Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
DOCUMENT

C -- PN: 437-CSI-109, REPLACE MRI (Fargo) NCO 23 AE MATOC IDIQ (IA/ND Pool) Network Contracting Office 23- North Dakoat and Iowa - Attachment

Notice Date
1/9/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network 23 Contracting Office (NCO 23);4101 Woolworth Avenue, Bldg C;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
36C26318R0028
 
Response Due
1/25/2018
 
Archive Date
4/25/2018
 
Point of Contact
Sharon A Spohn
 
E-Mail Address
5-4510<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AE Firm Questions with Government Provided Answers: We are curious to know the VA s standards for qualified: (Question) Interior Designer (i.e., is it enough to be a registered architect with this experience, or are specific qualifications required?) (Answer) B.S. or B.A. degree and  at least 2 years of experience in Interior Design (Question) Environmental (i.e., is it enough to be have certifications and training for hazardous materials, or are you looking for a specific type of engineer?) (Answer) B.S. degree and at least 2 years of experience in Environmental Engineering (Question) Value Engineer (i.e., is it enough to be a registered architect or engineer with this experience, or are specific qualifications required?) (Answer) Architect, Engineer, or Cost Estimator with at least 2 years of experience in value engineering (Question) Cost Engineer (i.e., is it enough to be a registered architect or engineer with this experience, or are specific qualifications required?) (Answer) Architect, Engineer, or Cost Estimator with at least 2 years of experience in cost estimating (Question) Scheduler (i.e., is it enough to be a registered architect or engineer with this experience, or are specific qualifications required?) (Answer) Architect, Engineer, or Project Manager with at least 2 years of experience in scheduling (Question) Risk Analyst (i.e., is it enough to be a registered architect or engineer with this experience, or are specific qualifications required?) (Answer) Architect, Engineer, or Project Manager with at least 2 years of experience in Risk Analysis (Question) Historic Preservation  (i.e., is it enough to be a registered architect or engineer with this experience, or are specific qualifications required?) (Answer) The minimum professional qualifications in history are a graduate degree in history or closely related field; or a bachelor's degree in history or closely related field plus one of the following: At least two years of full-time experience in research, writing, teaching, interpretation, or other demonstrable professional activity with an academic institution, historic organization or agency, museum, or other professional institution; or substantial contribution through research and publication to the body of scholarly knowledge in the field of history. (Question) Security Specialist  (i.e., is it enough to be a registered architect or engineer with this experience, or are specific qualifications required?) (Answer) Must meet Security Specialist requirements as listed in VHA Physical Security Design Manual (Question) With regard to the position of Environmental, we presume this is meant for a specialist in identifying and designing abatement for hazardous materials (sometimes found in older structures).   Are we correct in this assessment, or is there a different kind of Environmental position implied?   (See also question 1.b.) (Answer) Environmental Engineering may cover all RCRA, CERCLA, abatement, SWPP, and other facets of engineering in relation to healthy air, water, and land. (Question) Under Selection Criterion 1, key personnel are identified as individuals who will provide unusual or unique expertise.   Could this be explained further?   What qualifies as unusual or unique expertise relative to the generalized items listed under C. Project Information / Statement of Work and/or the items listed in Criterion 2?   (Answer) For example, if your firm has an experienced life safety engineer or health care planning architect, you may wish to highlight this expertise. (Question) Also under Criterion 1, what is meant by the request for a balanced licensed and/or certified workforce in the disciplines listed?   What qualifies as balanced? (Answer) A team that presents a balance (variety) of disciplines appropriate for the types of work listed. (Question) Under Criterion 2, PACT clinic planning is a term applied specifically to VA clinics.   Our firm has experience with meeting similar design criteria in other, non-VA settings, but these are not PACT because these are not VA projects.   How would you like us to address this? (Answer) Please include any experience that your firm feels is similar. (Question) Also under Criterion 2, regarding the 5 projects to be provided: (Question) We read this requirement to mean that only 5 projects are required for Section F; is this correct? (Answer) You may provide up to (or a maximum) of 5 projects. (Question) Our team has a number of projects for which we have completed our professional services; however, the project has not yet been started by the VA.   May we include those projects under the requirement of completed or substantially completed within the past five (5) years? (Answer) If your firm has completed or substantially completed the contracted design work, you may include it as an example. (Question) In the case of projects related to building systems (e.g., water and wastewater distribution, chiller replacement, electrical distribution), actual square footage is not usually supplied by the SOW, particularly when the project is to Replace HVAC in Bldgs 1, 3, and 7 (or some such).   How would you like us to address square footage in these cases, since the RFP states that Example projects shall note project s square footage. (Answer) You may submit N/A for the square footage or provide a descriptor that will indicate the scope and complexity of the work, such as linear feet, tons of cooling, etc. (Question) We are puzzling over the language in this item:   All projects provided in the SF 330 must be completed for each team member proposed to manage and/or perform work under this contract.  To what does this refer?   Because of where it is listed in the set of Selection Criteria, it appears to state that every team member must have completed every project listed in Section F.   Perhaps this is a requirement that projects listed in the resumes (Section E) must also meet the requirement that projects are to have been completed or substantially completed within the past five (5) years?   Please clarify. (Answer) The intent is that all projects have either been completed or substantially completed and that the team members are listed. (Question) If our team must provide a non-VA project in Section F, how would you like us to comply with the request for a contract number of project identification number in block 21? (Answer) You may submit N/A. (Question) We are puzzling over the language of the following item: 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.   Does the contractor in this instance refer to the prime on this submission?   At any rate, how is it you would like the value of work they provided to be expressed:   in hours? In dollars? In subjective narrative? (Answer) If your firm served as a subcontractor rather than the prime on the projects listed, please note the amount of work that was performed as a subcontractor. This is typically listed as a dollar amount and may be followed with a narrative describing the disciplines that were provided by your firm as a subcontractor. (Question) We are requested to provide the contract period of performance?   How is it you would like this expressed when there are projects in which the team has fulfilled the professional obligations to date but is still awaiting the VA to put the project under construction so that we may perform post-award construction services?   (Answer) The contract period of performance may be listed as specifically the design services. (Question) We are also requested to provide the award contract value and the current contract value.   The award value is, presumably, the construction budget for the project at the time of award (unless you mean for us to provide the award value for the prime), correct?   And the current contract value is... the construction cost (presuming the VA released this information to us)? The total of the fee paid to the prime?  Please clarify. (Answer) Your award contract value is the amount of the contract awarded to your firm for design services. The current contract value is the amount of the contract awarded plus any modifications added or deducted during the design process. (Question) We are puzzling over the language of this item, too: If the project description does not clearly delineate the work performed by the team member/team entity on this contract, the project could be eliminated from consideration.  Given that there is only one page for each project (well, usually that s all we re allowed for Section F), and given that all type is required to be 12 pt Times New Roman or larger, how is it we are to describe the work provided by all involved team members, information about the contract award (see item 6.g and h.), a photo (however small at this point) of the project, and still provide the required information in boxes 21 through 25? (Answer) Typically, we have not had an issue with firms being able to provide a concise description of the work and their responsibilities. Under Criterion 3, it is noted that (Question) the firm must be located within the five (5) state region of Nebraska, Iowa, South Dakota, North Dakota, or Minnesota.   Does this refer to the prime only? (Answer) Yes. (Question) Indicate A/E firm location, including main offices, branch offices and any sub consultants offices and demonstrate how this will be advantageous to the Government.   Presumably the A/E firm is referring to the prime?   Also, what constitutes advantageous to the Government.   Does this refer to the governing body of the VA, to VISN 23, or to the U.S. Government?   (There are many possibilities.   Additionally, please clarify whether it is the location which is to be defended as advantageous or other factors about the firm which are to be defended as advantageous.   For example, is it enough for a subcontractor to be an SDVOSB firm in order to be advantageous in this sense? (Answer) Yes, the A/E firm is referring to the prime. When you are responding to the question of how this is advantageous to the VA, please consider the market that is included in the scope of work. It is not enough for a subcontractor to be an SDVOSB in order to be advantageous. (Question) Under Criterion 6, it is stated that we must, Describe the A/E firms [sic] ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the A/E firms[sic] capacity to accomplish multiple projects simultaneously.   What constitutes an aggressive schedule, especially when a prime and its team is already accomplished in concurrent performance and management of multiple projects in different locations while still managing multiple disciplines and controlling costs? (Answer) Please describe your firm s ability to fast track a project if there is a specific need for an aggressive schedule. (Question) Under Criterion 7, it is stated that we must, Describe the A/E firms Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. [sic]   In attempting to parse the requirements herein, it appears that you are asking the prime to describe their own reputation and standing in terms of performance, management and cooperativeness.   How do you propose that any firm would provide an objective response to this item?   (It does appear to be rather self-serving.) (Answer) List specific achievements, awards, recognition for exceptional performance, or any other information about the A/E firm and its principal officials that can be used to evaluate the reputation and standing of the firm. (Question) Under Criterion 8, it is stated that we must, List the record of signification claims, if any, against the firm because of improper or incomplete architectural and engineering services.   Does this apply to the prime only?   If we are required to fulfill this list for our other team members, how would you propose we answer this?   As an aside, all claims are treated as significant because even a frivolous legal action is recorded and must be defended, even if it is settled for a nuisance value.   Will the evaluation team take into account these conditions if we must report on all firms on our team? (Answer) The firm applies to the prime only. The firm may provide a narrative in regards to claims listed if necessary. Claims against firms other than the prime will not be held against the prime and do not need to be addressed. (Question) Under Criterion 9, it is stated that we must list our record of working together as a team.   In order to provide the team that we feel is most advantageous to the VA in terms of experience and location, we are proposing firms that have VA experience but not with our firm.   So, the question is whether work together as a team is more important that experience in working with the VA? (Answer) As noted in Paragraph D: Evaluation Criteria (1) through (3) are considered most important and equal among themselves, while Criteria (4) through (9) are the least important and listed in descending order of importance. With regard to submission requirements:   (Question) Is it possible that the number of pages can be expanded in order to account for the number of resumes and Part II forms necessary to assemble a team that can provide services as well as redundancy?   (Answer) No. Our team members are quite experienced, and we will need space to list their qualifications as a firm (i.e., experience in the types of projects described in the Statement of Work) and as individuals (professional certifications and training).   A maximum of 85 pages wouldn t go amiss, and I can promise you that I don t fill up space with brochure copy. (Answer) The number of pages will not be expanded. (Question) Regarding the 12 pt Times New Roman requirement, we have been allowed in the past to use a smaller font on the Part II forms as well as for the list items in the SF330 forms (e.g., 1. TITLE AND LOCATION (City and State), which appears as the first box of information requested in the SF330 Part I form).   Is this still acceptable? (Answer) Please follow the instructions as directed. Please explain the mention of the MRI Seed Project for Fargo, North Dakota, which is mentioned in the title? (Answer) This will be the first project awarded under the MATOC and it will meet the guaranteed minimum for the IDIQ contract for the selected vendor. For those selected for Oral interviews, the full scope of work will be forwarded with the request. Regarding the limit of 75 pages, does that include Part II forms? Does it include cover pages, a cover letter and/or section dividers? (Answer) The page count includes the title pages. Would you explain the references to the Des Moines Construction Team? Does this mean that the VA Des Moines construction & facilities officer personnel will be evaluating the SF330s? (Answer) The mention of the Des Moines team is that they will handle the administration of this IDIQ contract. If you notice, each of the AE IDIQ s are for different areas. The first one for Minneapolis will be administered by the Minneapolis Contracting office, once awarded. Omaha VA is receiving the awards, evaluating awards, and awarding the contracts. This second IDIQ contract is for North Dakota and Iowa, which will be administered by the Des Moines Office. The final one, not yet posted, will be for the Nebraska/South Dakota area for the Omaha Office. Will the firm (or firms awarded under this IDIQ be required to take SEPS training? (Answer) The successful Offeror shall be required to have SEPS training. Please confirm the solicitation number 36C26318R-0028 response date of 1-25-2018? (Answer) Yes, the project is still current and the closing date is January 25, 2018 not 2017. Please confirm that the NAICS codes are both 541310 and 541330. (Answer) Yes, that is correct. FedBizOps only allows one code in the blank, unless it is modified after creation. We will require more work under 541330, but both codes are valid. In reviewing the solicitation, they were not familiar with what a Risk Analyst is or does? Please explain what a Risk Analyst does so we can meet this requirement. (Answer) The Risk Management Consultant is intended to assist with assessing risk during the construction process. Does the fact that a firm s office is not located within the five (5) states listed in Criterion 3 eliminate us from competing on this IDIQ or would we just receive zero points when the selection committee is conducting their reviews? (Answer) The firm must have an office in the region as specified in the evaluation factor, but a branch office would suffice. Under evaluation criterion 4, 23 are asked to submit a completed CPARS/ACESS evaluation for each project under criterion 1 (or submit a PPQ). The question is whether we are being asked to include the CPARS with our SF330 (e.g., as part of Section H) which places it within the 75 page limitation; or whether we are to submit a PDF of the CPARS reports separately (as the PPQs are submitted separately) which means that it is NOT within the 75-page limitation; or whether it is enough to merely provide the key reference number(s) for accessing the CPARS via the on-line site, which means the information is part of the project page in Section F (and therefore within the 75-page limitation)? (Answer) In accordance with Paragraph E.4: SF330s shall be provided on standard letter size 8 ˝ by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point fr larger. CPARS/PPQs are not considered part of the SF330 page count. With regard to the key personnel proposed for the project, we have a question about whether a consultant could be added to the contract if needed for a specific task order. For example, the presolicitation document does NOT call for a geotechnical engineer or a survey. If either of those positions were needed for a task order, would we be allowed to add in a new firm at that time? (Answer) Yes We have a question about the use of project images in Section F and throughout the proposal. In the past, it was advantageous to show photos of completed work in order to demonstrate aesthetics as well as the professional skills of the design firm. This past year, it was noted that it appears to be a preference by the evaluators for project facts. Which of these factors are more important? (Answer) The evaluation criterion are listed in the solicitation. Please follow the instructions provided. Can you please confirm whether the following is correct: Projects listed in Section E resumes are used to evaluate the experiences and skills of the individual (the key personnel); projects listed in Section F are used to evaluate the experience and skills of the prime firm (and relevant team members). (Answer) The evaluation criterion are listed in the solicitation. You should address each of the evaluation factors in a clear, concise manner. Please follow the instructions provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OmVAMC636/OmVAMC636/36C26318R0028/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318R0028 36C26318R0028_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4006800&FileName=36C26318R0028-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4006800&FileName=36C26318R0028-003.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: North Dakota and Iowa
Zip Code: 50310
 
Record
SN04785013-W 20180111/180109231257-426b307b5589a796e399fac48986f74b (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.