Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
DOCUMENT

C -- Landscaping and Parking Lot design - Attachment

Notice Date
7/20/2017
 
Notice Type
Attachment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R0804
 
Response Due
6/30/2017
 
Archive Date
9/28/2017
 
Point of Contact
Michael Shull
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 2 of 7 1. CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The Government intends to use the short selection procedures IAW FAR 36.602-5 (Short selection process for contracts not to exceed the simplified acquisition threshold). The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The magnitude for construction of this project is between $500,000 and $1,000,000. Contract Award Procedure: Before a service disabled veteran owned small business (SDVOSB) is proposed as a potential contractor, they must be certified by VETbiz.gov and registered in the System for Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide Architectural / Engineering services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and A/E construction period services. This work will involve the complete construction of two new parking areas. Included in this project will be lighting, markings, landscaping, storm water drainage, and one access control point for staff parking. The new parking areas should be designed in a manner that provides a transition to the adjoining parking areas. Lighting and landscaping shall adhere to the current designs and aesthetics of the existing facility. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. 2. PROJECT INFORMATION: This project involves new construction of two new parking areas. One will be located adjacent to Building 37 and the other will be an addition to the parking area at Building 1. All factors such as lighting, drainage, landscaping, and access control points with an identification card reader at the Building 1 parking area, and all required markings. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below. Each criterion is of approximately equal weight. 1. Professional Qualifications Necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Architectural Design, Civil Engineers, Electrical Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. RATE UNACCEPTABLE: The majority of personnel assigned to the key positions do not appear to have any experience in designing the type of facilities and systems anticipated in this contract or, none of the key personnel listed appear to work in the firm s designated project office. RATE MARGINAL: The majority of personnel assigned to the key positions appear to have experience on one or fewer of the type anticipated in this contract. RATE ACCEPTABLE: The majority of personnel assigned to the key positions appear to have experience on one to three projects of the type anticipated in this contract or at least four of the key personnel are subcontractor personnel. RATE GOOD: The majority of personnel assigned to the key positions appear to have experience on at least three projects of the type anticipated in this contract or any of the key personnel are subcontractor personnel. RATE OUTSTANDING: All personnel assigned to the key positions appear to have experience with more than three projects of the type anticipated in this contract and are employees of the prime A-E firm. 2. Specialized Experience and Technical Competence The type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The consultant Provide a full set of construction documents for a project that will improve the Parking and Landscape Design at Building 37 and Building 1 parking area. RATE UNACCEPTABLE: The firm does not have experience completing any projects of the type anticipated for this contract. RATE MARGINAL: The firm's experience completing projects of the type anticipated for this contract is limited to one project or only projects that do not include a majority of the skills required. RATE ACCEPTABLE: the firm has experience completing at least two projects of the type anticipated for this contract or primarily projects that do not include the majority of the skills required. RATE GOOD: The firm has experience completing at least four projects of the type anticipated for this contract or includes projects that do not include the majority of the skills required. RATE OUTSTANDING: The firm has experience completing at least six projects of the type anticipated for this contract including the majority of the skills required. 3. Past performance Contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. The following definitions apply: Relevant: Past/Present performance efforts involve the magnitude of effort and complexities which are essentially what this contract requires. Not Relevant: Past/Present performance efforts involve none or significantly less magnitude of effort and complexities which are essentially what this contract requires. Currency: For the purposes of this contract, currency is performance occurring within the last seven years from the posting of the contract synopsis. Projects which are not current shall not be evaluated. RATE UNACCEPTABLE: Past performance evaluation reports indicate significant negative information or board members have firsthand knowledge of significant poor performance. RATE ACCEPTABLE: Past performance evaluation reports contain some favorable information and there is some favorable firsthand knowledge of past performance with only minor problems indicated. RATE OUTSTANDING: Past performance evaluation reports indicate multiple instances of favorable information or board members have firsthand knowledge of multiple instances of favorable past performance. No negative past performance information was found. 4. Capacity to accomplish the work in the required time: This factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. RATE UNACCEPTABLE: The firm's past history or current/projected work load indicates that the firm does not have the capacity to accomplish work in accordance with standard design schedules. RATE ACCEPTABLE: the firm's past history indicates problems with meeting schedules but the current/projected workload indicates that the firm should have the capacity to accomplish the work in accordance with the standard design schedules. RATE OUTSTANDING: The firm's past and the current/projected workload indicate that the firm has the capacity to accomplish the work in accordance with standard design schedules. 5. Location: The general geographic area of the project and knowledge of the locality of the project: This factor evaluates the distance from the A-E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Distance will be measured from the Lebanon VA Medical Center, Lebanon, PA RATE UNACCEPTABLE: Design office is over 400 miles from the project location. RATE ACCEPTABLE: Design office is between 200 and 400 miles from the project location. RATE OUTSTANDING: Design office is less than 200 miles from the project location. 6. Reputation and standing of the firm and its principle officials with respect to professional performance, general management, and cooperativeness. RATED UNACCEPTABLE: Past performance information indicates that the firms professional performance and management practices have been lacking and as a result low quality products are produced or the firm had shown a trend of lack of customer service and of being uncooperative when dealing with design issues. RATED ACCEPTABLE: Past performance information indicates that the firm's professional performance and management practices have normally produced high quality products and that the firm shows a record of being somewhat customer service oriented and cooperative when dealing with design issues. RATED OUTSTANDING: Past performance information indicates that the firm's professional performance and management practices have consistently produced high quality products and that the firm shows a record of being extremely customer service oriented and cooperative when dealing with design issues 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. RATED UNACCEPTABLE: Record indicates that the firm has had four or more claims filed for errors and omissions within the previous year prior to the due date of Standard Form 330's. RATED ACCEPTABLE: Record indicates that the firm had no more than three claims filed for errors and omissions within the previous year prior to the due date of the Standard Form 330's. RATED OUTSTANDING: Record indicates no more than one claim filed for errors and omissions within the previous year prior to the due date of the Standard form 330's. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. RATED UNACCEPTABLE: Project team shows no evidence of ever having worked together on any projects. RATED ACCEPTABLE: A number of the members of the project team have worked together on projects RATED OUTSTANDING: The majority of the team members of the project team have worked together on projects. 4. SUBMITTAL REQUIREMENT: This project is set aside under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009), and all original SF330 packages shall be submitted to: Lebanon VA Medical Center ATTN: Michael Shull Contracting Bldg. 19, RM104C 1700 South Lincoln Ave Lebanon PA, 17042 All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested firms having the capabilities to perform this work must submit four hardcopies of SF 330 (8/2016 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. In SF 330 Part II, block No. 4 provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work). In SF 330, Part I, Section C, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. In SF 330, Part I, Section D, include an organization chart indicating how each firm and each key individual on the proposed team (prime, applicable prime branch offices and each sub-contractor as identified in SF 330, Part I, Section C) integrates into the composite team. In SF 330, Part I, Section E, provide brief resumes of the on-staff or consultant employees anticipated to perform the work. Resumes shall not exceed one page. In SF 330, Part I, Section F, provide examples of relevant completed projects which demonstrate your team s qualifications for this contract and include any utilized consultants/sub-contractors. Provide a maximum of 10 projects, with no more than one project per page. In SF 330, Part I, Section G, block 26, in addition to the individual s name, include their associated firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block 26 along with their firm location and their roles even if example project experience in Block 28 is not applicable. In SF330, Part I, Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. Also, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Agency, Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed fifteen pages for Section H. Front and back side use of a single page will count as 2 pages, and use text no smaller than Times New Roman size 11. Pages in excess of the maximums will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed except when the evaluation criteria in Paragraph 3 explicitly require a schedule or drawing and shall not otherwise be considered. Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. Point of Contact: Contracting Michael Shull, 717-272-6621 x3896, E-mail questions to: Michael.Shull@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R0804/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-0804 VA244-17-R-0804.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673926&FileName=VA244-17-R-0804-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3673926&FileName=VA244-17-R-0804-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04588184-W 20170722/170720235034-c904646ec5bfd4ee9990f0588ab2a013 (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.