Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
DOCUMENT

C -- Upgrade Water Distribution Sys, Main Hospital 667-18-2-513-0189 - VA256-18-AP-5719 (AE)PROJECT 667-18-119 - Attachment

Notice Date
5/9/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
36C25618R0593
 
Response Due
5/22/2018
 
Archive Date
7/21/2018
 
Point of Contact
Dennis M. Fuentes
 
E-Mail Address
0-4093<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
STATEMENT OF WORK REQUEST FOR SF330 - 36C25618R05093 Page 5 of 18 Project No./Title: Project # 667-18-119, " Upgrade domestic water distribution system to improve legionella prevention, cooling towers & storage tanks." Work Location: Department of Veterans Affairs, Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, Louisiana 71101 Design Completion Time: 320 calendar days after Notice to Proceed Anticipated Award - On or before June 30, 2018 SF 330 Due Date/Time: 1:00 PM, CST on Tuesday, May 22, 2018. Point of contact: Dennis M. Fuentes, Contract Specialist, PH: 318.990.4093 Email: dennis.fuentes@va.gov ______________________________________________________________________________ THIS IS A REQUEST FOR STANDARD FORM (SF) 330, NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF 330. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. Additionally, the Government is under no obligation to award a contract as a result of this announcement. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582), formally known as the Brooks Act, as implemented in Federal Acquisition Regulation (FAR) - 36.6, Veterans Administration Acquisition Regulation (VAAR) 819.71 - VA Mentor- Protégé Program, VAAR 836.6 Architect-Engineer Services, and the U.S. Supreme Court s decision in Kingdomware Technologies, Inc. v. United States, No. 14-916 (2016). This is a 100% Service-Disabled, Veteran Owned, Small Business (SDVOSB) set-aside. Interested parties intending to submit a SF 330 must be permitted by law to practice the profession of architecture or engineering and meet all required qualifications to perform A/E services at the Overton Brooks VA Medical, Shreveport, Louisiana. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA), Office of Small & Disadvantaged Business Utilization (OSDBU), Vendor Information Pages (VIP), VETBIZ, http://www.vip.vetbiz.gov. Interested firms must also be registered in the System for Award Management (SAM) database, http://www.sam.gov at time of submission of their qualifications. Offerors shall submit a current cycle VETS-4212 Report. Any Offeror not verified by the VA s Center for Veterans Enterprise (CVE) as being owned and controlled by one or more service-disabled veterans at the time the SF 330 is submitted shall be eliminated from consideration. Any person, persons, or business entity suspected of misrepresenting itself for securing a Government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. At least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the Prime Contractor. Prospective Contractors are cautioned that SF 330 s submitted in response to this announcement must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6 and FAR Clause 52.219-14(b) (1) Limitations on subcontracting. All firms submitting a SF 330 for this announcement 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.). This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms located within a 1,000-mile radius of the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101-4295. Market Research has determined that an appropriated number of SDVOSB qualified firms exist within this geographical area. The mileage restriction is in compliance with VAAR 805.207. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. The North American Industrial Classification System (NAICS) code is Architectural Services, with an approved NAICS code of 541310 which has a size standard of $7,500,000.00 in average annual receipts. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. A firm s SF 330 will be evaluated in accordance with the evaluation criteria in this announcement. The most highly qualified Architectural and Engineering (A&E) firms will be selected for discussions and negotiations based on demonstrated competence and qualifications for the required work. All offerors are notified in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22, Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The Overton Brooks VA Medical Center (OBVAMC) in Shreveport, LA is seeking professional Architect and Engineering (A&E) services for Project No. 667-18-119, Upgrade domestic water distribution system to improve legionella prevention, cooling towers & storage tanks. The government will negotiate and award a Firm-Fixed Price Contract for these proposed A/E services. The estimated magnitude of construction costs for this project ranges between $2,000,000.00 and $5,000,000.00. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and is listed below in descending order of importance. The completed SF 330 will be evaluated in accordance with the selection criteria. Firms will be selected based on demonstrated competence and qualifications for the required work. 1) Professional qualifications necessary for satisfactory performance of required service; and working together as a team (in-house and/or consultants(s). 2) 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. (Include Government and private Experience). 3) Capacity to accomplish 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) Location in the general geographical area, 1,000 miles 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. Note: It is expected that your SF330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. 6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Note: Ideally, the selected A/E firm should have previous experience in development of domestic water distribution systems. The A/E firm must provide documentation of at least two plans of similar work within Medical Facilities with references, names, and phone numbers with their SF330 Firms that meet the requirements listed in this announcement are invited to submit one (1) original and four (4) copies of the completed SF 330 package, including Parts I and II as described herein, no later than 1:00 P.M. (CST) on TUESDAY MAY 22, 2018. All original and copies SF 330 packages shall be submitted to: Department of Veterans Affairs Overton Brooks VA Medical Center (90C) Attn: Dennis M. Fuentes/36C25618R05093 510 East Stoner Avenue Shreveport, LA 71101 Prospective firms are directed to keep the page count of the SF 330 submission to not more than 100 black and white (no color) pages (8.5 x 11) readable font size is 12 points, single sided, portrait format, use paper clip (no binders), and head to foot layout. Only the first 100 pages will be considered. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Firms should only use the government provided SF 330 form. FAR part 53 provides additional information. To ensure proper handling, clearly label each page with the synopsis number, 36C25618R0593, and the classification, SOURCE SLECTION SENSITIVE, inside each page header. Include a page count, (1 of XX) inside each page footer. The submission must include the following information: 1. A copy of the firms VetBiz Registry 2. Current cycle VETS-4212 Report 3. Current proof of SAM Registry 4. Letter of intent to comply with the Limitations on Subcontracting 5. Cage Code 6. Dun & Bradstreet Number 7. Tax ID Number 8. The name, e-mail address, and phone number of the Primary Point of Contact SF 330 packages will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this announcement. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Prospective A-E firms are responsible for submitting Past Performance Questionnaires (PPQ) to their references. Those references are to submit the PPQ directly to the Contract Specialist by the due date and time listed above. The Contract Specialist s contact information is provided on the PPQ. In order to maintain the integrity of the Past Performance review, PPQ s will not be accepted directly from the A-E firm. Please make sure references are aware of the response due date and time. Past performance may include current work that has reached the 90% design phase and work accomplished within the past five years. Make sure to identify any prior or ongoing Federal A&E services within the past five years. The Selected A/E firm will be responsible for being responsive to the NCO-16, Contracting Construction Team A and the Overton Brooks VA Facility Engineering staff. The A/E Firm shall serve the Government in an advisory and consultant capacity. Request for Proposal to Design Project No. 667-18-119 UPGRADE DOMESTIC WATER DISTRIBUTION SYSTEM TO IMPROVE LEGIONELLA PREVENTION, COOLING TOWERS & STORAGE TANKS Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LA 71101 A. General Information A 1.0 Project Background, Description and Scope of Work Provide Architect/Engineer professional services to include design development, construction documents, specifications, cost estimates, construction period services and construction site visits. Overton Brooks VAMC (OBVAMC) seeks Architectural and Engineering (AE) design services to evaluate and improve the existing domestic water distribution system [Hot Water (HW) and Cold Water (CW)] for the Main Hospital, Water Storage Tanks and Cooling Towers to prevent Healthcare-Associated Legionnaire s Disease (HCA-LD) and comply with the VHA Water Safety Program as described in the VHA Directive 1061 This contracted work includes preparation of drawings, specifications and cost estimates for all facets of work and trades necessary to facilitate award of a construction contract to address domestic water quality and Legionella prevention initiative throughout the main hospital. This project will install a secondary water treatment system and provide complete mapping of the existing potable water distribution system. Additionally, this project will study and address dead legs, cross-connections, scald guard protection, water flushing, water testing and water monitoring measures throughout the main hospital. The work involved will need to include infection control measures and as this is occupied space, planning for phasing the construction work is required. The AE design team shall Perform site investigations necessary to design a secondary water treatment system(s) for enhanced control of the Chlorine and biocide levels throughout the main hospital, water storage tanks and cooling towers (all HW and CW systems). Perform site investigations necessary to assess the existing chlorine/biocide monitoring equipment and identify and modifications required to adequately monitor levels within the main hospital (all HW and CW systems). Perform site investigations necessary to identify dead-ends for removal and identify any asbestos abatement required to perform the work (all HW and CW systems). Perform site investigations with the intent to consider adding scald guard protections devices where needed (HW system). Perform site investigations necessary to determine where automatic cycling faucets need to be installed on distal fixtures served by extended domestic water piping runs (all HW and CW systems). Perform site investigations necessary to develop single-line drawings, complete mapping including valves and sizes (all HW and CW systems), and a Revit model of the existing domestic water piping distribution system of the main hospital, water storage tanks and cooling towers and identify modifications required (preferably accessible) to the existing system to comply with the VHA Water Safety Program as described in the VHA Directive 1061. Perform site investigations necessary to complete cross-connect study and identify corrective actions. NOTE: Please report any leaks found during the survey of the existing water distribution system immediately to the COR for repair by OBVAMC Maintenance Staff Deliverables The deliverables for this project include, but not limited to, the design and construction document preparation of the following to comply with the VHA Water Safety Program as described in the VHA Directive 1061: Secondary water treatment and continuous monitoring system(s). Identification and removal of piping dead-ends. Identification and abatement of any asbestos containing material. Identification and installation of any required scald guard devices. Identification and installation of needed automatic cycling faucets on distal fixtures served by extended domestic water piping runs. Development of a testing, flushing and preventative maintenance program to maintain the water distribution system for the main hospital at the appropriate levels to mitigate the development of Legionella. Accurate representations of the existing and post-construction water distribution system for the main hospital, water storage tanks and cooling towers (all HW and CW systems) in a schematic (single line) diagram to include valve schedule and inventory of fixtures The design shall also incorporate proper construction phasing of work with time limitations. Access and continued function/operation of adjacent occupied spaces (above, below and beside) shall be considered within the construction phasing plan to minimize the overall impact and disruptions generated by the construction activities. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. PERIOD OF PERFORMANCE The delivery date for this contract shall be 320 days from Notice to Proceed. Investigative work will need to be performed after hours and/or on weekends. After hours is 4:30pm to 6:00am, Monday Friday. AE personnel will be required wear appropriate PPE and following hospital standards, OSHA and Infection Control requirements. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION The term responsibility, used in the instructions that follow, includes architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC project no. 667-18-105. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional facility. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning design package and service. The terms Design Team, Design Offeror, AE or A/E refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. The term Design Team or engineer refers to registered/licensed Architects and Engineering professionals. The terms the work and project refers to the all site investigation, site survey, calculations, testing and design for documents to Upgrade the Domestic Water System, OBVAMC. The term VA and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. The VAMC Coordinator and COR (Contracting Officer s Representative) for this project is Stacy Walden at 318-990-5277, stacy.walden@va.gov The CO (Contracting Officer) for this project is to be determined (TBD). QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. DRAWINGS This project will utilize AutoCAD, version 2015. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and applicable codes, the most stringent requirement shall govern. All drawings must be bundled using the e-transmit function. SITE AND TOPOGRAPHY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to perform a site survey to facilitate the design. A topographic survey is NOT required. GEOTECHNICAL SURVEY A geotechnical survey of the area is NOT required. UTILITY SURVEY During the design phase, the A/E will coordinate with OBVAMC Staff to obtain utility information to facilitate the design. Otherwise, what is not obtained shall be surveyed to extent necessary by the A/E. A/E shall procure any services (to include, but not limited to HVAC air and hydronic pre-testing and evaluation) required to adequately test and determine the capacity of the existing utility system. ASBESTOS ABATEMENT SURVEY During the design phase, the A/E will coordinate with VAMC Staff to perform an asbestos abatement survey to facilitate the design. The AE shall survey the areas of conflict in question to incorporate into the design documents accordingly. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. NOT required for this design effort. SEISMIC DESIGN In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the latest edition of the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities as applicable. NOT required for this design effort. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. NOT required for this design effort. COMMISSIONING The A/E shall incorporate the VA s commissioning specification into the design and complete set of construction documents as applicable. The Construction contractor shall procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-10 Design Manuals (by discipline) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE: Utilize the latest version of guidance at time of design award. A 2.0 Design Deliverables OBVAMC Design Submissions Statement of Task Submit Floor Plan/Schematic Design 35% Design Development (DD) 65% Design Development (DD) 95% Design Development (DD) 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum timeframe (calendar days) as outlined in the design schedule, to review and coordinate each AE design submissions. If the VA workload does not allow for a thorough review within the designated timeframe, the AE shall not proceed to the next design phase until comments have been received from the VA. The AE will be entitled to a time only contract extension for the number of VA review days beyond the designated timeframe. Schematic Design Investigate and survey project site. Verify any VA provided data. AE is responsible for collecting all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall evaluate the existing water distribution for the main hospital as identified in the SOW and make recommendations on what modifications to the existing system are required to comply with the VHA Water Safety Program as described in the VHA Directive 1061. A/E shall provide recommendation and associated construction cost. This schematic design phase is an iterative process and requires close coordination with the VA staff. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital. Dimensions, slopes, etc will need to be indicated on the drawings. AE shall work with the VA staff until acceptable Water System Upgrade plan has been developed and approved in writing by the VA. The AE final deliverables for this phase are (hard and electronic copies): OBVAMC Approved Water System Upgrade Plan Preliminary Cost Estimate (RS Means, Cost Works) List of probable Specification Sections for this project Asbestos Survey 35% Design Development These drawings shall be at the largest scale possible. Drawings & Specifications Provide one 22 x34 size set, five 17 x22 size sets, two 11 x17 size sets and one unbound 11 x17 size set of preliminary construction drawings. Provide one set of preliminary specifications indicating all the AE proposed edits double-sided and in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). Cost Estimate & Design Analysis Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors (SDVOSB) Overhead, Profit, Bond, and Labor Burden (typically 32%). Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. The cost estimate and design analysis shall be submitted in hard copy (double-sided and in a 3-hole punch binder) and an electronic copy on a CD. 65% Design Development This submission of drawings, specifications and cost estimate shall be very close to complete. This review by the VA shall be to validate that 35% comments were incorporated into the project. The construction documents should be sufficiently developed to cover all work items to be addressed by the project. No major items missing from this submission. The VAMC review of these documents should result in very minor comments to allow for the next 95% submission. AE shall provide a list of questions by discipline on anything that s needed from the VA to continue and fully develop the next 95% design submission. Additionally, the AE shall provide minutes from the last design review meeting and shall provide responses to all VA comments noted or identified during the last review submission. Drawings & Specifications Submit in the same manner as the 35% DD submittal. Cost Estimate & Design Analysis Submit in the same manner as the 35% DD submittal, except provide two complete sets of specifications and design analysis. 95% Design Development This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 65% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. AE shall provide a list of questions (which should be very minimal at this point) by discipline on anything that s needed from the VA to finalize and completed the design documents. Additionally, the AE shall provide minutes from the last design review meeting and shall provide responses to all VA comments noted or identified during the last review submission. NOTE: If the VA s review of this set of documents (95%) results in numerous comments, then a 99% review or a check set of certain elements of the design will be required before the AE shall proceed to the 100% Final Construction Documents. Drawings & Specifications Submit in the same manner as the 65% DD submittal. Cost Estimate & Design Analysis Submit in the same manner as the 65% DD submittal. 100% Construction Documents This submission shall incorporate all project requirements and previous comments. These documents shall be marked FINAL ready for bidding. Drawings & Specifications Submit in the same manner as the 65% DD submittal. ALL ENGINEERS AND ARCHITECTS PROFESSIONAL STAMPS SHALL BE ON THIS SET OF DOUMENTS. Cost Estimate & Design Analysis Submit in the same manner as the 65% DD submittal and marked FINAL. Electronic Copies Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2015) binded and scanned individual PDF files (coordinate naming of the files with the COR). The specifications shall be in separate WORD format and separate PDF files for each spec section (coordinate naming of the files with the COR). Construction Period Services (CPS) AE shall provide full post design services construction period service IAW the Special Provisions of this contract. PRE-AWARD CPS s to include assistance with questions, request for information (RFI s), meeting conference calls, clarifications and addendums during the construction solicitation phase. POST-AWARD CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, inspections, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. Designing and estimating of design omissions. POST-AWARD SITE VISITS CPS s shall also include a minimum of 12 Site Visits during the construction phase of the project. Type and discipline of site visit shall bedetermined at the time of need by the COR. ASBUILTS AE shall also incorporate contractors as built/redline drawings on AutoCAD (2015) binded, and provide both electronic (two CD s clearly labeled) and hard copy sets. Hard copy sets of as built drawings shall consist of two 22 x34 size set, five 17 x22 size sets, two 11 x17 size sets and one full size set on mylars. Page 18 of 18 PAST AND PRESENT PERFORMANCE QUESTIONNAIRE INSTRUCTIONS TO CONTRACTOR Complete the CONTRACTOR INFORMATION section, below (type answers into light blue shaded boxes). Save the document. Send an electronic or hard copy print of the form to each of your reference contacts, asking them to please complete the form and submit it according to the instructions, below. INSTRUCTIONS TO REFERENCE CONTACT The contractor named below is submitting an offer for a United States Department of Veterans Affairs contract requirement, and has sent this form to you, in your role as a past performance reference contact. Please complete this form in full (all areas shaded in light yellow, below). Once completed, please send the form to the Contract Specialist via postal mail or email, directly to: Department of Veterans Affairs Overton Brooks VA Medical Center (90C) ATTN: Dennis M. Fuentes/36C25618R05093 510 East Stoner Avenue Shreveport, LA 71101 Email Address: dennis.fuentes@va.gov Please return the completed form no later than May 15, 2018. If you have any questions, please contact Mr. Fuentes via email, or call 318.990.4093. Thank you for your assistance in this matter. GENERAL INFORMATION [completed by Contractor] Contractor Company Name Street Address Contractor Point of Contact Name City Point of Contact Phone Number State Reference Project Title Zip Code Contract Period of Performance (start to finish): Email Contract Number Contract Dollar Value Description of Work Role of Contractor on This Project (Check box) Prime Contractor Sub-contractor Key Personnel RESPONDENT INFORMATION [completed by Reference Contact] Company Name Street Address POC Name City Phone Number State Fax Number Zip Code Email PERFORMANCE INFORMATION: Choose the number on the scale of 1 to 6 that most accurately describes the contractor s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ANY RATINGS OF 1 OR 2 in the Remarks section, below (text box will expand to whatever extent is necessary). 1 2 3 4 5 6 UNSATISFACTORY MARGINAL SATISFACTORY VERY GOOD EXCEPTIONAL NEUTRAL Performance did not meet most contractual requirements. There were serious problems and the contractor s corrective actions were ineffective. Performance did not meet some contractual requirements. There were problems, some of a serious nature, for which corrective action was only marginally effective. Performance met contractual requirements. There were some minor problems and corrective actions taken by the contractor were satisfactory. Performance met all contract requirements and exceeded some to the government s benefit. There were a few minor problems, which the contractor resolved in a timely, effective manner. Performance met all contract requirements and exceeded many to the government s benefit. Problems, if any, were negligible and were resolved in a timely, highly effective manner. No record of past performance or the record is inconclusive.Printed Name Title _____________________________ Signature The Contractor 1 2 3 4 5 6 1. Provided experienced managers and supervisors with the technical and administrative abilities needed to meet contract requirements. 2. Demonstrated ability to hire, maintain, and replace, if necessary, qualified personnel during the contract period. 3. Delegated authority to project managers and supervisors commensurate with contract requirements. 4. Home office participated in solving significant local problems. 5. Followed approved quality control plan. 6. Provided effective quality control and/or inspection procedures to meet contract requirements. 7. Corrected deficiencies in timely manner and pursuant to their quality control procedures. 8. Provided timely resolution of contract discrepancies 9. Identified problems as they occurred. 10. Suggested alternative approaches to problems. 11. Displayed initiative to solve problems. 12. Developed realistic progress schedules. 13. Met established project schedules. 14. Provided timely resolution of warranty defects. 15. Was responsive to contract changes. 16. Provided adequate project supervision. 17. Obtained consent of surety for increases in bonding as work-in-progress increased. 18. Paid subcontractors/suppliers in a timely manner. 19. Provided accurate and complete line item cost proposals including all aspects of work required for each task. 20. Cooperated with Government personnel after award. 21. How would you rate the contractor's overall performance? 22. Was the contractor ever issued a cure or show cause notice under the referenced contract? If yes, explain outcome in remarks. YES NO 23 Would you award another contract to this contractor? If not, please explain in remarks. YES NO 24 To the best of your knowledge, is the contractor rated in CPARS? YES NO REMARKS (Please use as much space as is needed the box will expand as you type).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618R0593/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618R0593 36C25618R0593.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4292208&FileName=36C25618R0593-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4292208&FileName=36C25618R0593-000.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: Overton Brooks VA Medical Center;510 East Stoner Avenue;Shreveport, LA
Zip Code: 71101
 
Record
SN04916301-W 20180511/180509230707-4d719d36e777af13f0db213556f5e4ea (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.