Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2010 FBO #3025
SOLICITATION NOTICE

Y -- RECOVERY Y--FY 2010 SPU/SPD CORRECTIONS

Notice Date
3/5/2010
 
Notice Type
Presolicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Contracting Officer (FMS-138);VA ECHS Medical Center;1055 Clermont Street;Denver, Colorado 80220
 
ZIP Code
80220
 
Solicitation Number
VA-259-10-RA-0129
 
Response Due
4/28/2010
 
Archive Date
6/27/2010
 
Point of Contact
Garry Harris
 
E-Mail Address
Contracting Officers e-mail
(Garry.Harris@VA.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Eastern Colorado Healthcare System (ECHCS) Medical Center, located at 1055 Clermont Street, Denver, Colorado is soliciting offers from experienced qualified Service Disabled Veteran Owned Small Business concerns to provide all necessary labor, materials, tools, equipment and services to provide design/build services for work to include: general construction, demolition and removal of existing structures, alterations, site prep, electrical, mechanical, architectural, infection control and phasing measures to complete construction of several line items in the Sterile Processing Department at the Denver VA Medical Center.Project work includes: architectural, mechanical, plumbing, HVAC and electrical renovations. Includes work in a healthcare environment and work as required by the solicitation, drawings and specifications. The estimated construction range is between $100,000 and $250,000. The VA is issuing this Request for Proposal in accordance with FAR Part 15 where technical capabilities and past performance are of greater and/or equal importance than cost and/or price. Selection criteria, in descending order of importance, include: 1. Construction Management: a. Corporate Project Experience - The Offeror shall demonstrate corporate experience with no more than three projects completed within the last five years by a Design Build contract (Design Build as defined by the VA, see article A1.2) and/or contract similar in size and scope to this project. Scoring will be more favorable if both criteria are met. In describing project design and construction experience, provide the following information: (1) Project title, location and brief description including the building use (Medical Facility etc) and contracting method (design build, design bid construct, CM at risk etc). (2) Project owner and name and telephone number of owner's contact person. (3) Project Design Architect and Engineers (consultants if utilized) and name and telephone number of contact person(s). Note each firm and employee also proposed for this solicitation. (4) Project Prime Contractor and Major Subcontractors and name and telephone number of contact person(s). Note each firm and managing persons (project manager/superintendent/foreman as the case may be) also proposed for this solicitation. (5) Project Statistics including start and completion dates (original vs. actual) for design and construction; cost (award vs. actual) and reasons for any delays and/or change orders. b. Project Personnel Experience (Specialized experience and technical competence). The Offeror shall demonstrate the relevant experience of key project personnel. (1) Biographical data shall include the following: (a) Name of individual, (b) Company employed by, (c) Company position title, (d) Years with the company, (e) Describe work experience with projects that; were completed by the design build process, were medical facilities and the company (by name) they worked for when involved in the project, (f) An indication of which (if any) projects submitted under Corporate Experience (above) the individual participated in and what the individuals responsibility was for that project, (g) An indication of which other individuals submitted under Project Personnel Experience this individual has worked with and the project they worked on together, noting if that project has been submitted under Corporate Experience (above), (h) Position that the individual will hold in regard to this contract/project team, description of duties and what percentage of the individual's time would be committed to the project during both the design and construction phases, (i) Describe job related educational experience including degrees, certificates etc and granting institutions. (2) Supply this biographical data for key personnel for at least the following: (Note if one individual is proposed for more than one position listed): (a) Overall Project Manager, (b) (Architect) Design Project Manager, (c) Construction Project Manager, (d) Architect/Engineer Field Representative, (e) Construction Superintendent. c. Technical/Management Approach - The Offeror shall demonstrate the following, relevant to the subject procurement. (1) Project Delivery Philosophy - Include expectation statements concerning: (a) Elements for Successful Partnering: Communication, Commitment and Conflict Resolution, (b) Proposed Design Period Peer Review technical/administrative by VA & RFP AE). (2) Quality Assurance/Quality Control Plan, (3) Project Organizational Chart and Narrative - Include team members submitted under Project Personnel Experience above. Clearly describe the prime responsible firm (or firms if a J/V) and individuals as well as the roles and responsibilities of individuals proposed as consultants and sub contractors. Provide a list all consultants and all proposed major subcontractors, including telephone number, address, and name of contact. (4) Provide the offeror's current workload and availability of adequate staff listed under Project Personnel Experience to manage the project. Include project schedules for current and pending projects, as well as the anticipated impact of this project on those schedules and staffing plans. (5) The Offeror shall describe in a written narrative the plan for phasing the work so that the facility remains operational. 2. Past Performance (Client Satisfaction) - Contact persons supplied for projects submitted under Construction Management -Corporate Project Experience above will be contacted by the Evaluation Panel. These contact's responses will be scored based on the following elements with projects participated in by the Prime (Construction Contractor and Architect firm) being weighted more heavily than projects participated in by consultants, sub contractors and individuals. a. Client Overall Satisfaction with Project: Contact persons will be asked "does the project fulfill the requirements of the clients stated function, does the project require unexpected maintenance activity, and have latent defects been found?" b. Client Overall Satisfaction with Design Build Period Services: Contact persons will be asked "Was the team's response time to clients questions acceptable? Was the staffing level consistent with the project size and complexity? Was communication of schedule and problem issues adequate and consistent? Was there an established problem solving routine? Would the client like to use this firm again?" c. Past experience in a healthcare setting to include: (1) Infection control experience in high risk areas, (2) Phasing, (3) Equipment site preparation experience. 3. Cost and/or Price realism relative to the scope and technical nature of the effort involved. 4. Schedule: a. The progress schedule will be in a time scaled bar graph format. The horizontal axis will be scaled for time beginning with the Notice to Proceed and concluding with contract completion. The vertical axis will show the milestones and major portions of the contract work. All schedule items will show a start date and a completion date. The detailed schedule, will indicate specific tasks with dates for each step of the process including: (1) Design Period: The design period sub periods (i.e., first and second reviews, other meetings, internal QUALITY ASSURANCE /QUALITY CONTROL plan reviews, etc.). (2) Construction Period: Mobilization; Demolition method and sequencing; Procurement and installation of equipment; Provisions for overtime or shift work; and Tests and final inspection. 5. Service Disabled Veteran Owned Small Business and Small Disadvantaged Business sub-contracting participation. In accordance with P.L. 109-461, this acquisition is restricted to Small Business Concerns Owned and Controlled by Service Disabled Veterans (SDVOSB) concerns. NAICS Code 238390 is applicable to this acquisition with a Business Size Standard of $13.0 million. Solicitation documents will be available electronically on or about Wednesday, March 24, 2010 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is scheduled for Wednesday, April 7, 2010, at 10:00 a.m. (Mountain Time), at the VA ECHCS Medical Center, 1055 Clermont Street, Building 7 (FMS), Conference Room, Denver, Colorado 80220. Prospective offerors are encouraged to attend this site visit to familiarize themselves with the project, project site and conditions which may effect your cost proposal. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit to the e-mail address provided. Solicitation number VA-259-10-RA-0129 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA-259-10-RA-0129/listing.html)
 
Place of Performance
Address: 1055 Clermont Street;Denver, Colorado
Zip Code: 80220
 
Record
SN02084693-W 20100307/100305235905-1be72bd67f917400a4e0a79ce7d39ddf (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.