Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2014 FBO #4730
DOCUMENT

C -- Replace Waterlines, Phase 6 - Water Treatment Design - Attachment

Notice Date
11/4/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24714R1710
 
Response Due
11/17/2014
 
Archive Date
2/15/2015
 
Point of Contact
Theresa M. Elkins
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to update the evaluation criteria, add site visit and update proposal response date: Site visit has been scheduled for 12 November 2014 at 2:00pm, Main Lobby, Bldg 801, 950 15th Street, Augusta, GA Proposal Due Date has been updated to 17 November 2014, 2:00pm EST Evaluation Criteria have been updated to read 31 October 2014 All other terms remain unchanged SF 330 Supplemental Information Architect Evaluation Criteria for Project No. 509-10-124 Dated October 31, 2014 Revision 1 In addition to the submission of the SF 330, firms are required to provide the following supplemental information as part of total submission package. Submitting firms are to provide four (4) bound hard copies with tabs and two (2) CDs which contain the SF 330s and the following documents. 1. Professional qualifications necessary for satisfactory performance of required services. a) Submission requirements: o Submit personal resumes that best demonstrate the firm's professional qualifications, including specific licenses and registrations relevant to the solicitation requirements. 2. Specialized experience and technical competence in the type of work required. Specialized experience pertains to the types, volume and complexity of work previously or currently being performed by a firm that is comparable to the types of work covered by this requirement. a) Definitions: o Specialized work means construction and design projects similar in project scope, size, construction features, dollar value and complexity of that listed in the RFP. Projects submitted outside these parameters will be assigned lower ratings. o Similar dollar value is considered construction projects of Five Hundred Thousand dollars ($500,000) and greater. o Similar complexity is considered projects of an operational likeness to that listed in the RFP o Within the past five (5) years shall mean from date of SF 330 package submission to five (5) years prior. b) Submission requirements: o Submit up to three (3) relevant projects, accomplished within the past five (5) years that best demonstrate your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. o Complete and submit a data summary sheet for each project. Each project data package may not be longer than two (2) pages in length and may include verbiage, graphics and photos. o Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. 3. Capacity to accomplish the work in the required time. Identify the firm's past and present workload, and convey the understanding of being able to handle several design projects concurrently and within prescribed deadlines/constraints. a) Submission requirements: o Provide a narrative, (maximum of one 8 ½" X 11" page) that discusses the firm's approach to accomplishing multiple concurrent design projects with emphases on meeting prescribed deadlines. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Past performance relates to how well a firm has performed on substantially completed projects, within the past five years. a) Definitions: o Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations. o Government agencies are defined as local, state, and federal entities. Higher ratings may be given for work performed on VA Medical Center campuses. o Private industry is defined as non-governmental clients. o "Within the past five (5) years" shall mean from date of proposal submission to five (5) years prior. o The term "substantially complete" shall mean a fully designed project with construction of the facility/project more than 80% complete. b) Submission requirements: o Submit up to three (3) relevant projects design complete or substantially construction complete within the past five (5) years and best demonstrates your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. o Complete and submit a project data summary sheet for each project. Each project data package may not be longer than two (2) pages in length. o Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. o Questionnaires. Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received. 5. Location in the general geographical area of Augusta, Ga. (within 200 mile radius) and knowledge of the locality of the Charlie Norwood VAMC: a) Definitions: o Knowledge of the locality is defined as familiarity of applicable codes and regulations in place for the area. b) Submission requirements: o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's location. 6. Implementation of the Design Quality Control Program. Identify the roles and responsibilities of the major personnel of the firm and depict the understanding and implementation of Quality Control procedures for task orders. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. a) Submission Requirements: o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's approach to the task orders with emphasis on the envisioned role of the design team with regard to Quality Control. 7. Program management process/plan for handling Charlie Norwood VAMC projects. Identify the roles and responsibilities of the major personnel of the firm and depict the lines of communications envisioned for the design tasks between the firm and with the Government. a) Submission Requirements: o Provide an organizational chart (no larger than 8-1/2" 11") depicting the relationships between the firm and all partners and/or subcontractors/consultants to be associated with this solicitation and identifying each of the firms key positions/personnel and their role in managing work for these task orders. o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's Program management approach to the task orders. 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. a) Submission Requirements: o Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any claims, disputes, lines or judgments against your firm for instances where there have been design errors, deficiencies and/or omissions AND the steps your firm took to resolve the issues and the ultimate outcome. o Provide a statement if item 8 above is not applicable to your firm. 9. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. a) Submission Requirements: o Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any partnering, teaming, or subcontracting relationships your firm has and how long members within your firm have worked with one another THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED. THE GOVERNMENT WILL NOT BE HELD LIABLE FOR CONTRACTOR COSTS INCURRED IN THE PREPERATION OF SF 330's OR SUBMISSIONS. NOTE: SF330 packages shall be submitted by 1:00 pm local time on Monday, 17 November 2014 to the below cited contracting office address. Contracting Office Address: VA Southeast Network - VISN 7 501 Greene Street Hatcher Building - Suite 2 Augusta Ga. 30901 MAILING Address: Charlie Norwood VA Medical Center 1 Freedom Way Attn: Ms. Theresa Elkins, Contract Specialist Telephone: (706) 733-0188 X 3972 Fax: 706-733-0188 e-mail: theresa.elkins@va.gov. Place of Performance: Charlie Norwood VA Medical Center Augusta, Ga. 30904 SITE VISIT IS SCHEDULED FOR 12 November 2014 at 2:00pm. Meeting Place: Main Lobby Bldg 801, 950 15th Street, Augusta GA 30901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24714R1710/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-R-1710 VA247-14-R-1710_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1712660&FileName=VA247-14-R-1710-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1712660&FileName=VA247-14-R-1710-002.docx

 
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: Charlie Norwood VAMC;1 Freedom Way;Augusta, GA
Zip Code: 30901
 
Record
SN03565741-W 20141106/141104234625-f8cd38fc1f12805833a2a30cbcb7d148 (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.