DOCUMENT
C -- 561-12-105 Spinal Cord Renovation (SCI Unit) VAMC East Orange NJ 385 Tremont Ave East Orange, NJ 07018 - Attachment
- Notice Date
- 2/9/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Lisa Lake;Contract Specialist;Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
- ZIP Code
- 14424
- Solicitation Number
- 36C24218R0234
- Response Due
- 3/9/2018
- Archive Date
- 6/7/2018
- Point of Contact
- Lisa Lake
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 5THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 561-12-105 Spinal Cord Renovation (SCI Unit). This Project will furnish professional A/E services at the VA NJ Health Care System, 385 Tremont Ave, East Orange, NJ 07018. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard $7.5 million. Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before March 21, 2018. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-10: Services (except construction) at least 50 percent 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. In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). SCOPE OF SERVICE REQUIRED PROJECT NO. 561-12-105 Furnish professional A/E services to provide a survey, evaluation and design for project 561-12-105 Spinal Cord Renovation at the VA NJ Health Care System, East Orange, NJ. This requirement is necessary to correct existing inpatient and outpatient unit deficiencies. The new inpatient unit should accommodate approximately of 15 to 18 private rooms as required, and implementing all necessary functions for the inpatient and the outpatient clinic. The facility intent is to keep the unit fully functional in its current location while selecting another other location to build the new unit. The A/E shall perform a complete survey to the existing conditions and provide recommendation list of 2 or 3 relocation options to the VA for selection; upon approval the A/E will develop and prepare the construction document package includes the relocation of other impacted services. The A/E shall provide construction period services and post-construction services. Specific Tasks: A. The A/E contract shall be for complete construction package including initial Survey/Study, preliminary drawings, contract drawings, contract specifications, and a detailed cost estimate to an approximate area of 12000SF at the main Hospital building, East Orange, NJ. B. The A/E shall evaluate the existing condition and the deficiencies at the unit, interview the medical Service staff and cross reference the VA design criteria, local and standard requirement. C. The A/E shall examine the relocation options and make recommendations of proposed location to the VA. Upon approval, the A/E shall design all necessary construction and renovation as intended which will be in compliance with all applicable current codes. D. All contract drawings shall be prepared on CD/ AutoCad Release 2016 and delivered to the VA Medical Center, East Orange, New Jersey. E. The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. In each drawing System International Metric units shall only be used for markings, measurements, and dimensions. F. The A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents. G. The A/E will Retain and provide (VPIH/CIH) Monitoring services on behalf of the U.S. Department of Veterans Affairs for all abatements that will take place during construction period services. Have subcontracted firm supply state mandated/required sample readings as well as a certified final reports. The Subcontractor shall perform all requirements as specified on VA specification sections (02 82 13.19 27, 2.3.2 SCOPE OF SERVICES OF THE VPIH/CIH CONSULTANT) (02 82 11-30, 2.3.2 SCOPE OF SERVICES OF THE VPIH/CIH CONSULTANT) (02 82 13.13-27, 2.3.2 SCOPE OF SERVICES OF THE VPIH/CIH CONSULTANT) H. The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including but not limited to the engineering of architectural, structural, mechanical, electrical and special systems as required by the project. X. LOCATION VA NJ Health Care System 385 Tremont Ave East Orange, NJ 07018 COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD Deliver Schematic Review Material 90 calendar days from NTP Review Schematic Review Material 111 calendar days from NTP Deliver Construction Document Review Material 233 calendar days from NTP Review Construction Document Review Material 254 calendar days from NTP Deliver Revised Construction Document Review Material 375 calendar days from NTP Review Revised Construction Document Review Material 389 calendar days from NTP Deliver Final Bid Documents 420 calendar days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following: Selection Criteria Weight Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 15% Examples of specialized experience and technical competence in various disciplines required for specific project. 15% Capacity to Accomplish the work in the required time 10 % Past experience and performance on government contracts. 15% Proximity of firm or working office providing professional services to the facility. 5% Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 10% Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 10% Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 20% Total 100% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Department of Veterans Affairs Attn: Lisa Lake, Contract Specialist, via email at lisa.lake2@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations 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. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document LOCATION The A/E Firm proximity to the VA NJ Health Care System, 385 Tremont Ave, East Orange, NJ 07018 This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. LIMITATIONS 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 (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. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than March 9, 2018 including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Lisa Lake, Contract Specialist, lisa.lake2@va.gov. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to lisa.lake2@va.gov telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm s SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications For This Contract. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to Northport VA Medical Center request for SF 330, Architect-Engineer Qualifications for the Spinal Cord Renovation (SCI Unit). This Request for SF 330 s requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to VA New Jersey Healthcare System relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by March 9, 2018 directly to the VISN 2/Network Contracting Office (NCO) Contract Specialist. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. Lisa Lake, Contract Specialist VISN 2 Networking Contracting Office (10N2/NCO) Canandaigua VA Medical Center 400 Fort Hill Ave, Bldg 34 Canandaigua, NY 14424 Email: lisa.lake2@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 2 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________ __________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms Responsibilities:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the o Prime Contractor o Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) __________________ B. EVALUATOR INFORMATION: Evaluator s Company or Agency Name: ____________________________ Evaluator s Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone: __________________________ __________________________ E-mail: ______________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D)TO: Lisa Lake, Contract Specialist VISN 2 Networking Contracting Office (10N2/NCO) Canandaigua VA Medical Center 400 Fort Hill Ave, Bldg 34 Canandaigua, NY 14424 Email: lisa.lake2@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: _______________ PROJECT NAME: _______________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this contract? 20. How would you rate the A/E s overall technical/quality performance on this contract? 21. Would you use this A/E again? (If No, please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions:_______________ CONTRACTOR S NAME: ___________________ PROJECT NAME ______________________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/36C24218R0234/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218R0234 36C24218R0234_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4075337&FileName=36C24218R0234-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4075337&FileName=36C24218R0234-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218R0234 36C24218R0234_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4075337&FileName=36C24218R0234-000.docx)
- Place of Performance
- Address: VAMC East Orange NJ;385 Tremont Ave;East Orange, NJ
- Zip Code: 07018
- Zip Code: 07018
- Record
- SN04818887-W 20180211/180209231433-afe20d7386b81ef41fe38b84d92dc083 (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 |