SOLICITATION NOTICE
B -- Feasibility Study for AALF
- Notice Date
- 3/15/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: James A. Haley Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management Service, (90C), 13000 Bruce B. Downs Boulevard, Tampa, Florida 33612
- ZIP Code
- 33612
- Solicitation Number
- 673-92-04
- Response Due
- 3/25/2004
- Archive Date
- 4/24/2004
- Point of Contact
- Point of Contact - Cathy A. Pridlides, Contract Officer, Ph: (813) 972-7515, Fx:(813) 903-4838, Contracting Officer - Cathy A. Pridlides, Contract Officer, Ph:(813) 972-7515, Fx:(813) 903-4838
- E-Mail Address
-
Cathy A. Pridlides
(cathy.pridlides2@med.va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation Subpart 12.6 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 673-92-04 applies and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20, The North American Industry Classification Systems (NAICS) code is 542622 size standard is $6 million. Provide consulting services for a study to determine the market and financial feasibility of an affordable assisted ling facility (AALF) service for the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612, in accordance with terms and provisions of solicitation. The James A. Haley Veterans’ Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612, intends to award a firm, fixed-price contract for consulting services for a study to determine the market and financial feasibility of an affordable assisted living facility (AALF) being planned for Viera, Florida. All services required for the completion of this contract, including preparation of a market study, are to be included in the quotation. Offerors are advised that the VA reserves the right to make changes, by addition or deletion, to the scope of work as deemed necessary under the contract. The offeror shall provide: (a) a quotation for the total contract, and (b) quotation of this total fee broken down by anticipated milestone payments, per the following scope. The scope of the contract is to include the following: (A) Project Concept/Schedule: 1) analyze the concept as it has been defined to-date by the VA; 2) evaluate existing reimbursement methods for rent and services; 3) refine the concept; 4) develop a preliminary development schedule, through construction. (B) Market Analysis: 1) prepare a Request for Proposal (RFP) for marketing analysis/market study firm; 2) prepare a list of such firms and their credentials; 3) issue the RFP to pre-qualified firms; 4) analyze proposals; 5) select the market study firm; 6) notify selected and non-selected firms and enter into a contract with the selected firm; 7) monitor progress, review final draft of report and comment; 8) advise the VA as to the interpretation of the market study findings. (C) Preliminary/Draft Budget and Pro Formas: 1) formulate a preliminary/draft Development Budget including all project costs (hard and soft) and contingencies; 2) formulate a preliminary/draft Operating Pro Forma for 10 years of operations. (D) Financing and Financials: 1) identify likely options for financing debt; 2) identify likely equity requirements; 3) identify pilot programs or demonstration projects that might be utilized for this project; 4) review any existing financial information on the project, including business plans and other studies previously prepared for the project, if available. (E) Developer/Operator Selection: 1) prepare a Request for Proposal (RFP) for a Developer/Operator who will, through an Enhanced Use Lease agreement with the VA, be responsible for the development and ongoing operations of the AALF; 2) assist the VA in an assessment of the Developers/Operators who respond to the RFP; 3) assist the VA in the selection of a Developer/Operator for the project; 4) assist the VA in the preparation of a letter of intent for the Developer/Operator. EVALUATION: Offerors are required to submit the following Evaluation Criteria: (A) Technical: 1) Offeror is required to submit for each professional working under a resultant contract for services, evidence of experience and education completed that is pertinent to the work required under the contract, such as a resume that includes references to specific projects; 2) Offeror is to identify which, if any, professional members of the Offeror’s team are not employees, that is, are consultants or subcontractors, not including the market study firm to be selected; 3) Offeror is required to submit evidence of personnel adequate to perform the services necessary, as well as depth of organizational experience to responsibly meet, with integrity, the requirements of the contract; 4) Offeror is to provide information on loans or grants for predevelopment expenses that can be made available through the Offeror to the Developer/Operator to be selected by the VA, including the total dollar amount available, eligible borrowers currently utilizing the loan or grant program, and requirements for funding. (B) Past Performance: Offeror is required to describe, in detail, three projects/contracts, either with government agencies or the private sector, that involved the same or similar requirements. These projects/contracts must be for affordable assisted living facilities of greater than twelve units. The Government reserves the right to call all persons listed herein for references. Descriptions of the projects/contracts must include: 1) number of residents; 2) description of contract; 3) name and address of firm or contracting entity; 4) contract number; 5) description of services provided; 6) contact name, position and phone number; 7) type of permanent financing utilized; 8) income/affordability statistics (i.e., 50% of residents in Project A were at <30% area median income). Projects/contracts must be for work performed by the Offeror responding to this RFQ. References for work performed by entities other than the Offeror will be disqualified; 9) In additional to the permanent funding sources listed for the projects/contracts above, Offeror shall list all permanent funding sources Offeror has experience with on similar affordable assisted living projects; 10) Offeror shall indicate specific responsibilities for each project/contract mentioned. Any Offeror who does not have adequate experience, personnel, and/or depth of organization, in the sole opinion of the Contracting Officer, may be rejected. Award will be made to the Offeror providing the best value in terms of cost and technical abilities. FAR clauses and provisions are applicable: 52.212.1, Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. Offerors are to include a completed copy of FAR Provision 52.212-3 Offeror Respresentations and Certifications-Commercial Items with its quotation. All quotations are to be submitted by hard copy to the designated office by COB March 25, 2004. ELECTRONIC VERSIONS OF PROPOSALS ARE NOT ACCEPTABLE. Electronic solicitation may be obtained FREE at the following URL: http://www.fedbizopps.gov. Any amendments or additional information issued to this solicitation will also be available electronically at the URL address. Offerors are responsible for obtaining any and all amendments or additional information. Any inquires concerning this solicitation should be directed to the attention of Cathy Pridlides, 813-972-7515, fax 813-903-4838. The above due date should be considered “on or about”.
- Web Link
-
RFQ 673-92-04
(http://www.eps.gov/spg/VA/TaVAMC673/TaVAMC673/673-92-04/listing.html)
- Place of Performance
- Address: Viera, FL
- Zip Code: 32940
- Country: United States
- Zip Code: 32940
- Record
- SN00545124-F 20040317/040315223109 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |