Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2016 FBO #5152
DOCUMENT

C -- 666 - Sheridan VA Parking Lots - Attachment

Notice Date
12/30/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25916R0130
 
Response Due
1/27/2016
 
Archive Date
4/26/2016
 
Point of Contact
Donna Davis
 
E-Mail Address
davis11@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PART I - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 666-416-113-VA Parking Lot, projected at the Sheridan Wyoming Veterans Affairs Medical Center (VAMC) 1898 Fort Road, Sheridan Wyoming 82801. This will be a Service Disabled Veteran Owned Business (SDVOSB) Set-aside. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit one (1) copy of their current SF 330 no later than 1:00 PM Mountain Time (MT) 1/27/2016 to Donna.Davis11@va.gov. The emailed file shall not exceed 5MB in total. The NAICS code for this project is 541330, with a small business size standard of $15M. This project will be 100% set-aside for Service Disabled Veteran-Owned Small Businesses as stated below. The project construction magnitude is between $500,000 and $1,000,000.00 I)GENERAL: 1)The A/E shall provide services for investigation, preparation of working drawings, construction documents, construction period services, and cost estimates to design and upgrade parking lots at the VA Medical Center located at 1898 Fort Road, Sheridan, WY 82801. It also includes communication with and acceptance of design by SHPO. Design must be fast tracked so that construction documents are ready to bid this project to meet the Federal Stimulus Program time frames. a)Parking lot 1 - Provide a design for the replacement of the existing parking lot which is located west of Freedom lane and northwest of Building 1: Demolish and remove existing asphalt, concrete wheel stops, curb and gutter and provide new surface, curb and wheel stops. (Approx. 1,030 Sq. Yds.). b)Parking lot 6 - Provide a design for the replacement of the existing Parking lot which is located off of Freedom lane and south of Bldg. 64: Demolish and remove existing asphalt and provide new surface, curb and wheel stops. (Approx. 4,982 Sq. Yds.). c)Parking lot 22(proposed) - Provide a design for new parking lot which is to be located east of Bldg. 71 and adjacent to existing visitor parking lot 10. Provide a new entrance off of Coast Guard Lane and attach new parking lot 22 to existing parking lot 10. Do not remove any existing trees, adjust drive as accordingly to provide exit on to Coast Guard lane. (Approx. 2,244 Sq. Yds.). d)A/E shall provide a Geotech survey to include a survey at all parking lot sites described. The A/E will determine the condition of the subbase of the two existing parking lots to determine the amount of degradation and rebuilding of the subsurface. 2)The design must, as a minimum, be in accordance with all applicable codes (NEC, IECC, JCAHO, OSHA, DEQ and EPA) and Department of Veterans Affairs (VA) PUBLICATIONS (Master Construction Specifications, Construction Standards, etc.). 3)Work includes, but is not limited to, architectural, civil, electrical and other professional design disciplines, including necessary investigative services to determine soil conditions and the existing capacity of the storm sewer and electrical systems. The AE will determine the required compliance to meet the Clean Water Act and determine what permits will be required by WYO DEQ. As part of the investigation report the AE will provide Storm Water Runoff calculations. They also will prepare applications for permits required by DEQ. The designer will be required to enter confine space and other potential dangerous environments to investigate and discover the condition of systems. a)Bid alternates with a cumulative total of 20% of estimated construction must be part of the design so that the project can be procured within the VA construction budget. 4)The following are VA identified parking lots that require rebuilding or must be built new. All require soil investigation, survey if necessary, striping and site lighting. The design must improve the overall aesthetics of the parking lots and must include drainage to outfalls or the existing storm water sewer system. The design must also allow ease of snow removal and includes curbs and gutters. a)Parking Lot #1. At present parking lot #1 is a parking lot comprised of four (44) parking stalls. The new parking lot will have the same footprint as the existing. Remove existing and provide new. b)Parking Lot #6. At present parking lot #6 is a parking lot comprised of four (95) ADA parking stalls. The new parking lot will have the same footprint as the existing. Remove existing and provide new. c)Design at a minimum a new twenty (20) space parking lot to the east of Bldg. 71 and adjacent to existing visitor parking lot 10. Provide a new entrance off of Coast Guard Lane and attach new parking lot 22 to existing parking lot 10. The mature trees are not to be disturbed. A larger lot is desired if space will allow. Design is includes sidewalks and curb access to the main sidewalks. Include a pedestrian ADA walk from the parking lot to the main entrances of B71N, B71 and B9. The walk is to be lighted. d)Design documents will show the red lines will be submitted by the contractor to the A/E and put into the AutoCAD drawings and submitted within 30 days of the completion of the construction project. e)All existing utilities which are designed to be relocated or modified shall have direction to the contractor on the new location and modifications. 5)The VA will provide the A/E with the following: a)Site plans that are available at the VA Engineering Office in AutoCAD 2008. The accuracy of these prints is not at survey grade but is a close approximation of what is known. There will be instances where the prints are wrong. Construction drawings are also available but cannot leave the station so investigate work of existing drawings must be conducted in the VA Engineering Office. b)VA Standards and VA Master Specifications on electronic format (MS WORD) which are available on the VA web site. c)Basic site plan in pdf showing general location of parking lots. 6)Meeting and Submittal reviews: a)The A/E will combine the kickoff meeting with the first investigative trip. b)The A/E will be on site for the 50% and 95% reviews. A/E shall provide a site visit with the 100% documents to verify fit of new equipment and ductwork routing. c)The A/E will take minutes for all phone calls, meetings and decisions then distribute for review by the members within 5 business days and then finalize the minutes within 5 more business days. Electronic and emailed minutes are acceptable. 7)To be provided by the VA to the designer: a)One line prints of as-build utilities plans and building floor plans are available at the VA Engineering Office in AutoCAD or PDF format. The accuracy of these prints is a close approximation of what exists on site. There may be instances where the prints are wrong, therefore the contractor shall be responsible for field verification of all project requirements and measurements. b)VA Standards and VA Master Specifications in electronic format Microsoft Word © (MS WORD) are available on the VA web site. http://www.cfm.va.gov/til/. Add document footer to these specifications showing the project, the section number, and the page number. The A/E must go through and fill in all blanks and make sure they match the drawings. c)Existing hazardous material survey reports for each building. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.601-1. The following evaluation criteria will be used to evaluate SF 330 technical proposals: *(NOTE: Evaluation Criteria (1) through (4) are considered the most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4), but are of equal value among themselves; Criteria (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; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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 architectural and engineering services. Criterion 1 - - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation for parking lots, storm water pollution prevention, waste reduction, and the use of recovered materials such as asphalt milling and base recovery. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: ? Experience with design of parking lots with an integral element of safety and functionality and low maintenance; ? Experience with civil engineering in cold weather climates (similar to Sheridan, WY); ? Experience with construction and renovation phasing in hospitals and other VA facilities related to civil engineering work and way finding; ? Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, SWPPP (Storm Water Pollution Prevention Plans) preparation related to services similar to this project) ? Experience in providing site investigative services and geotechnical services. Submission requirements: Provide up to three (3) 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 and cost. 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 DUNS number along with each firm 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. Include an e-mail address, and phone number for the point of contact in block 23(c). 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 criterion. Projects shall be submitted on the SF330. 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. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 1 should be submitted in Part 1, Section F of the SF330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines - The majority of the project will be Civil including way-finding and Electrical Engineering. Less than 20% of the work could be Architecture, Mechanical. Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF 330 Part 1 Section G. Criterion 3 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm's ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm's capacity to accomplish multiple projects simultaneously. Criterion 4 - 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 CPARS/ACASS for Criterion 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 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 Criterion 1 will be given greater weight. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (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 Criterion 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, Network Contracting Office 19, Attn: Donna Davis via email at Donna.davis11@va.gov prior to the response date. 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. Criterion 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 SF330 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. Criterion 6 - Location in the general geographical area and knowledge of Sheridan, Wyoming; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. 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. Indicate firms/teams knowledge of Ft Harrison Montana area. Criterion 7 - Reputation and standing 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. Criterion 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 architectural and engineering services provided in the last three (3) years. Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) 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. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF330 submittal. Elaborate presentations are not desired. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit one (1) copy of their current SF 330 no later than 1:00 PM Mountain Time (MT) 1/27/2016 to Donna.Davis11@va.gov. The emailed file shall not exceed 5MB in total. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises prior to contract award. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz prior to contract award will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0130/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-16-R-0130 VA259-16-R-0130.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486809&FileName=VA259-16-R-0130-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486809&FileName=VA259-16-R-0130-000.docx

 
File Name: VA259-16-R-0130 Past Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486810&FileName=VA259-16-R-0130-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486810&FileName=VA259-16-R-0130-001.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: Department of Veteran Affairs;Sheridan VAMC;1898 Fort Road;Sheridan, Wyoming
Zip Code: 82801
 
Record
SN03980376-W 20160101/151230234225-64de9eabb7c896fc621839893fb29e5d (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.