Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2020 SAM #6713
SOURCES SOUGHT

C -- Replace Transformer 1X28 Project 526-20-117

Notice Date
4/14/2020 12:43:59 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0561
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
08/15/2020
 
Point of Contact
PATRICIA CORDERO patricia.cordero@va.gov
 
E-Mail Address
patricia.cordero@va.gov
(patricia.cordero@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-20-117 to Replace Transformer 1X28 at the James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330, Engineering Services, and small business size standard of $16.5 Million. The 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 before June 30, 2020. 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 or bidder 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 48 CFR 852.219-11(c) (1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible Service veteran-owned small business concerns . In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice 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). LOCATION James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468 COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $2,000,000. 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 The A/E shall perform the work required within the limits of the above 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. SCOPE OF SERVICE REQUIRED ARCHITECT / ENGINEERING SERVICES Supplement B to SF252 SCOPE OF WORK ARCHITECTURAL/ENGINEERING SERVICES PROJECT #526-20-117 Replace Transformer for 1X28 GENERAL SCOPE Supplement B defines the minimum requirements of completion for each phase of the project design. This document involves several disciplines. A/E will supply all labor, materials and services to include but is not limited to Architectural Specifications, electrical, life safety, mechanical, Value Engineering, progress phasing scheduling and estimating as well as other design considerations, to design for a complete and fully functional transformer and load interrupter switch in vault 1X28. Design will include but is not limited to the following: Replace Transformer for 1X28 (Con Ed High Voltage Utility Service) We have 4 utility feeds from our local utility provider Con Edison. Con Edison provides 13.2 KV to 4 original transformers at our facility which each step down to 4160 V. The 4160 V load side connect to our switchgears and get branched off to required loads throughout the medical center. The 3000 KVA transformer identified as 1X28 is no longer functional as it is more than 40 years old. Con Edison will provide a new transformer but the VA is responsible for all installation. Con Edison gave us two choices which has been considered by the Chief of Facility Management. First choice is to replace with new 3000 KVA but it will take approximately one year to customize and deliver to Bronx VA. No ductbanks, cabinets, wiring, etc downstream will have to be replaced. Design for all requirements to install a fully function 3000 KVA transformer. Second choice is to provide a 10500 KVA transformer that is readably available but the ductbanks below, switchgear cabinets, wiring breakers, equipment, etc downstream will need to be replaced. Design for all requirements for a fully functional 10500 KVA transformer. Space for the 10500 KVA transformer and appropriate ventilation and maintenance spaces will have to be looked into as well as we are utilizing the same vault. For 2nd option, design for all excavation, restoration, replacement of ductbanks, replacement of structures if needed, replacement cabinets and associated breakers, wiring, calibrations, other protection devices, etc. Design for each option and provide all electrical, life safety, and any other design requirements for a fully functional design. Provide a feasibility report for each option, comprehensive schedule to complete project inclusive of lead time, extensive other construction needed and required construction times as with the 2nd option, associated costs and designer opinion for management to make a decision. Provide new adjacent federal pacific load interrupter switch and cabinet enclosure for new transformer for each option. Design for all needed components, connections, etc for a fully function load interrupter switch. Design for all construction signage, barriers, flagmen, safety harnessing or perimeter guards, etc as needed for safe installation. Each submission is to be sent to the VA Regional FPSE, Peter Leszcak for review. All designs to have dual dimensions metric and imperial. Construction drawings shall also be provided on AutoCAD Version 2019 and Autodesk Revit 2017, on CD ROM with a minimum of 700 mb capability. Cost estimates should reflect 10% for overhead and 10% for profit and an allowance for General Conditions. The final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. B) All design to be done as per VA specifications, NFPA 99, 101, NEC, VA design manuls, ANSI/TIA and BICSI standards. C) Coordinate all construction with Project Engineer prior to start of work. D) All penetrations made during installation around wiring, conduits, junction boxes, pull boxes, pipes, etc must be sealed with Fire Sealant Caulking and/or materials. Hilti fire sealant is hospital standard. E) Provide patchwork, paint, replacement of ceiling tiles, etc to any area destroyed during construction. All materials must match existing type. F) Any drawings provided by the Government are for reference only and it is the responsibility of the contractor to field verify all drawings, installation methods and dimensions for accuracy. G) Must clean construction site on a daily basis. H) Contractor is to furnish all warranties, operation and service manuals for the job and new equipment prior to final payment. All warranties begin when approved and accepted by Bronx VA. I) Contractor is responsible for securing the construction site, while maintaining the integrity of the Medical Center security. J) Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc. B. The A/E shall address the need for special protective construction (Pre-construction risk assessments) and methods of work to assure the continued operation of medical center. C. The A/E shall develop an appropriate phasing and coordination plan for the construction of the project so as to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction. D. As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on AutoCAD 2014. VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. II. Method of Procedure A. The A/E shall make an on-site inspection of all areas within the scope of the project to familiarize themselves with existing conditions. The A/E shall verify all dimensions including verification of drawings and information furnished the A/E by the VA. B. Upon appointment by the Director, Facility Management Service Center, the A/E will be assisted by VA Facility Management staff in confirming existing conditions. The VA makes no guarantee as to the accuracy of any as-built drawings furnished or information provided. The A/E must verify all conditions. C. The A/E shall meet with all necessary staff and medical center management in order to determine the Medical Centers requirements. The A/E shall use this information and provide several planning options to address these requirements. SP-13 DESIGN REVIEW AND COMPLETION SCHEDULE The A/E shall perform the work required by this contract within the limits of the following schedule. The firm shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Review on the following dates: Replace Transformer for 1X28 (526-20-117) Deliver 35% Schemetic Review material to Contracting Officer not later than____45 Days After Award._____________ Review 35% Schematic Material with Contracting Officer on _____ 60 Days After Ward. Deliver 100% Final Review material to Contracting Officer not later than__________100 Days After Award Review 100% Final Material with Contracting Officer on ____120 Days After Award. Preliminary Design and Analysis A. Compliance of 35% Design Review This review shall include the following: 1. Drawings shall be completed to the extent the following is shown: a. Demolition work required for each area. b. Investigatation as necessary as described in the SOW for metal decking, structural, drainage, asbestos, etc. 2. Provide a design analysis that will evaluate for the Bronx VAMC: Phasing Analysis. b. Impact Analysis c. Recommendations/Solutions. d. Review of applicable Codes. e. 1/4 or 1/2-inch scale drawings (typical). 3. Specifications: provide a listing of all applicable VA Master Specification sections to be used for this project. 4. Provide a cost estimate based on drawings, specifications, and design analysis. Provide appropriate adjustments for phasing and local or market conditions. 5. Provide five (5) copies of design analysis, drawings and cost estimates. 6. The A/E shall attend a design review meeting at James J. Peter s /VAMC Bronx, New York. 7. Provide design via PDF and AutoCAD on CD. 8. Provide a preliminary feasibility report for each option, comprehensive schedule to complete project inclusive of lead time, extensive other construction needed and required construction times as with the 2nd option, associated costs and designer opinion for management to make a decision. D. Final Project Review - 100% Completed Design 1. The 100% phase involves the production of complete drawings, specifications, and other documents necessary for the bidding and construction of the project. Also included at this phase are the final detailed cost estimate, the final phasing plan and the construction schedule. 2. It is the A/E Firm's responsibility to provide a quality set of documents. Related documents shall be complete, fully coordinated and ready for reproduction for contract. 3. Prior to reproduction for issue for construction bids, the Engineering Firm shall make any changes to the documents identified as necessary. 4. The A/E Firm shall deliver the original contract drawings to the Project Manager for signature, after the previous review comments are incorporated and the contract drawings have been approved. The contract drawings shall bear the seal of the Registered Architect and Professional Engineer responsible for the design. 5. Submit a complete set of applicable VA Master Specifications edited to reflect the scope of work of the project. Also, submit copies of any architectural specifications prepared by the Engineering Firm from any source other than VA Master Specifications. Ensure the specifications have been edited and tailored in their application to represent accurate coordination between the drawings and specifications. 6. Provide a final feasibility report for each option, comprehensive schedule to complete project inclusive of lead time, extensive other construction needed and required construction times as with the 2nd option, associated costs and designer opinion for management to make a decision. The A/E (Engineering Firm) shall incorporate all comments from the previous review into the final working drawings and specifications. 1. Final construction cost estimate shall be provided. 2. Final construction specifications. 3. Final construction contract drawings. 4. Final construction project schedule. 5. Provide five (5) copies of all review material. NOTE: All final construction specifications must be provided on Microsoft Word in addition to providing five (5) hardcopies. All drawings shall be stamped and signed. All final construction drawings must be provided on latest version of AutoCAD and PDF, (see attached description), Abobe .pdf, in addition to providing one (1) set of Mylar and five (5) blue line copies A. ARCHITECTURAL 1. Submit a 100% complete and coordinated set of construction drawings and specifications. 2. Submit fully dimensioned floor plans showing all revisions required by comments from the previous review meetings. 3. Submit interior details. 4. Submit drafting symbols, and abbreviations, general notes and schedules that are complete and coordinated with all contract documents. 5. Submit a complete and coordinated finish schedule. 6. Submit demolition plans, existing finish schedule and notes, on demolition plans. 7. Submit completed building sections, wall sections and exterior elevations that show finish floor elevations, and indicate all building systems and materials. 8. Submit completed reflected ceiling plans for entire buildings, indicating all ceiling mounted equipment, lighting fixtures, air diffusers, registers, etc. 9. Submit equipment plans and details with all revisions from comments on previous submittal. B. INTERIOR DESIGN (Not applicable for this project) 1. Provided 100% completed finish schedule and specifications for all rooms and areas. These shall be fully coordinated between the drawings and specifications. C. ARCHITECTURAL SPECIFICATIONS 1. Assure the original specification drafts have been edited and tailored in their application to represent accurate coordination between the drawings and specifications. 2. Submit one full set of drawings of all disciplines, fully coordinate. 3. Submit a brief description of work for inclusion in the Pre-Solicitation Notice. 4. Final Bid Document Submittal: a. Revise draft specifications to incorporate: 1. All changes, resolution of conflicts and modifications noted in previous reviews. 2. Results of any drawing changes not shown on the drawings that affect the specifications. b. Type the specifications in final format and content including any desk copy changes made by the VA staff at the previous reviews. Submit a complete set of the typed architectural specifications including one full set of final drawings of all disciplines, fully coordinate. D. EQUIPMENT SPECIFICATIONS 1. Submit typed master specifications in final format and content. 2. Include a set of equipment drawings fully coordinate. E. STRUCTURAL 1. Include all completed structural drawings if needed. All drawings shall be checked and coordinated with other disciplines prior to submission for review. F. SANITARY 1. Submit 100% complete drawings to include the following if needed: a. Previously submitted drawings that have incorporated comments of the last review. b. Legend, notes, and details. G. PLUMBING 1. Submit 100% complete drawings to include the following if needed: a. Previously submitted drawings that have incorporated comments of the last review. b. All piping sized. c. Plumbing riser diagram plans. d. Demolition plumbing floor plans. e. Legend, notes and details. H. HEATING, VENTILATION AND AIR CONDITIONING (HVAC) 1. Provide complete and final engineering calculations of all systems. In addition to the updated room by room heating and cooling calculations, the following additional calculations shall be performed and submitted: a. Final selection of all pumps with head calculations based on the actual piping layout and takeoffs, and pressure drop through the equipment selected for the systems. b. Final selection of all fans with the fan static pressure calculations based on the actual duct layouts and takeoffs, and static pressure drop through the equipment for all systems. c. Sizing and selection of all expansion tanks based on the actual piping layout and volume computation d. Sizing and selection of all steam to hot water converters and heat exchangers based on the flow requirement of each terminal unit, that is, duct mounted reheat coil, box (air terminal unit) mounted reheat coil, unit heaters, convectors, finned tube radiation, radiant ceiling panels, etc. e. Sound analysis of various systems and steps taken to ensure compliance with the specified noise levels. 2. Provide complete selection data, including catalog cuts and calculations, for all HVAC equipment and drawings showing all equipment schedules. 3. Complete the coordination requirements with electrical, plumbing, and steam generation by providing revised information (if any) developed since the last submission. In addition, complete coordination with the architectural drawings (Examples: Louvers, ceiling access panels reflected ceiling plans, etc.) and structural drawings (Examples: Operating weights of ceiling and floor mounted equipment, concrete and steel supports, roof and floor openings, etc.). 4. Submit 1/8 inch scale HVAC floor plans for all areas showing all ductwork and piping on separate floor plans. Show all duct/pipe sizes and quantities, that is, air quantities for each room and each air inlet/outlet, expressed in cubic feet per minute (CFM) and fluid quantity, where required, in gallons per minute (GPM). Show all volume dampers, fire dampers, smoke dampers, automatic control dampers, risers and drops in ductwork, air inlet/outlets, etc., on the air distribution floor plans. Show all piping specialties, such as expansion loops, anchors, valves, drip assemblies, balancing fittings, etc. on the piping floor plans. All architectural room names and numbers must be shown on the floor plans along with designated smoke and smoke/fire barriers. 5. Submit 1/4 inch scale HVAC floor plans for all mechanical equipment rooms with at least two cross-sections taken at right angles to each other. Show all equipment located on roof and/or grade. 6. Provide updated design and drawings of the outside chilled water distribution work showing pipe sizes and insulation with plans, profile, sections, details and all accessories such as anchors, expansion loops/joints, valves, manholes, capped and flanged connections, interface between the new and existing work (if any). The outside piping layout drawings shall clearly indicate interferences (if any) with the existing utilities and/or landscape elements. The scope of work shall show rerouting any utilities, cuttings of roads, pavements, trees, etc., and the extent of new and demolition work, thus, involved. The outside utility drawings shall be based on the study of the latest site drawings, discussions with engineering personnel and actual site inspection of the existing utility. To determine the actual location of the existing utility, should it become necessary to perform limited excavation, the Engineering Firm shall make necessary arrangements to do so in consultation with the site engineering personnel and project manager. 7. Update all automatic temperature control drawings showing revisions (if any) since the last submission. All duct detectors, control valves/dampers static pressure sensors, differential pressure control assemblies, etc., whose actual physical location is critical for the intended sequence of the operation shall be clearly shown on the floor plans and identified as such. For projects involving a central Engineering Control Center (ECC), provide a point schedule with intended analog/digital input/outputs, graphics capabilities and requirements of the other trades to be included in the ECC. Provide a riser diagram showing locations of all field data gathering panels and their interface with the ECC. The actual location of the ECC and peripherals should be shown on the floor plans. 8. Submit VA standard detail drawings. The details shall be edited to suit the project. Include any special details deemed useful and necessary for the project. 9. Provide complete HVAC demolition drawing showing clearly the extent of demolition work. Indicate major sizes of ductwork and piping to be dismantled. Show capacities and sizes of the existing equipment to be removed. Show clearly, points of connection and disconnection, blankoffs, dead end flanges with isolating valves. Coordinate demolition and restoration work with other disciplines. The revised capacities of the systems affected by the demolition work shall be clearly stated together with additional efforts, if any, involved in testing, balancing and adjusting them. 10. Provide edited sections of the VA Master Specifications. Include all information which is applicable to the project. I. ELECTRICAL 1. Submit 100% complete drawings including legend symbol list, details and schedules. 2. On the electrical one-line diagrams and risers show the final sizes, ratings, feeders and identification of the electrical equipment. 3. Plans shall include any major equipment to be removed and/or relocated. Any equipment, devices or fixtures to remain and be reused shall be shown where necessary for rewiring. 4. Submit the complete final lighting, load and sizing calculations. (ie, transformers, conductors, panelboards, etc.). 5. Indicate the short-circuit current values available at each level of distribution on the one-line and riser diagrams. 6. Submit a full set of floor plans. Show locations of primary distribution switchgear, engine generator sets, unit substations, feeder routing plan and other major pieces of equipment. 7. All floor plans shall have room titles and area functions shown on the drawings. Location of all equipment, lighting fixtures, outlets for power, fire alarm devices, and signal outlets and devices shall be shown. Layouts of specialty areas (radiology, office/exam, bed areas, O.R.'s, I.C.U.'s, etc) are to be laid out. 8. All electrical drawings shall show smoke partitions and fire alarm zones. Submit fire alarm and signal (nurse call, telephone, MATV, CCTV, radio, PA, etc.) riser diagrams. 9. Phasing and shutdown requirements. J. BARRIER FREE DESIGN 1. Complete all drawings and specifications. Ensure that every effort to make this facility accessible to handicapped employees and patients has been taken in this design. K. FIRE PROTECTION 1. Complete all drawings and specifications if needed. Ensure compliance with NFPA. Provide hydraulic calculations used to derive the pipe and equipment dimensions and ratings. L. PHASING REQUIREMENTS 1. Phasing requirements shall describe the general sequence of the project work, estimated project duration (including allowances for delivery items), and what government constraints will exist that will influence the Contractor's approach to the construction project. In addition, special attention shall be given to asbestos abatement requirements to ensure that the project phasing plan and associated cost are reasonable. Adequate time shall be allocated for the evaluation for asbestos abatement areas in addition to the time to perform the asbestos abatement work that must precede the general construction. The Engineering Firm shall submit the following phasing information: a. Phasing Narrative in written form which outlines phasing requirements and sequence with all areas of the project identified as a part of some phase. Each phase description shall include constraints particular to that phase, what other phases that must precede it, and any VA moves which must precede the start of the phase or phases. If equipment and other removable items require storage and relocation by the government, because of asbestos abatement, these requirements shall be listed in the phasing narrative. Special phasing constraints which may be common to the project should be listed at the end of the narrative and not within each individual phase description. b. Individual phases shall be outlined and labeled on all drawings including site, architectural, structural, plumbing and electrical drawings. Phases shall be outlined on the submitted full sized drawings. c. All systems shall be designed so that, upon completion of a particular phase, the entire area covered by that phase can be occupied by the Medical Center personnel with all systems functioning properly. IV Construction Period Services A. Review materials, submittals, shop drawings, schedules, etc. 1. Provide recommendation to Project Engineer as to each submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. 2. Provide list of submittals and status report of submittals processed. B. Review and advise the VA of contractors request for information. C. Review change orders and provide A/E cost estimate to support VA's negotiations with contractor. D. Furnish as-built drawings at completion of construction. E. Advise the VA of the timeliness of the contract with his approved schedule. F. Site visits: 1. Prebid Conference/Preconstruction Conference. 2. Eight (8) field visits during construction (All field visits are to be followed by a job meeting). 3. One (1) Final Inspection, to include construction punch list/report. SELECTION CRITERIA/DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR 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; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 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 This factor evaluates the 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: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry 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 occurringwithin 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. 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: 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 not a completed 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 CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a 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-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submi...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f4f0ffd842e4f208415307c9195767c/view)
 
Place of Performance
Address: James J. Peters DVA Medical Center;130 W. Kingsbridge Road;Bronx, New York 10468, USA
Zip Code: 10468
Country: USA
 
Record
SN05621109-F 20200416/200414230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.