Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
DOCUMENT

C -- AE Services 526-19-117 CLC 2nd Floor Add'l Patient Rooms - Attachment

Notice Date
10/6/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217R1234
 
Response Due
9/25/2017
 
Archive Date
10/25/2017
 
Point of Contact
Joseph Ercole
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. U.S. Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Demolition, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler and Communication (telephone and data), as well as other design considerations to create new bedrooms out of existing common space in the 2A area of Building 106, Community Living Center (CLC), Project #526-19-117, at the James J Peters VA Medical Center. This project will renovate CLC space at James J. Peters VA Medical Center, 130 West Kingsbridge Rd., Building 106, Bronx, NY 10468. All packages are due no later than November 6, 2017 11:59 PMET; see ahead here for what must be sent for response submission. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. Magnitude of Construction is between $1,000,000.00 and $2,000,000.00. This is a 100% Veteran Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before end of December 2017. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1) VA Notice of Total Veteran-Owned Small Business Set-Aside (Dec 2009): (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns. In order to assure compliance with this clause, all firms submitting a SF 330 for this announcement are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). SCOPE OF SERVICES REQUIRED Provide Architect and Engineering services for this project to create new bedrooms out of existing common space in the 2A area of Building 106, Community Living Center (CLC), Project #526-19-117, at the James J Peters VA Medical Center. This Project will renovate existing space to create new bedrooms in Building 106, CLC, 2nd Floor, VA Medical Center Bronx, 130 West Kingsbridge Rd., Bronx, NY 10468. Programming should be provided for maximizing the number of bedrooms in existing space 2A-10, 2A-20, 2A-30, and 2A-40. Follow all requirements outlined in the CLC Design guide. Each bedroom should be single occupancy and have its own in suite bathroom with a shower. Maintain the proper egress regulations for each suite and for the overall floor. Provide ADA accessible bedrooms, bathrooms and corridors. Include design considerations for a patient lift in each room that can service the bed, toilet, and shower. Match the existing design for concealed medical gas headwalls that include a hydraulic frame for artwork. A minimum of 20 site visits during construction period services, not including the final inspection. Technical disciplines include but are not limited to architecture, fire protection engineering, interior design, structural engineering, mechanical engineering, electrical engineering, health facility planning, industrial hygiene, scheduling, and cost estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). Schematics: General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B. LOCATION A/E must have an existing active design production office within a 250 mile radius of the Bronx VA Medical Center. A/E office location in the geographical area of within 250 mile radius to James J. Peters VA Medical Center, 130 West Kingsbridge Rd., Building 106, Bronx, NY 10468. This distance is determined according to http://maps.google.com/ COST RANGE Estimated Construction Cost Range: Between $1,000,000.00 and $2,000,000.00. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: Deliver concept/preliminaries Review material to Contracting Officer not later than 20 calendar days after award Deliver Review concept/preliminaries with Contracting Officer not later than............................................................................................25 calendar days after award Deliver 35% Schematic Review material to Contracting Officer not later than 50 calendar days after award Review First Schematic Review material (35% complete) with Contracting Officer not later than 65 calendar days after award Deliver Second Schematic Review material (65% complete) to Contracting Officer not later than 95 calendar days after award Review Second Schematic Review material (65% complete) with Contracting Officer not later than 120 calendar days after award Deliver 95% Design Review material to Contracting Officer not later than 150 calendar days after award Review 95% Design Material with Contracting Officer not later than 170 calendar days after award Deliver 100% complete Final Review material to Contracting Officer not later than 200 calendar days after award Review 100% complete Final Review material (CD) material (100% complete) with Contracting Officer not later than 220 calendar days after award Deliver Final Bid Documents to Contracting Officer not later than 230 calendar days after award The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following: Selection Criteria Weight 1. Professional qualifications and disciplines of staff proposed to the satisfactory performance of required services 15% 2. Examples of specialized experience and technical competence in various disciplines required for specific project 20% 3. Capacity to accomplish the work in the required time 10% 4. Past experience and performance on government contracts 15% 5. Location in the general geographical area of the facility project and knowledge of the locality of the facility project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project 10% 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness 10% 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services 5% 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team 15% Total Percentage 100% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS AND DISCIPLINES OF STAFF PROPOSED TO THE SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; EXAMPLES OF SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN VARIOUS DISCIPLINES REQUIRED FOR SPECIFIC PROJECT Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME This factor evaluates ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; PAST PERFORMANCE ON GOVERNMENT CONTRACTS: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Announcement, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Announcement. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is no completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A/E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A/E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A/E follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires are to be submitted directly to the government point of contact, VA Contracting Officer, Joseph Ercole, via email at: joseph.ercole@va.gov prior to or by deadline response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations shall be attached to the SF330, behind the SF330 Part II document. (5) LOCATION i. A/E's proximity within 250 miles to James J. Peters VA Medical Center, 130 West Kingsbridge Rd., Bronx, NY 10468, is an evaluation criteria. AE location in the geographical area of within 250 miles to VA Medical Center Bronx. ii. This distance is determined according to http://maps.google.com/ iii. This factor evaluates the distance the AE firm's design office or offices location is from the location of work at VA MC Bronx NY. Please provide the address(es) and distance of your closest office to the address of VA MC Bronx, 130 West Kingsbridge Rd., Bronx, NY 10468. (6) ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA LIMITATIONS VA Notice of Total Veteran Owned Small Business Set-aside (Dec 2009) Definition For the U.S. Department of Veterans Affairs, Veteran Owned Small Business Concern (1) 1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit Four (4) hard/paper copies of SF330 (most recent can be downloaded from www.gsa.gov/forms) and one (1) disc (CD), which contains digital copies of their completed SF330, and past performance evaluations or attachment questionnaires completed by others (see Attachment 1), this Attachment 1 only can be emailed to joseph.ercole@va.gov. All packages are due no later than November 6, 2017 11:59 PM ET, including all Past Performance (ACASS/CPARS) evaluations or questionnaires (Attachment 1). All responses must be sent to the attention of Joseph Ercole, VA Contracting Officer at: Joseph Ercole, VA Contracting Officer Network Contracting Office 9B-22 J.J. Peters Medical Center, VA Medical Center Bronx 130 West Kingsbridge Rd., 9th Floor, 9B-22 Bronx NY 10468 Response submission must include A, B, C as follows: A. SF330 B. all Past Performance (ACASS/CPARS) evaluations OR- questionnaires minimum of 3 (Attachment 1 only Attachment 1 can be emailed to joseph.ercole@va.gov); and C. insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification. The Contracting Officer is not responsible for not receiving response submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to joseph.ercole@va.gov Telephone inquiries will not be honored to maintain integrity of the process and provide fair and equal treatment of prospective responders. Please see attachments here to this announcement. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. -END- ATTACHMENT 1 - PAST PERFORMANCE QUESTIONNAIRE Please send this questionnaire to at least three (3) projects identified in your firm s SF 330 Section F, Example Projects which best illustrate proposed team s qualifications for this work. Additional space or blank sheets may be added to answer any question. IF PAST PERFORMANCE ACASS/CPARS IS NOT AVAILABLE, THEN OFFEROR TO SEND THIS QUESTIONNAIRE TO MINIMUM OF 3 PRIOR CLIENTS AS LISTED IN SF330. OFFEROR TO PLACE THEIR NAME IN RESPECTIVE BLANK SPACES BELOW, AS INDICATED AE NAME AE FIRM TO BE EVALUATED. Transmittal Letter to Accompany Past Performance Questionnaire A. GENERAL INFORMATION FROM: _________________________________ SUBJECT: Past Performance Questionnaire for Contract(s): AE Name____________ is currently responding to Bronx VA Medical Center s request for SF 330, Architect-Engineer Qualifications for the Community Living Center (CLC), Project #526-19-117, at the James J Peters VA Medical Center, Bronx NY. This Request for SF 330 s requires respondents to identify customers and solicit their response regarding ___________AE Name____ performance. __Recommender Name________ is providing past performance data to Northport VA Medical Center relating to our performance on contracts and have identified _Recommender Contact____ as the points of contact for these contracts. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by email, mail or delivery service by September 25, 2017 11:59 PM ET, directly to the Network Contracting Office (NCO) Contracting Officer, Joseph Ercole, at: Joseph Ercole Contracting Officer, NCO2 U.S. Department of Veterans Affairs 130 West Kingsbridge Rd., 9th Floor Bronx, NY 10468 joseph.ercole@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to __AE Name____________. Please direct any questions about the acquisition or the attached questionnaire to Joseph Ercole, NCO2 Contracting Officer, at point of contact identified above. A. GENERAL INFORMATION (CONTD ) A-E FIRM TO BE EVALUATED: Firm Name: _________________________ Telephone: _________________________ Address: _________________________ Email: ____________________________ Point of Contact: _____________________ Firm Cage Code: _____ Firm Tax ID Number: ________ Firm DUNS Number: ________ Description of A-E Firms Responsibilities: Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: ___ The A-E Firm performed as the Prime Contractor o Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: __% Other (Please describe) EVALUATOR INFORMATION: Evaluator s Company or Agency Name: ________________________ Evaluator s Name: ________________ Address: ________________________ Title of Evaluator: ________________ ________________________ Telephone: ____________________ E-mail: ______________________ B. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Exceptional and Marginal-Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: ______________________ PROJECT NAME: ____________ Contract Period of Performance: ___ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. C. Using the Performance Information Descriptions in B above, place an X in the appropriate columns using the definitions matrix in B above. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. Coordination and control of subcontractors 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. 9. Cooperation and responsiveness 10. Management of Resources/Personnel 11. A/E s effectiveness and responsiveness in interfacing with the Client s staff 12. Compliance with regulations 13. Professional conduct 14. Changes activity/Change order(s) requested 15. Adequacy of work force 16. Met/corrected deficiencies, if any 17. Good faith effort made along complete project Follow-On Construction Support Services: 18. Thoroughness and timely review of construction submittals. 19. Timely resolution of construction design issues. 20. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 21. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 22. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 23. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 24. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If Applicable): 25. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 26. A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project. Overall: 27. How would you rate the A/E s ability to control cost? 28. How would you rate the A/E s overall management performance on this contract? 29. How would you rate the A/E s overall technical/quality performance on this contract? 30. Would you use this A/E again? (If No, please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions: _______________ A-E FIRM S NAME: ______________________ PROJECT NAME: ____________ Contract Period of Performance: ___ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. D. NARRATIVE SUMMARY (Use this section to explain any rating from the previous pages, especially 5 Exceptional and 1 Unsatisfactory and N/A-Not Applicable) Item COMMENTS Add more rows as needed SEND COMPLETED QUESTIONAIRE TO: Joseph Ercole, Contracting Officer, NCO2 U.S. Department of Veterans Affairs 130 West Kingsbridge Rd., 9th Floor Bronx, NY 10468 This information is per: VA Policies and Regulations, Information Letter 001AL-10-03 at: http://www1.va.gov/oamm/docs/library/ils/il10-03.pdf VA Policies and Regulations, Information Letter 90-01-2 at: http://www1.va.gov/oamm/oa/ars/policyreg/ils/il01_2.cfm FAR 12.206 states that a contractor's past performance should be an important element of every evaluation and contract award for commercial items; FAR 42.1501 states that past contractor performance information should include, among other relevant information, the contractor's adherence to contract schedules. Acquisition Reform Network website, http://www.ARNet.gov; website, the Office of Procurement Policy (OFPP) has posted a best practices guide entitled, "Best Practices for Collecting and Using Current and Past Performance Information."   The revised guidance leaves this matter at the discretion of the agencies.  Acquisition professionals should note that, FAR Subpart 15.305(a)(2)(iv) states that the lack of a past performance history may not be evaluated favorably or unfavorably. FAR Part 36 applies to architect and engineering services. -END-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217R1234/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-R-1234 VA242-17-R-1234_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839614&FileName=VA242-17-R-1234-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839614&FileName=VA242-17-R-1234-000.docx

 
File Name: VA242-17-R-1234 Attachment CLC Supplement B CLC 2nd Floor Rooms.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839615&FileName=VA242-17-R-1234-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839615&FileName=VA242-17-R-1234-001.docx

 
File Name: VA242-17-R-1234 Attachment Questionnaire.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839616&FileName=VA242-17-R-1234-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839616&FileName=VA242-17-R-1234-002.pdf

 
File Name: VA242-17-R-1234 AE Announcement CLC 2nd Floor, Bronx October 2017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839617&FileName=VA242-17-R-1234-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839617&FileName=VA242-17-R-1234-003.docx

 
File Name: VA242-17-R-1234 Attachment - CLC - Building 106 Second Floor Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839618&FileName=VA242-17-R-1234-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3839618&FileName=VA242-17-R-1234-004.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: James J. Peters Medical Center;VAMC Bronx;130 W. Kingsbridge Rd.;Bronx
Zip Code: 10468
 
Record
SN04708445-W 20171008/171006230550-05b5ebdfe71f31b5ec68ac1202d67ca9 (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.