DOCUMENT
C -- Multiple Award Indefinite-Delivery, Indefinite- Quantity (IDIQ) Architectural / Engineering (A/E) Services - Attachment
- Notice Date
- 9/15/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26215S0382
- Response Due
- 10/21/2015
- Archive Date
- 1/19/2016
- Point of Contact
- Maria Cruz-Thompson
- Small Business Set-Aside
- Total Small Business
- Description
- MULTIPLE AWARD INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECTURAL AND ENGINEERING (A/E) SERVICES SYNOPSIS A/E Synopsis: VA262-15-R-0382 1. PURPOSE OF THIS ANNOUNCEMENT: This announcement synopsizes the Government's intent to procure -A/E Services pursuant to FAR Part 5.203(d), FAR Part 5.205(d) and FAR Part 36.601-1. 2. PROJECT TITLE: MULTIPLE AWARD IDIQ CONTRACT FOR MULTI-DISCIPLINES A/E SERVICES TO SUPPORT THE VETERANS INTEGRATED SERVICE NETWORKS (VISN) 22 - DESERT PACIFIC HEALTHCARE NETWORK 3. CONTRACT INFORMATION: a. This is a Pre-solicitation Notice for the establishment of a multiple award, IDIQ A/E contract will service: Southern California and Nevada, namely VA Long Beach Healthcare System (VALBHS), Long Beach, CA; VA Greater Los Angeles Healthcare System (VAGLAHS), Los Angeles, CA to include: Los Angeles Ambulatory Care Center and Sepulveda Ambulatory and Nursing Home Center; VA Loma Linda Healthcare System (VALLHS), Loma Linda, CA; VA San Diego (VASDHS) Healthcare System, San Diego, CA and VA Southern Nevada Healthcare System (VASNHS), Las Vegas, NV. This requirement is being set-aside for qualified 100% small business firms with preference of qualified Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB). All small business firms must be capable of performing A/E services for the areas in Southern California and/or Southern Nevada as specified above. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPSALS; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER EVALUATION HAS BEEN MADE ON THE PROVIDED Standard Form (SF)-330. The SF-330 can be downloaded through the General Services Administration (GSA) Forms Library. This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Part 16.500(d) and FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. b. The intent is to award to firms determined to be most highly qualified; Multiple-Disciplinary, multiple award IDIQ contracts for Firm Fixed Priced (FFP) A/E services. The planned duration for these contracts is a total of five (5) years, if necessary a six (6) month option extension, consisting of a one (1) year base ordering period plus four (4) options for ordering periods of one (1) year each with an option to extend services for up to six (6) months. The anticipated capacity of the each IDIQ is anticipated to be a not to exceed capacity of nine-million and nine-hundred thousand ($9.9M). Task Orders will be issued as needed. Contracts are anticipated to be awarded for fiscal year 2015/2016. c. Contracts awarded as a result of this announcement will be administered by the Network Contracting Office (NCO) 22, 4811 Airport Plaza Drive, Suite 600 Long Beach, California 90815. d. The anticipated contract will provide for a full range of planning, architectural, engineering, program management, and construction management support services. Design task orders could range from very small three-thousand to one million ($3.0K to $1M) multi-building projects. e. The North American Industry Classification (NAICS) codes for this acquisition are 541310 Architectural Services with current small business size of seven million five-hundred thousand ($7.5) average annual revenue and/or 541330 Engineering Services with a current small business size of fifteen ($15) million average annual revenue. f. This announcement is 100% set aside for small businesses. The firm must be capable of responding to and working on multiple task orders concurrently, if necessary. Projects valued at fifty-thousand ($50,000) or less will be set-aside for emerging small businesses. g. Interested parties must be registered in FedBizOpps (FBO) and the System for Award Management (SAM) at www.sam.gov in order to view or download the solicitation documents. It is the responsibility of the interested parties to appropriately register SAM & FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised to be eligible for award of the contract resulting from this solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representations and certifications. h. The solicitation documents will only be made available in electronic format. No compact disks (CD)-ROMs or hardcopy documents will be distributed. 4. PROJECT INFORMATION: a. The NCO 22 requires the services of Multi-discipline A/E firms to support VISN 22 customers primarily in the Southern California and Nevada area, namely VALBHS, Long Beach, CA; VAGLAHS, Los Angeles, CA to include: Los Angeles Ambulatory Care Center and Sepulveda Ambulatory and Nursing Home Center; VALLHS, Loma Linda, CA; VASDHS, San Diego, CA and VASNHS, Las Vegas, NV. This work will be primarily rehabilitation of existing facilities or utility systems of various types, sizes, and complexities. Work may consist of: (1) Studies, Investigations, and Reports including drawings and sketches, and planning documents. (2) Planning services, space use, and repair project planning, with associated planning documents. (3) Detailed facility assessments. (4) Design packages, including but not limited to, Interim Design (30% and 60% levels), Final Design and Corrected Final Design, as defined in each individual Task Order. (5) Specifications. (6) Design Analysis. (7) Design Calculations. (8) Not limited to: Interior Design services and submittals, including color boards, and binders. (9) Preparation of contact documents including plans, design, specifications, schematics, cost estimates, for Invitation for Bids (IFB) or Request for Proposals (RFP) for Design-Build (DB) and Design-Bid-Build projects. (11) Cost Estimates and quantity surveys in the format and detail required in each individual Task Order. (12) Life Cycle Cost Analysis. (13) Value Engineering studies, recommendations and conferences. (14) Subsurface investigations and foundation analyses. (15) Utilization of Government designs, drawings, specifications, and standards for buildings and other structures as necessary to meet the requirements of the proposed project. (16) Construction period services. 5. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: a. This acquisition will be in accordance with FAR Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.601-1. SF-330s will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from exceptional to unacceptable, based on the risk to the Government that the Offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. For this A/E Synopsis the following factors apply: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Factors (1) through (4) are considered most important and equal among themselves; Factors (5) and (6) are of slightly less importance than (1) through (4), but are equal value among themselves; Factors (7) and (8) are the least important and listed in descending order of importance. Specific evaluation criteria include: 1. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. Capacity to accomplish the work in the required time. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 6. Location in the general geographical area of the project and knowledge of the locality of the project within the one hundred fifty (150) miles of Long Beach, CA and North Las Vegas, NV, respectively. 7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 8. Record of significant claims against the firm because of improper or incomplete engineeringA/E services. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the Section H of SF 330 and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. b. Detailed descriptions of each evaluation factor are provided as follows: (1) FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): i. Rehabilitation of existing facilities or utility systems of various types, sizes, and complexities; ii. Design of new facilities or utility systems of various types, sizes, and complexities; iii. Design of projects on Department of Veterans Affairs (DVA) Healthcare Systems; iv. Cost engineering using RS Means; v. Sustainable design utilizing Leadership in Energy and Environmental Design (LEED) rating tools; vi. Preparation of the development of the technical information for DB RFP's; vii. Construction phase services including shop drawing review and preparation of Operation & Maintenance (O&M) manuals. Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project's square footage. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the Data Universal Numbering System (DUNS) number along with each firms name in the SF 330 Part 1, Section F Item 25 "Firms from Section C Involved in this Project," block (1). Include a contract number or project identification number in block 21 in Section F. Include an e-mail address, and phone number for the point of contact in block 23(c) in Section F. Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the Contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the Offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the Offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the Offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this Factor. Projects shall be submitted on the SF 330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Failure to provide the requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Factor 1 should be submitted in Part 1, Section F of the SF 330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Factor 1. (2) FACTOR 2 -PROFESSIONAL QUALIFICATIONS. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330, Part 1. Additional staff available for work on this contract shall be indicated on the chart by providing how many staff will be working on the contract with the each key discipline. Submission requirements: Resumes shall be provided for qualified professional personnel in Section E of SF 330, Part 1. Indicate participation of key personnel in example projects in the Section G of SF 330 Part 1. Resumes are limited to one (1) page each and shall only be submitted to include the required number of professional personnel that will be working on the contract specified in the following key disciplines, that are required to be licensed, registered, and/or certified: i. two (2) architects, ii. two (2) structural engineers, iii. two (2) civil engineers, iv. two (2) mechanical engineers, v. two (2) electrical engineers, vi. one (1) fire protection engineer, vii. one (1) geotechnical engineer, and viii. one (1) certified industrial hygienist. Resumes shall be provided for other key personnel as follows: ix. two (2) project managers, x. one (1) interior designer, xi. one (1) cost estimator, and xii. one (1) landscape architect. Registration/certification for all is encouraged. The fire protection engineer must be either: (1) an engineer having a Bachelor's of Science (BS) or Masters of Science (MS) degree in fire protection engineering from an accredited university engineering program, plus a minimum of five (5) years work experience in fire protection engineering; (2) a registered Professional engineer (PE) who has passed the National Council of Engineers and Surveying (NCEES) fire protection engineering written exam; (3) a registered PE in a related engineering discipline with a minimum of five (5 ) years' work experience dedicated to fire protection engineering. Other personnel should be shown on the organizational chart by discipline in the total number available for utilization on task orders assigned under this contract. Show lines of responsibility and communication between project team leaders and team members. The evaluation of all key personnel will consider education, training, registration, overall and relevant experience, and longevity with the firm. 3) FACTOR 3 - PAST PERFORMANCE. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reports System/Architect-Engineer Contract Administration Support System (CPARS/ACASS) for Factor 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide the requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Factor 1. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER FACTOR 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the PPQ (Attachment (A)) included in this notice is provided for the Offeror or its team members to submit to the client for each project the Offeror includes under Factor 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF 330. If the Offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, Offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable), as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, NCO 22, Attn: Maria Cruz-Thompson via email at Maria.Cruz-Thompson@va.gov prior to the response date. On the subject line of the email shall include: VA262-15-R-0382 - PPQ. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. (4) FACTOR 4 - CAPACITY TO ACCOMPLISH WORK. Firms must address and demonstrate the capacity to execute several large Task Orders or multiple small Task Orders simultaneously. The evaluation will also consider the capacity of key personnel available and dedicated to complete routine Task Orders within mandated schedules. Submission requirements: Provide no more than five (5) specific examples in Section H of SF 330, to include the total design value(s) for each large Task Order, small Task Order, and routine Task Order accompanied with the original submittal schedule(s) and the actual completion schedule(s). The information submitted must indicate and support the ability to successfully manage and execute multiple projects of varying dollar magnitudes. The evaluation will consider key personnel identified in Sections D, E and G, as well as other available staff. (5) FACTOR 5 - SPECIFIC EXPERIENCE AND QUALIFICATIONS OF PERSONNEL proposed for assignment to the project and their record of working together as a team. Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF 330 meets the documentation requirement). Furthermore, Offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. (6)FACTOR 6 - LOCATION IN THE GENERAL GEOGRAPHIC AREA AND KNOWLEDGE OF LOCALITY. Firms/Teams will be evaluated on the location of their office or offices within one-hundred and fifty (150) miles from Long Beach, CA and/or Northern Las Vegas, NV, respectively, that will be performing the work under this contract and knowledge of locality as it pertains to design and construction methods of DVA projects in the Southern California and Southern Nevada areas shall be presented in Section H of SF 330. Submission requirements: Indicate firms/teams location, including main offices, branch offices and any sub-consultants' offices and demonstrate how this will be advantageous to the Government. Additionally, Offerors must affirm they are able to perform work at all Southern California locations (four (4) stations) and/or Southern Nevada location. (7)FACTOR 7 - REPUTATION AND STANDINGS of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Submission requirements: Offerors shall provide documentation (awards, certificates, publications, commendations from within the community) as evidence of reputation and standing of its firm. (8) FACTOR 8 - RECORD OF SIGNIFICANT CLAIMS AGAINST THE FIRM because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm as a result of improper engineering A/E services provided in the last five (5) years shall be presented in Section H of SF 330. Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last five (5) years. The SF 330 shall contain a signed and dated statement by the president of the firm affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. 6. SUBMISSION REQUIREMENTS: a. Deadline. Interested parties shall submit an original and six (6) duplicate responses no later than 2:00 p.m. (local time), October 21, 2015 to the following address: Network Contracting Office (NCO) 22 Attention: Maria Cruz-Thompson, VA262-15-R-0382 4811 Airport Plaza Drive, Suite 600 Long Beach, CA 90815 Be advised that submittals received after the deadline will be considered late and will be processed in accordance with FAR Part 15.208. b. Hand carried delivery or USPS/UPS/Fedex delivery of hard copies is authorized. Facsimile submission is not authorized. Email submission is not authorized. c. File Organization, Formatting, Size, and other instructions. Each submission shall be clearly indexed, and logically assembled. Part I of the SF 330 should not exceed fifty (50) pages in total, including fifteen (15) pages for Section H. Font size shall be ten (10) or larger. Resumes in Section E and example projects in Section F shall not exceed one (1) page each. Indicate in Section C.11 "Role in this Contract", if the prime has worked with the team members in the past five (5) years. In Section G.26 "Names of Key Personnel", include the name of the firm for each of the key personnel is associated with. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. 7. INQUIRIES: a. Interested parties with technical inquiries shall submit their inquiries in writing to maria.cruz-thompson@va.gov, no later than 11:00 a.m. (local time), September 29, 2015. No technical questions, unless in the government's interest, will be answered after the deadline specified in this RFP Synopsis. b. Personal visits for the purpose of discussing this announcement will not be scheduled. Solicitation VA262-15-R-0382, VISN 22 Architectural-Engineer IDIQ PAST PERFORMANCE QUESTIONNAIRE Rating Abbreviations: (E) - Exceptional, (VG) -Very Good, (S) - Satisfactory, (M) - Marginal, and (U) - Unsatisfactory CONTRACT INFORMATION (Contractor to complete Blocks 1-4) 1. Contractor Information Firm Name: CAGE Code: Address:DUNs Number: Phone Number: Email Address: Point of Contact: Contact Phone Number: 2. Work Performed as: 0 Prime Contractor 0 Sub Contractor 0 Joint Venture 0 Other Percent of project work performed: If subcontractor, who was the prime (Name/Phone #): 3. Contract Information Contract Number: Delivery/Task Order Number (if applicable): Contract Type: 0 Firm Fixed Price 0 Cost Reimbursement 0 Other (Please specify): Contract Title: Contract Location: Award Date (mm/dd/yy): Contract Completion Date (mm/dd/yy): Actual Completion Date (mm/dd/yy): Explain Differences: Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable): Explain Differences: 4. Project Description: Complexity of Work 0 High 0 Med 0 Routine How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.) CLIENT INFORMATION (Client to complete Blocks 5-8) 5. Client Information Name: Title: Phone Number: Email Address: 6. Describe the client's role in the project: 7. Date Questionnaire was completed (mm/dd/yy): 8. Client's Signature: 1. QUALITY: a) Quality of technical data/report preparation effortsE VG S M U N a.1. Comments: b) Ability to meet quality standards specified for technical performanceE VG S M U N b.1. Comments: c) Timeliness/effectiveness of contract problem resolution without extensive customer guidanceE VG S M U N c.1. Comments: d) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance)E VG S M U N d.1. Comments: 2. SCHEDULE/TIMELINESS OF PERFORMANCE: a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below)E VG S M U N 2.a.1 Comments: b) Rate the contractor's use of available resources to accomplish tasks identified in the contractE VG S M U N 2.b.1. Comments: 3. CUSTOMER SATISFACTION: a) To what extent were the end users satisfied with the project?E VG S M U N 3. a.1. Comments: b) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication)E VG S M U N 3.b.1. Comments: c) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer?E VG S M U N 3.c.1. Comments: d) Overall customer satisfactionE VG S M U N 3.d.1 Comments: 4. MANAGEMENT/ PERSONNEL/LABOR a) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force?E VG S M U N 4.a.1. Comments: b) Ability to hire, apply, and retain a qualified workforce to this effort E VG S M U N 4.b.1 Comments: c) Government Property ControlE VG S M U N 4.c.1. Comments: d) Knowledge/expertise demonstrated by contractor personnelE VG S M U N 4.d.1. Comments: e) Utilization of Small Business concernsE VG S M U N 4.e.1. Comments: f) Ability to simultaneously manage multiple projects with multiple disciplinesE VG S M U N 4.f.1. Comments: g) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changesE VG S M U N 4.g.1. Comments: h) Effectiveness of overall management (including ability to effectively lead, manage and control the program)E VG S M U N 4.h.1. Comments: 5. COST/FINANCIAL MANAGEMENT a) Ability to meet the terms and conditions within the contractually agreed price(s)?E VG S M U N 5.a.1. Comments: b) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the clientE VG S M U N 5.b.1. Comments: c) If this is/was a Government cost type contract, please rate the Contractor's timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns)E VG S M U N 5.c.1. Comments: d) Is the Contractor's accounting system adequate for management and tracking of costs? If no, please explain in Remarks section.Yes No 5.d.1. Comments: e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if show cause or cure notices were issued, or any default action in comment section below. Yes No 5.e.1. Comments: f) Have there been any indications that the contractor has had any financial problems? If yes, please explain below.Yes No 5.f.1 Comments: 6. SAFETY/SECURITY a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.)E VG S M U N 6.a.1 Comments: b) Contractor complied with all security requirements for the project and personnel security requirements.E VG S M U N 6.b.1. Comments: 7. GENERAL a) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues).E VG S M U N 7.a.1. Comments: b) Compliance with contractual terms/provisions (explain if specific issues)E VG S M U N 7.b.1. Comments: c) Would you hire or work with this firm again? (If no, please explain below)Yes No 7.c.1. Comments: d) In summary, provide an overall rating for the work performed by this contractor. E VG S M U N 7.d.1. Comments: Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary): ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________STRENGHTS:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________WEAKNESSES:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ DEFICIENCIES:_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ COMMENTS:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Past Performance Information provided by: __________________________________________________ (Printed Name) Signature: ________________________________________ Date: ____________________________ Organization: _____________________________________Phone:____________________________ Please email to: Maria.Cruz-Thompson@va.gov Please include on the "Subject" line of your email: VA262-15-R-0382 PPQ
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215S0382/listing.html)
- Document(s)
- Attachment
- File Name: VA262-15-S-0382 VA262-15-S-0382_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2318628&FileName=VA262-15-S-0382-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2318628&FileName=VA262-15-S-0382-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-15-S-0382 VA262-15-S-0382_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2318628&FileName=VA262-15-S-0382-003.docx)
- Record
- SN03886485-W 20150917/150915235835-ca25b3c06e23c1bc1baff501e67d246f (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 |