DOCUMENT
C -- DESIGN WAYFINDING SYSTEM - Attachment
- Notice Date
- 12/5/2017
- Notice Type
- Attachment
- NAICS
- #541430
— Graphic Design Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;2875 Union Road, Suite 3500;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- 36C24218R0107
- Response Due
- 1/11/2018
- Archive Date
- 4/11/2018
- Point of Contact
- Nicholas Winne
- E-Mail Address
-
7-1460
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 14 of 17 DESCRIPTION: This is a Sources Sought-Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. This requirement is 100% set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. 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-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the Design Way Finding Upgrades, Project# 528A7-15-703. The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 400-mile radius of the Syracuse VAMC site as indicated by a mapquest.com driving directions search from the prime designer s address listed in Vetbiz to the project site. The address of the prime designer will be the main office address listed in Vetbiz, not a satellite office or an office of another company or subcontractor. Written questions pertaining to this requirement should be submitted no later than 4:00 PM. Eastern Daylight Time (EDT), December 15, 2017. Interested firms should submit their current SF-330, Parts I and II, to Nicholas.Winne@va.gov. The SF-330s are due no later than 4:00 PM, EDT, January 11, 2018. SCOPE OF WORK: The general scope of this project is to Design a Wayfinding System for the Syracuse VAMC. The project will plan, design and program an interior and exterior sign and graphics program for the Syracuse VA Medical Center located at 800 Irving Ave, Syracuse, NY 13210. The exterior sign program will identify buildings and provide directional wayfinding. The interior sign program will evaluate the existing room numbering system, provide for new code / life safety signs, new room identification and a directional wayfinding sign program in all buildings onsite to include the following: Building 1, Building 2, Building 16, SCI Building, and the VA parking garage. All designs will follow, but not be limited to, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. The design will be completed in a manner such that the estimated construction cost is within the VA budget. A/E SCOPE OF SERVICES The Contractor shall furnish all labor, materials, equipment, and supervision as required to complete all work described within this Statement of Work. The project will plan, design and program an interior and exterior sign and graphics program for the Syracuse VA Medical Center located at 800 Irving Ave, Syracuse, NY 13210. The exterior sign program will identify buildings and provide directional wayfinding. The interior sign program will evaluate the existing room numbering system, provide for new code / life safety signs, new room identification and a directional wayfinding sign program in all buildings onsite to include the following: Building 1, Building 2, Building 16, and the VA parking garage. The sign program design look will be developed to coordinate with the VA Signage Design Guide utilizing a component base sign system. Site Investigation. The Contractor shall perform a detailed site survey prior to submitting his/her proposal. During the course of the development of the directional wayfinding sign program for the interior, coordination will be conducted with the facility to identify architectural, interior design and communication issues at the facility that can be improved to provide better circulation and communication of services for patients and visitors. The signage/wayfinding system shall be flexible, consistent, easy to understand by multiple disabilities and conducive to the development of a calm and healing atmosphere throughout the facility. The system will guide individuals from the building entrances to each waiting, treatment and/or exam room and on to their next appointment. Wayfinding system should include recommendations to the physical environment (floors, walls, graphics, and lighting) with proposed changes to incorporate signage, artwork, colors, and architectural features for a complete master plan that could be implemented all at one time or in a phased manner, electronic means, and any other method to meet the intent. In the development of the directional wayfinding sign program for the exterior, coordination will be conducted to identify site circulation issues for both vehicles and pedestrians that can be improved to provide better circulation and parking for patients and visitors. The sign program design look will be developed to coordinate and completely comply with the VA Signage Design Guide utilizing a component base sign system. Applicable Standards and Technical Resources. VA design instructions, guide specifications, construction standards, and reference material are available at the VA Office of Construction and Facilities Management website http://www.cfm.va.gov/TIL/spec.asp. QUALIFICATIONS FOR SCOPE OF WORK The Environmental Graphic Design firm shall have experience in providing design services specifically for the development of interior and exterior signage and wayfinding for health care facilities. The environmental graphic designer s activities and experience requirements are: Primary business activity (70%) is in the field of Environmental Graphic Design performing the work of sign/wayfinding programming and design. Project Manager assigned to signage planning, wayfinding and programming must have extensive experience with programming the room and informational signing for the interior and exterior of large medical centers. Included are the development of a wayfinding (directional) sign programs, room number and life safety signing, the development of pedestrian and vehicle wayfinding sign programs, building and entrance identification and traffic/regulatory signing. Extensive experience refers to having worked on and managed multiple large sized (250+bed) medical centers as well as mental health facilities, community living centers and outpatient clinics. Ability to provide sign location plans in AutoCAD (if AutoCAD files are available from the VA for the buildings and sites involved). Professional member of the Society for Environmental Graphic Design. Thorough familiarity with the VA s Signage Design Guide. Knowledge of medical terminology and operational characteristics of medical centers and clinics. Selected firm will be excluded from bidding the sign product and installation. Project manager assigned to the project must have experience in developing new room numbering systems for medical centers. PROJECT SCOPE OF WORK DRAWINGS Drawings shall conform to VA Construction Standards CD-4 and CD-5 Ability to provide sign location plans in AutoCAD. Drawings shall be CAD generated readable by AutoCAD 2014 and shall be presented on hard-copy paper and CD in.dwg and.pdf formats for each submission and Review. Fonts/scripts used must be compatible with the US Nat l. CAD Standard. All drawings must be readily accessible and any use of x-ref files must be bound. See CAD guidelines for preparation of drawings. May be found on the Internet at http://www.cfm.va.gov/til/projreq.asp. INTERIOR TASKS The Environmental Graphic Design firm will review the existing room numbering system and advise the medical center of areas that the existing room number system warrants improvement. The Environmental Graphic Design firm will develop a system that will enhance visitor and staff to better orient themselves in the physical space and navigate from place to place. Proposed options for new wayfinding system will be reviewed with facility Engineering and Interior Design. The Environmental Graphic Design firm will design and program an interior room identification sign program. This will involve programming and sign location plans being prepared for all of the room identification signs throughout the selected medical center/ facility. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans will be prepared showing the placement/location and mounting method of the signs. The Environmental Graphic Design firm will design and program a life safety, code and regulatory sign program. This will involve programming and sign location plans being prepared for all of the regulatory, code and life safety signs throughout the selected medical center/facility. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans will be prepared showing the placement/location and mounting method of regulatory, code and life safety signs. The Environmental Graphic Design firm will design and program a directional wayfinding sign program. This will involve programming and sign location plans being prepared for all of the directional signs throughout the selected medical center/facility. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans will be prepared showing the placement/location and mounting method of directional signs. The Environmental Graphic Design Specialist will develop a report identifying architectural, interior design and communication problems at the facilities that need to be changed and improved to provide better identification, circulation and communication of services for patients and visitors. The Environmental Graphic Design firm will develop the design scheme for the look of the interior sign program. The design will generally define the various types of signs that will be used throughout the project along with issues of image, materials and finishes, typography and layout, and color. Terminology, names and titles, flexibility of the system, form and scale, and legibility will also be considerations in developing the design scheme. The design documents will identify material finishes, trims, sign construction, installation and other design details. The documents will include elevation drawing of each sign type with applicable size and layout dimensions and any necessary side, top and back views. The Environmental Graphic Design firm will develop the design scheme for the look of the wayfinding system to include recommendations to the physical environment. The design will generally define the various types of proposed changes to finishes such as floors, walls, graphics, lighting, ceiling, artwork, colors, architectural features that which incorporated into the signage program will provide for a complete master plan that could be implemented all at one time or in a phased manner. Materials and finishes, durability, design concepts, layout, and color, continuity of the system, form and scale, and legibility will also be considerations in developing the design scheme. The design documents will identify material finishes, trims, materials and systems construction, installation and other design details. The documents will include elevation drawing of each concept type, layout dimensions and any necessary side, top and back views and construction details. The Environmental Graphic Design firm will prepare suitable documentation necessary for the VA to obtain pricing/quotations for the demolition of existing finishes and signs and the installation of new finishes signs. The Environmental Graphics Design firm will be required to prepare any of the VA s bidding documentation, excluding VA s standard forms. The Environmental Graphic Design firm will prepare a pre-construction budget for product, construction, demolition and installation. The Environmental Graphic Design firm will provide construction implementation services which include reviewing submittal and shop drawings submissions and perform a pre-installation walk thru with contractor. At completion of installation, the Environmental Graphic Design firm will make a final inspection walk through and prepare a punch list report noting deficiencies and corrections necessary for the contractor to complete the project. The interior signs/wayfinding will be designed with consideration given to the ATBCB s guideline for accessible signage related to the Americans with Disabilities Act. Examples of the types of interior signs that will be included in the scope of work are: Primary room/department identification signs; Patient room signs; Secondary room identification signs; Informational signs; Wall and ceiling mounted directional signs; Entrance lobby signs; VISN identification signage; Regulatory, life safety code, restrictive signs, electronic, and kiosks. EXTERIOR TASKS The Environmental Graphic Design firm will design and program an exterior wayfinding/directional sign program. This will involve programming and sign location plans being prepared showing the placement of the signs and their respective messages. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans and photographs will be prepared showing the exact placement/location and installation method of the directional signs. The Environmental Graphic Design firm will design and program an exterior building identification sign program. This will involve programming and sign location plans being prepared showing the placement of the signs and their respective messages. This will include a complete sign message schedule identifying each sign, its message and its type. Sign location plans and photographs will be prepared showing the exact placement/location and installation method of the building identification signs. The signs on the building may be augmented with freestanding signs as necessary to assist in identifying buildings. The Environmental Graphic Design Specialist will develop a report identifying site circulation issues for both vehicles and pedestrians that can be improved to provide better access, circulation and parking for patients and visitors. The Environmental Graphic Design firm will develop the design scheme for the look of the exterior sign program. The design will generally define the various types of signs that will be used throughout the project along with issues of image, materials, finishes, typography and layout, and color. Terminology, names and titles, flexibility of the system, form and scale, and legibility will also be considerations in developing the design scheme. The design documents will identify material finishes, trims, sign construction, installation and other design details. The documents will include an elevation drawing of each sign type with applicable size and layout dimensions and any necessary side, top and back views. The Environmental Graphic Design firm will prepare complete specifications for the product being specified for the project. The Environmental Graphic Design firm will prepare suitable documentation necessary for the VA to obtain pricing/quotations for the demolition of existing signs and the installation of new signs. The design firm will be required to prepare any of the VA s bidding documentation. The Environmental Graphic Design firm will provide construction implementation services which include reviewing submittal and shop drawings submissions and perform a pre-installation walk thru with contractor. At completion of installation, the Environmental Graphic Design firm will make a final inspection walk through and prepare a punch list report noting deficiencies and corrections necessary for the contractor to complete the project. The Environmental Graphic Design firm will prepare a pre-construction budget for product, demolition and installation. Examples of the types of exterior signs that will be included in the scope of work are: Freestanding, wall or building mounted identification signs; Freestanding, wall or building mounted directional signs; Parking lot identification and parking stall signs; Traffic signs; Site identification signs. AREA OF WORK The interior sign area of work at the Syracuse VA Medical Center is defined as the interior of the medical center complex to include Building 1, Building 2, and Building 16. The exterior sign area of work at the Syracuse VA Medical Center is defined as the traffic and parking lot signs and the Syracuse VA parking garage. PHASES OF WORK Phase 1- PLANNING Project begins with an initial meeting with the Environmental Graphic Design firm, the network planner, the medical center/facility project coordinator, and appropriate VAMC staff. It begins by defining and refining the scope of the project in greater detail and reviewing the responsibilities of the Environmental Graphic Design firm and facility staff regarding input, design, documentation, coordination, direction and approvals. A project schedule will be established which relates to the project s sequence of events and priorities of importance. Functional relationships will be discussed regarding design character, implementation phasing, document submissions and purchasing/bidding procedures. Deliverables: 3 hard copies and 1 electronic file (PDF format); A project schedule. Phase 2- NEW WAYFINIDNG PROGRAMMING The Environmental Graphic Design firm will survey and review the selected medical center/facility buildings and advise the medical center of areas that the existing room number system that warrants improvement. The Environmental Graphic Design firm will develop a system that will address these areas and enhance visitor and staff to better orient themselves in the physical space and navigate from place to place. Proposed options for new wayfinding system enhancements will be will be presented by the Environmental Graphic Design firm to the facility Engineering and Interior Design for their review, comment and approval. Deliverables: 3 hard copies and 1 electronic file (PDF and DWG format). Drawings illustrating the proposed wayfinding scheme enhancements to the room signs. Phase 3- PRELIMINARY PROGRAMMING AND DESIGN The Environmental Graphic Design firm will revise the system based upon comments received from the facility. When the room numbering revisions are complete, the Environmental Graphic Design firm will issue the final documentation to the facility project coordinator that will consist of floor plans, which list both the new and the old number. This documentation will be incorporated into the new room identification sign program. The Environmental Graphic Design firm will survey and review the project for sign locations, text and placements. With the exterior signs, evaluations will be made regarding sign illumination requirements. For the exterior directional signs, evaluations will involve analyzing public, employee and vehicular circulation and traffic flow patterns around the project site. On the basis of information gathered in these activities and in the Planning Phase, the Environmental Graphic Design firm will develop the schematic design scheme for the look of the sign/wayfinding program. The Environmental Graphic Design firm will identify finishes, trims, types of signs and other design details. This will all be based upon a component based sign system as identified in the VA Sign Design Guide, created for the Department of Veterans Affairs. Emphasis will be placed on developing a sign program that provides the facility with a progressive professional look, coordinated with the building s interior design and architecture, re-cycle element of the existing exterior sign program, if possible, and address the facility s maintenance requirements. For both the interior of the buildings and the exterior signs for the campus, a preliminary sign location plan will be prepared along with a preliminary sign message schedule. The schematic design scheme, preliminary sign location plan and preliminary message schedule will be presented to Facility Management, coordinated by the facility project manager, for their review and comment. The Environmental Graphic Design Specialist will assist the facility in the review of the documents and the assembly of the facilities review comments. Deliverables: 3 hard copies and 1 electronic file (PDF); Drawings illustrating the proposed look, color, trim, etc. of the interior and exterior sign program; preliminary sign location plan and message schedule. Phase 4- FINAL PROGRAMMING AND DESIGN After the schematic design of the sign/wayfinding program and the preliminary sign location plan and message schedule has been reviewed and approved by the medical center/facility, the Environmental Graphic Design firm will proceed to develop the draft of the sign project documents involving the sign type drawings and specifications. These documents will show preliminary illustrations of all interior and exterior sign types in the sign/wayfinding program. A preliminary draft of the specifications and budget will be developed that will define the cost of implementing the program. The Environmental Graphic Design firm will revise the sign location plan and message schedule. These documents will be presented by the Environmental Graphics firm in a meeting to appropriate facility staff for review and comment. Deliverables: 3 hard copies and 1 electronic file (PDF); Preliminary version of the sign/wayfinding project manual showing all of the wayfinding elements, sign types, revised sign location plans and message schedule; Preliminary specifications and budget. Phase 5- CONTRACT DOCUMENTS In this phase, the Environmental Graphic Design firm refines and finalizes the physical design of the signs and wayfinding elements, based upon client input from design development documents. The facility project coordinator will return the design development sign type drawings, sign location plan and message schedule to the Environmental Graphic Design firm with final comments and final revisions. The Environmental Graphic Design firm will prepare the final sign project manual. The sign/wayfinding project manual will follow the general format of detailed wayfinding elements and sign type drawings, defining all of the signs in the hierarchy of the sign program, selected sign construction details, sign installation details and specifications. The sign/wayfinding type drawings will include elevation drawings of each wayfinding element and sign type with applicable size and layout dimensions and any necessary side, top and back views. It will also contain the interior and exterior sign message schedule, which defines the wording of each sign, referenced to the particular sign type and location. Final specifications will be provided for both the interior and exterior signs. Final sign location plans, in the form of AUTOCAD files will be provided for both the interior and exterior sign locations. A pre-construction budget estimate will be developed for implementing the program. Deliverables: 3 hard copies and 1 electronic file (PDF and DWG format); Sign/Wayfinding Project Manual/Document containing Specifications, Sign Type Elevation, Layout, Detail and Mounting Drawings, Sign Message Schedule and Sign Location Drawings, pre-construction budget. Phase 6- CONSTRUCTION /IMPLETMENTATION PHASE The Environmental Graphic Design firm is to assist the facility project coordinator with the following services: The Environmental Graphic Design firm will provide advice and direction to the VA in matters related to the contractors and suppliers during the course of the implementation of the project. The Environmental Graphic Design firm will have no direct or indirect affiliation with any of the contractors or suppliers involved with the implementation of the project. Review all design submissions at the medical center with VAMC project coordinator and other appropriate staff. Review the fabricator/sign contractors submittals, shop drawings and samples to ensure compliance with the Bid/Project Design Documents. The review could consist of one complete submittal and one revised submittal. The Environmental Graphic Design firm will visit the project site with the facility project coordinator and the sign contractor and perform a pre-installation walk through for both the interior and exterior sign project. At the completion of all fabrication and installation, the Environmental Graphic Design firm will make a final inspection walk through of the project and prepare a report noting deficiencies and corrections necessary for the sign contractor to complete both the interior and the exterior sign projects. At the completion of final inspection corrections, the Environmental Graphic Design firm will make a final inspection walk through of the project and prepare a report noting if there are still any outstanding deficiencies and corrections necessary for the sign contractor to complete both the interior and the exterior sign projects. ADMINISTRATIVE Work listed in paragraph B, Phase 1 through Phase 5 must be completed within 350 days of notice-to-proceed. PRELIMINARY PROJECT SCHEDULE Notice-to-proceed (NTP) Phase 1 - Planning - 15% Schematic Design Submittal 55 NTP + 30 days Presentation to VA Staff Within 10 days of 15% submittal VA Comments Provided on 10% submittal 10 days after 15% presentation Phase 2- New Wayfinding Programing -30% Design Submittal 55 30 Days after 10% presentation Presentation to VA Staff Within 10 days of 30% submittal VA Comments Provided on 30% submittal 10 days after 30% presentation Phase 3- Preliminary Programming and Design -60% Design Submittal 125 105 Days after 30% presentation Presentation to VA Staff Within 10 days of 60% submittal VA Comments Provided on 60% submittal 10 days after 60% presentation Phase 4- Final Programming and Design - 80% Design Submittal 50 30 Days after 60% presentation Presentation to VA Staff Within 10 days of 80% submittal VA Comments Provided on 80% submittal 10 days after 80% presentation Phase 5- Contract Documents -95% Design Submittal 65 35 Days after 80% comments Presentation to VA Staff Within 10 days of 95% submittal VA Comments Provided on 95% submittal 10 days after 95% presentation 100% Final Documents Within 10 days of 95% submittal 350 days Phase 6- Construction/Implementation Phase b. Proposal and Schedule. Contractor shall provide a complete and detailed fee proposal and estimated schedule for completing all work in accordance with this Statement of Work. Cost and estimated completion time per line item listed in paragraph B should be readily identifiable. c. Status Updates. Contractor shall provide to COR weekly updates of project completion status. These updates should include a breakdown of all work items as listed in Paragraph B that have been completed as well as those that have been started. The updates must be written (memo or email). Exclusions The fabrication and installation of signs, site electrical and the engineering within signs is by others. Interior signs not included in the scope of work are: illuminated fire safety exit signs, signs related to or on equipment or fixtures, and signs relating to employee operational matters. Exterior signs not included in the scope of work are: parking stall identification, signs related to or on equipment or fixtures and striping and pavement markings. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4), but are 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, pollution prevention, waste reduction, and the use of recovered materials. 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 multifunctional offices. Experience with specialized HVAC and electrical design for healthcare facilities; Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance 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 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 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. 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 SF-330. 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 Architecture, Civil, Structural, Mechanical, Electrical, Interior Design, and Fire Protection Engineering 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. 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) 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 2 Attn: Nicholas Winne via email at Nicholas.Winne@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 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. Criterion 6 - Location within a 400-mile radius to the design site (Syracuse, NY) and knowledge of the location (Syracuse, NY); 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 subconsultants offices and demonstrate how this will be advantageous to the Government. 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 statement affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. Evaluation Scoring Evaluation factors 1, 2, 3, 5, 6, 7, and 8 will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below were used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. 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 SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. GENERAL INFORMATION: All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. The A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A-E and Contractors to allow for regular tracking of schedules and work by the VA Medical Center. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. The estimated magnitude of construction is between $500,000 and $1,000,000. The A-E will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The A-E will provide documents at each submission as indicated in the statement of work. The NAICS code for this procurement will be 541430, Graphic Design Services. The current small business size standard for 541430 is $7.5 million. Requirement for Electronic Submission Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below. The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access. Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information. Print or scan images of spreadsheets are not acceptable. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files) Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. Other electronic format. If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type. Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. The SF330, in its entirety, shall not exceed one email of 5MB. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation. The Microsoft Outlook © Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt. Security Issues, Late Bids, Unreadable Offers Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c ). The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (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 Veterans Affairs Center for Verification and Evaluation 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-compliant. 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. 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (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 (see VAAR 802.201 Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 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/VAWNYHCS528/VAWNYHCS528/36C24218R0107/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218R0107 36C24218R0107.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3944732&FileName=36C24218R0107-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3944732&FileName=36C24218R0107-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218R0107 36C24218R0107.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3944732&FileName=36C24218R0107-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA WNY Healthcare System;Buffalo/Batavia;3495 Bailey Ave;Buffalo, NY
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN04758081-W 20171207/171205231902-645150888c5e8d9b8313f122c8612306 (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 |