FileName=VA101-17-R-0376-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506848&FileName=VA101-17-R-0376-006.pdf

 
File Name: VA101-17-R-0376 Drawings of Exterior Signage.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506849&FileName=VA101-17-R-0376-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506849&FileName=VA101-17-R-0376-007.pdf

 
File Name: VA101-17-R-0376 VA Dallas - Exterior Signage Quantities.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506850&FileName=VA101-17-R-0376-008.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3506850&FileName=VA101-17-R-0376-008.pdf

 
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: Dallas VAMC;4500 South Lancaster Rd.;Dallas, TX
Zip Code: 75216
 
Record
SN04511722-W 20170519/170517234801-13d1cd7158b297c6378f8e7c4b05020d (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.