Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2023 SAM #7956
SOLICITATION NOTICE

Y -- 589-019, Construct Women's Health and Primary Care Addition Kansas City VAMC (VA-21-00104203)

Notice Date
9/7/2023 6:10:50 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77623R0085
 
Response Due
9/19/2023 9:00:00 AM
 
Archive Date
12/18/2023
 
Point of Contact
Joshua Slapnicker, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
joshua.slapnicker@va.gov
(joshua.slapnicker@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Department of MEMORANDUM Veterans Affairs Date: August 29, 2023 From: Contracting Officer To: All Potential Offerors for Solicitation 36C77623R0085 Subject: Amend Solicitation Section Six 36C77623R0085 Construct Women s Health and Primary Care Addition for Kansas City VA Medical Center (VAMC) at Kansas City, MO Purpose: The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is issuing this amendment to amend section six of the Request for SF-330 s. In the request for SF-330 s solicitation section six listed Phase II evaluations were going to be interview presentation. The wording is below: 6. Phase II Oral Presentations Selection Criteria: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of oral presentations. The selected firms will be invited to provide presentations to the A-E Evaluation Board. The instructions for the oral presentations will be provided to the selected firms only. Each selected firm will be evaluated based on their presentation. The top-rated firm will be selected based on their rating from their presentation. The previous ratings from the SF330 evaluations are not applicable during Phase II Section six is amended to the following: 6. Phase II Written Responses Selection Criteria: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to provide their written responses to predetermined questions via email to the A-E Evaluation Board. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their written responses. The top-rated firm will be selected based on their rating from the written responses. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the written responses. The factors are listed in equal order of importance. Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase, and prior to each submission. Describe strategy for control of estimated cost, and solutions for anticipated problems. Discuss proposed design team, their specific strengths, and experience that make them the best fit for this project. Discuss how the design teams will work together, and with the VA, to keep this design on schedule, within budget, and compliant with VA design requirements. Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Discuss ability, familiarization, or experience with VA design guides and directives and their interpretations and application to this design. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be TRM approved. Provide examples of lessons learned from previous project(s) that affects how the design will be approached for this project. Proposed approach to Design Development: Discuss plan to ensure specifications and drawings are well edited, accurate, all inclusive, and coordinate with each other. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Expectation for VA AE collaboration: Discuss what expectations the AE firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. Summary: The solicitation 36C77623R0085 section six has been amended. Evaluation criteria for the new amendment is enacted via this amendment. A record of the e-mails have been kept and filed into the project briefcase. Jennifer Salerno-Diciuccio Contracting Officer VHA-PCAC Prepared by Contract Specialist, Joshua Slapnicker
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36bd3ec442c2458290c7d5d61a2f4df6/view)
 
Place of Performance
Address: Kansas City VA Medical Center 4801 E. Linwood Blvd, Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN06822180-F 20230909/230907230057 (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.