Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
DOCUMENT

C -- Architect-Engineer Indefineitee Delivery Indefinit quantitye Services, Western Region Service Disableded Veteran Owned Small Business Set-Asode - Attachment

Notice Date
9/9/2019
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);400 Mare Island Way, Suite 100;Vallejo, CA 94590
 
ZIP Code
94590
 
Solicitation Number
36C10F19R0057
 
Response Due
10/8/2019
 
Archive Date
1/15/2020
 
Point of Contact
Noella Bond
 
Small Business Set-Aside
N/A
 
Description
2 Page 19 of 19 SOURCES SOUGHT NOTICE, SF330, FOR RFP 36C10F19R0057 WESTERN REGION A/E IDIQ SDVOSB SET-ASIDE ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design and/or Engineering Services are required for a multi-disciplined A/E Services Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for the Department of Veterans Affairs (VA), Office of Construction & Facilities Management, Western Region. This VA office administers major projects for the VA in the Western Region, a major project is defined as a project over $20,000,000, and the firm(s) selected are expected to have an experienced design team for projects of this magnitude or larger. The firms must be an Architect or Architect/Engineer Firm and meet the size standards of NAICS Code 541310. The intent is to award fifteen (15) contracts for the region; however, the number of awards may vary dependent on the interest shown. This contract will have a base period of one (1) year and (4) four one-year option periods at the discretion of the Government. The minimum guarantee amount for the base period is $20,000, with a maximum amount of $25,000,000 over the life of the contract period. The determination of acquisition strategy lies solely with the Government. All firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 Construction Contracts with Architect-Engineer Firms. Any A/E firm that has provided design services for a project will be restricted from participating in any construction contract or task order for that individual project. This contract will be procured in accordance with The Brooks Act PL 92-582 and FAR Part 36. The Western Region includes VA installation and activities located in the following states: Alaska, Arizona, California, Hawaii, Idaho, Nevada, New Mexico, Oregon and Washington. The Western Region also includes the American Samoa, Guam and Philippines. The contracts for the Western Region will be for the Department of Veterans Affairs installations and facilities in the Western Region area of responsibility At the election of the Contracting Officer, awardees may also, on occasion, be requested to provide the services described herein outside the Western Region. The firm s recent expertise shall include architectural design services, for medical building seismic upgrade projects, for the development of state-of-the-art medical facilities in accordance with VA criteria, for medical facility vertical expansion, and for design for construction with phasing to not to interfere with on-going hospital operations. Additional project experience shall include research; long term care, mental health, dementia, out-patient clinic, and/or similar complex healthcare facilities. The firm or team must have expertise in the use of Building Information Modeling (BIM) in developing project from its initial concept through completion of documentation. Only architects or architect/engineer firms demonstrating the above capabilities and a planned approach to perform contract services shall respond, in accordance with FAR 2.101, FAR 36.609-4 and FAR52.236-25. A/E IDIQ Task Orders General Notes: Unless otherwise stated, the requirements/standards of the VA Technical Information Library shall apply. All services and deliverables shall be determined on a case-by-case basis. The Contracting Officer shall establish the schedule for delivery of materials along with the number of copies. CODE REVIEW SERVICES DESCRIPTION OF WORK: For major projects, provide code consulting, assessment, evaluation, and inspection service utilizing experts skilled in appropriate technical areas necessary for the analysis and/or evaluation of building designs, existing VA facilities and/or necessary studies. DELIVERABLES To be determined on a case by case scenario but may include but not limited to the following: The end product includes reports and data involving the investigation and evaluation of the VA facilities inspected and/or provided materials. PROGRAM FOR DESIGN DESCRIPTION OF WORK: - For major projects, provide services for the preparation and/or review and analysis of a program for design that delineates the functional and physical parameters that define project specific requirements and constraints and address the client s priorities. The program for design process may require revision if the project goals are changed. Development of the program for design will be in accordance with Department of Veterans Affairs Space and Equipment Planning System, Space and Design Guides, Manuals and other requirements as listed in the Technical Information Library. DELIVERABLES The final product will be the program for design submission and/or evaluation of reports, documents, cost estimates supporting the program for design prepared by the Contractor. SCHEMATIC DESIGNS DESCRIPTION OF WORK: For major projects, provide all services for preparation, planning, evaluation, review, and recommendations for all architectural and engineering discipline calculations, specifications, reports, systems analyses, drawings, and cost estimates meeting the approved space program, and program for design in accordance with the A/E Design Submission Program Guide PG-18-15. Services may include site visits to VA facilities and meetings with Office of Construction and Facilities Management (CFM) personnel in Washington, D.C. DELIVERABLES The schematic design submission shall meet the requirements of PG-18-15. DESIGN DEVELOPMENT (DD) DESCRIPTION OF WORK: For major projects, the preparation of Design Development (DD) documents consisting of updated drawings, specifications, and supporting documents and calculations meeting the approved scope and space program. The DD s will be developed from the approved schematic documents and in accordance with A/E Design Submission Requirements in PG-18-15 and other guidance listed in the Technical Information Library. Site visits to VA facilities and meetings with CFM personnel in Washington, D.C. may be required. DELIVERABLES The DD submission will meet the distribution requirements in PG-18-15. CONSTRUCTION DOCUMENTS (CD) DESCRIPTION OF WORK: For major projects, the preparation of construction documents (CDs) consisting of complete drawings, specifications, and supporting documents and calculations necessary for the bidding and construction of the project. The CD s will be developed from the approved design development documents and in accordance with A/E Design Submission Requirements, in PG-18-15 and other VA directives in the Technical Information Library. DELIVERABLES The development of the CD submission shall meet the requirements in PG-18-15. DESIGN REVIEWS PRE-DESIGN, SCHEMATIC DESIGN AND DESIGN DEVELOPMENT. DESCRIPTION OF WORK: For major projects, review, evaluate, and provide recommendations for all architectural and engineering designs, calculations, specifications, reports, system analyses, and drawing completeness and coordination. Evaluations shall be based on submission requirements established in PG-18-15 and the other requirements of the Technical Information Library. Services may include site visits to VA facilities and meetings with Office of Construction and Facilities Management (CFM) personnel in Washington, D.C. Develop a Project Definition Rating Index Score. DELIVERABLES Review comments shall be recorded in the Dr. Checks program. Provide an evaluation report. COST ESTIMATES THROUGH DESIGN DEVELOPMENT STAGE DESCRIPTION OF WORK: For major projects, review, evaluate, and provide recommendations on the cost estimate prepared by the A/E of Record as to the cost submission basis of cost, accuracy in quantities, and completeness based upon submission requirements of the PG-18-15. Evaluation shall include but not be limited to: local labor rates, energy conservation costs, asbestos abatement costs, cost escalation, cost of operations, personnel requirements costs, manpower trade requirements and material costs timeline. Additionally, a verification of new gross area take-off may be required. Preparation of independent cost estimates and evaluation of mid-point construction costs and anticipated inflation rates during construction may be required. Participation in meetings with CFM personnel in Washington, D.C. may be required. DELIVERABLES This task order requires submission of a cost estimate report by trade, material required, phase, and/or element. CONSTRUCTION DOCUMENT REVIEW DESCRIPTION OF WORK: For major projects, the services provided shall include the review, evaluation and recommendations based on the partial or completed set of construction drawings and specifications; provide recommendations regarding any other documents necessary for the bidding and construction of the project. The documents for evaluation will be provided by the project A/E. The A/E shall evaluate and ensure the coordination of the drawings between the disciplines, identification of costs, errors, omissions or conflicts found between drawings and specifications. The A/E shall evaluate the construction schedule regarding meeting the operating plan due dates for the Request for Proposal or Invitation for Bid and award dates. Review and comment on project phasing. Evaluate market conditions that may impact bidding climate. Review any resubmitted construction documents with recommendations as to their acceptability in accordance with PG-18-15. Develop a Project Definition Rating Index Score DELIVERABLES Review, evaluate, and provide written recommendations based on reviewed construction documents, in accordance with PG-18-15. Comments shall be entered in Dr. Checks or similar program. Provide a written report with annotated drawing comments. PRE-CONSTRUCTION DOCUMENT TECHNICAL STUDIES DESCRIPTION OF WORK: For major projects, provide services for the preparation of studies that involve a systems evaluation and/or report on the inspections of VA facilities to include but not limited to: site development, utility investigations, boundary, topographical, utility, geotechnical soil borings, parking, traffic, historical, environmental, vertical traffic, horizontal traffic, archeological, acoustics, vibration, aviation, weatherproofing, fire protection, commissioning, NEPA, Section 106, food service, hazardous materials, hazardous waste, medical equipment, physical security, operations security, signage, wind, Federal, State and local permit requirements. Offer recommendations regarding options to resolve challenges to project completion are to be included. Provide an analysis of existing and selected systems involving structural, electrical, HVAC systems, an evaluation of equipment proposed for VA facilities, and lab testing services. Perform a cost comparison of studies on building systems, renovation alternatives versus building additions or new buildings and develop studies to determine time analyses of different phasing alternatives. DELIVERABLES Per contracting officer requirements. SPECIALITY CONSULTANTS NOT AVAILABLE THROUGH THE DESIGN A/E DESCRIPTION OF WORK: For major projects, the AE shall provide additional studies, reports, evaluations, pre-design services, design services, construction consultation, inspection services, expert witness, claims consultants skilled in design analysis, Critical Path Method scheduling, constructability, biddability, construction phasing development, and/or construction techniques. AE shall have requisite professional experience, background investigation services for evaluation and approval of the Contracting Officer to support construction activities or preparation of reports involving design or investigation and evaluation issues associated with design and/or construction. DELIVERABLES Submit studies, reports and recommendations associated with pre-design, design, construction, construction activities, and investigations shall be accomplished per Contracting Officer direction. COST ESTIMATES (CD S AND CONSTRUCTION CHANGES) DESCRIPTION OF WORK: For major projects, the AE shall provide cost estimating services associated with the evaluation, analysis, and preparation of construction changes or design alternatives. These services will cover all construction related issues including but not limited to materials, systems and construction techniques. The AE shall review, analyze and provide recommendations of construction document cost estimates covering labor, materials, equipment, general conditions, and requirements developed for the project, as directed by the Contracting Officer. Participation in the VA CFM review of the construction document submittal by the VA retained A/E. Analyses shall be presented on forms as described in PG-18-15. Provide independent cost estimates as required by the Contracting Officer. DELIVERABLES The AE shall provide report(s) analyzing the construction document cost estimate within five working days of the CFM review. CONSTRUCTABILITY REVIEW DESCRIPTION OF WORK For major projects, the AE shall provide an independent and structured review of the design or issued for construction documents by construction professionals. The purpose is to ascertain that the work requirements are clear, and the documents are coordinated, and result in a functioning system. Additionally, the purpose is that the construction contractor will be able to bid the construction project and the project administration without initial change orders or contract modifications. The goal remains to reduce impacts and risks to the project and therefore to the government. The detailed analysis of the documents is designed to assure their clarity, accuracy, coordination, and completeness. Include in the review process the suitability of the laydown areas, crane placement, site access for construction vehicles, construction site traffic, construction inspection specialty requirements, ability to inspect the work product, maintenance inspection openings, weatherproofing, coordination of mechanical, electrical, plumbing and fire protection systems. Also focus on the suitability of the drawings and specifications for ease of construction and the placement and maintenance of equipment. The review will identify conflicts and/or claims that may arise during construction. The Constructability Review is presented as part of a Continuing Risk Identification and Reduction system. This presents the Constructability Review as a prudent choice to avoid risk for a small initial and continuing cost. The constructability review is not to be viewed as a peer review, a value engineering study or a biddability review. DELIVERABLES The AE shall provide report(s) evaluating the constructability of the construction documents to the Contracting Officer, within five working days prior to the CFM construction review. Comments may need to be entered in Dr. Checks. CONSTRUCTION QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) DESCRIPTION OF WORK: For major projects, provide a review of the testing requirements and sequence, provide advice regarding the acceptability. Provide on-site quality assurance and control by witnessing performance tests of various types of structural, electrical, HVAC equipment, sprinkler, fire alarm, communication, and other systems integral to a fully operational building system. Prepare reports associated with on-site inspections or analyses of test reports. Review submittal material, evaluate contract changes/claims, cost estimates, CPM schedules, and modifications, daily logs, and preparation/review of requests for information (RFI). Provide monitoring services for the return of submittals and other tracking services to assist the Senior Resident Engineer (SRE). Prepare reports associated with on-site investigations of materials, equipment and systems components, test performance, and operation in compliance with the contract specifications, drawings, OEM manuals, code requirements, etc. DELIVERABLES The AE shall provide test reports or product literature responses, cost estimates, review of product submittals, daily logs, and review of certified payroll statements. This work shall be completed within five working days of receipt of product literature or inspection reports or at such intervals as directed by the Senior Resident Engineer (SRE). CONSTRUCTION SUBMITTAL REVIEW NOT ANTICPATED THROUGH THE DESIGN A/E CONTRACT DESCRIPTION OF WORK: For major projects, the AE shall provide submittal review services covering products that many not have been listed within contract documents but not limited to cut sheets, manufacturers data/performance sheets, samples, shop drawings, which are beyond the services provided by the A/E. The Contracting Officer shall establish the length of the review period(s). Provide recommendation regarding a compatibility analysis of different materials and recommendations associated with acceptance or rejection of alternate materials and products. DELIVERABLES Review of submittals will meet the requirements established by the contracting officer. REQUEST FOR PROPOSAL (RFP) FOR PROJECT BOOK AND/ OR DESIGN-BUILD PROJECTS DESCRIPTION OF WORK: For major projects, perform all services for the preparation of Request for Proposal documents for project book and/or design-build projects in accordance with A/E submission instructions: Requests for Proposals, PG-18-15, Volume E, and other VA criteria listed on the VA Technical Information Library. During the Design-Build (DB) proposal process, the A/E will assist in the review of the proposals and prepare amendments to the solicitation in accordance with the FAR and VA requirements. During the design and construction of the project, the A/E may be required to assist in the review of construction document submittals, shop drawings, other construction submittals, and conduct site visits. Note: the AE of this task order cannot be part of the Design-Build team and the AE will not be the designer of record. DELIVERABLES In accordance with the contracting officer requirements. CONSULTING SERVICES DESCRIPTION OF WORK: For major projects, provide consulting services and technical studies on a wide variety of facility design and construction issues including seismic studies, indoor air quality, national codes and standards review, cost estimating, facility operations, control of indoor air quality, hazardous materials inspection and remediation plan, impact of facility standards on building performance and facility life cycle, interoperability electronic standards for facility design, construction, operation, project documentation and construction management. Services may require on-site inspections. Services may include the development of a Project Definition Rating Index Score. DELIVERABLES Reports, studies and data development involving design, investigation and evaluation of the issues described under Work to be Performed. COMMERCIAL AND MEDICAL OFFICE BUILDING DESIGN DESCRIPTION OF WORK: For major projects, design programs for commercial office and medical space which includes interior space planning furniture design and layout; and creating environmental graphic design of images. Necessary disciplines include architectural, mechanical, electrical, plumbing, fire protection, civil, landscaping, and other disciplines deemed appropriate by the contracting officer. DELIVERABLES Design and construction drawings for medical and office buildings space to include equipment, furniture layout and wall graphics/art. Task 18. OTHER A/E SERVICES REQUIRED FOR MAJOR PROJECTS Preparation of drawings using BIM software Surveys (topographic and boundary or cadastral) Soil/Geotechnical investigations and reports Comprehensive interior design Operations and Maintenance Support Information (OMSI) Physical security evaluation and design Blast design and evaluation As-built drawing preparation Provide comprehensive hazardous material (e.g. asbestos/lead paint) surveys and provide a report that will support the removal, demolition, and disposal of the hazardous materials in accordance with applicable laws and regulations. Energy Analysis and Studies Traffic Studies Structural evaluation and review Risk Analyst Services Scheduler Utility surveys Construction Inspection services Project Book studies SF 330 Evaluation Criteria SF330s will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unacceptable. Submissions must follow all the requirements of Standard Form 330 (REV 8/2016), OMB Control Number 9000-0157 (SF 330) and the Individual Agency Instructions below. If there is a conflict in the instructions, the SF 330 directions shall apply. Awards will be made to the SDVOSB firms determined to be most highly qualified if fair and reasonable prices can be agreed upon. Organized and well written SF330s may receive a higher rating than those which are disorganized and poorly written. Technical evaluation factors listed in descending order of importance, the Supplemental Individual Agency Instructions apply to the Standard Form 330 (REV 8/2016), OMB Control Number 9000-0157 (SF 330): Professional Qualifications: Supplemental Individual Agency Instructions in Part I, Section E: The VA is seeking successful, experienced project teams, therefore the resumes submitted will be only for members of the experienced team as reflected in Section G. It is expected that the offeror will be submitting resumes for each key discipline member per the resume SF330 instructions. Key disciplines are defined as follows; project manager, project architect, medical planner, medical equipment planner, civil engineer, structural engineer, mechanical engineer, electrical engineer, fire protection engineer, geotechnical engineer, landscape architect, interior designer, environmental engineer, traffic engineer, cost estimator, scheduler, NEPA specialist, historic preservation specialist, sustainability/LEED specialist, & commissioning agent. The above individuals must be available for every task order. No substitution will be made without the advance written approval of the Contracting Officer after he/she has reviewed the proposed replacement s experience and qualifications record submitted by the A/E with explanation of the necessity for the change. Follow the contract substitution clause for replacement of individuals. Supplemental Individual Agency Instructions: In Part I, Section E (Resumes of Key Personnel Proposed for the Contract), block 19. RELEVANT PROJECTS, sub-block (3) for the SPECIFIC ROLE, for each of the five Relevant Projects on the resume, include a detailed description of the specific services provided for the project demonstrating the key personnel experience, e.g. stating simply Electrical Engineer is not considered an acceptable description of services. Supplemental Individual Agency Instructions: In Part I, Section H (Additional Information), submit a matrix for the proposed design team, that contains the following data: the members assignment, members name, firm name, office location, percent of time the member will be assigned to spend on this team, education level/discipline (example: BS, mechanical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm. Also, for the project manager, identify the number and type of teams (design, consultants, joint venture partners, etc.) managed over the past five years. All personnel shall be shown on the organizational chart submitted per the SF 330 instruction. Specialized Experience: Supplemental Individual Agency Instructions In Part I, Section F (Example Project Which Best Illustrate Proposed Team s Qualifications): The VA is looking for high performing project teams to develop designs for major healthcare projects. The following projects are considered representative of the work required under this IDIQ for an SDVOSB with the requisite experience. The Offeror must provide a minimum of ten example projects for which the team members provided a significant technical contribution in section F. Of the minimum of ten sample projects the Offeror, as the Architect of Record must include the following six example projects in the section F. Work on the following required projects must be within the last seven years. Additionally, describe the firms experience with BIM, Specs Intact system or other specification writing systems. Also describe the firm s experience with meeting seismic requirements. For the first project the Offeror shall include a description of a complex healthcare project with a construction cost of at least $10,000,000 to include at least two of the following services; PACT model clinic, Dental, Optometry, Women s Health Clinic, Dermatology, Podiatry, Psychiatry, Physical Therapy, Occupational Therapy, Telehealth, Audiology, X-Ray, Urology, Endoscopy, Substance Abuse Residential Rehabilitation Treatment, Medical Education and Simulated Training Center. The second required project of shall be a stand-alone Out-Patient Services Building with a construction cost of at least $5,000,000. Describe the services provided in the building. The third project shall be an In-Patient Hospital Renovation project with a construction cost of at least $5,000,000. The fourth project shall be for the design/renovation/expansion of a research laboratory with a construction cost of at least $5,000,000. The fifth project shall be a design-build project with the Offeror as the Architect of Record, for the development of the design build bridging documents. The design-build project shall be greater than $20 million and be at least 90 percent complete. The sixth project shall be a seismic upgrade project with construction cost of at least $5,000,000 in seismic work, include drawings/details showing the architectural details for a seismic design feature for a project in a Seismic Category D, E or F location. The first five projects and the and the architectural seismic detail for the sixth project must be performed by the Offeror as the Architect of Record. If the combining of two or more companies (joint venture (JV)), then include each company's role under Part I, Item H of the SF 330. Additionally, submit a signed JV agreement. Failure to submit a signed copy of the JV agreement will result in the JV's submission being excluded from consideration for award. The Offeror may include other projects additional example projects that demonstrate the breadth of experience of the Offerors team to meet the taskings listed above. For projects not performed by the Offeror, explain which sub-consultant performed the project, its relevance as a submission and if the specific personnel who worked on the project are part of the proposed team. The Example Projects shall be submitted in the following order: * Example Project 1 - Complex Healthcare project * Example Project 2 - Stand Alone Out Patient Services Building project * Example Project 3 - In-Patient Hospital Medical Renovation project * Example Project 4 - Design/Renovation/Expansion of a Research Laboratory * Example Project 5 - Design-Build Bridging documents. * Example Project 6 - Architectural details for a seismic project * Example Project 7 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. * Example Project 8 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. * Example Project 9 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. * Example Project 10 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. Past Performance: Supplemental Individual Agency Instructions: in Part I, Section H, provide Past Performance information for the ten projects submitted with respect to cost control, quality of work, and compliance with performance schedules during the design and the construction phases; to include peer reviews and document reviews and overall client satisfaction. Include project name, location, initial design dollar funding limitation, final construction cost, and project point of contact with telephone number and email address. Projects shall have started design in 2012 to present; include current client contact information, design due date, actual design completion date and final cost estimate, the construction contract award amount (note whether bid or negotiated). Capacity: Supplemental Individual Agency Instructions: in Part I, Section H, Prime firm and sub consultants must demonstrate capacity to accomplish the work in the required time and the ability to adhere to schedules. Prime firm must demonstrate that it is able to respond to a VA facility in the Western Region within a 24-hour time frame. In a chart provide the current workload and total workload capability of individuals listed on the organizational chart of the SF330. In Part I, Section H provide a demonstration of capacity by clearly showing how the prime and sub-consultants would accomplish the following sample tasking: Below is a list of sample projects required for demonstration of capacity For each sample project below provide the following: An organization chart illustrating the appropriate personnel necessary to complete the task order with the individual s name and role. A Gantt chart showing the necessary predecessors and successors Estimated hours per individual per tasking Description of general references (e.g. ASCE 41, VA H-18-8, etc.) necessary to complete the tasking Sample Project 1 Peer review of DD-1 documents for a new 100,000-gross square foot facility to include 30 acute mental & behavioral unit patient beds, and an outpatient mental health clinic. Period of performanceis 6 weeks. Sample Project 2 design-bid-build SD-2 for a 100,000-building gross square foot VA Research and Development (R & D) facility to include biomedical laboratories, a Veterinary Medical Unit (VMU) with surgical suite, barrier suite and complimentary R & D support and documentation areas. Period of performance is 22 weeks. Sample Project 3 program for design for an 85,000-building gross square feet Community Based Outpatient Clinic (CBOC), with a patient load to support four Patient Aligned Care Team (PACT) Modules and services to include Primary care, Specialty care, mental health as well as complimentary diagnostic and ancillary services. Period of performance is 8 weeks. Service Disabled Veteran Owned Small Business Participation: The Services Disabled Veteran Owner Small Business must include with the proposal, a summary of how the offeror plans to comply with VAAR 852.219-10. Location: This factor considers Geographic Proximity. Successful firms shall be located in the United States and its territories. The submission will have the following Table of Contents to include the page number and description, all sections must be tabbed, pages must be numbered, and follow the order listed below: Supplemental Individual Agency Instructions: information shall be presented in the following format, Cover letter Tab 1 * Table of contents Tab 2 * Organizational chart Tab 3 * SF330 Part I, sections A, B & C Tab 4 SF330 Part 1, section E, Resumes of Key personnel by discipline Project Manager Project Architect Medical Planner Medical Equipment Planner Civil Engineer Structural Engineer Mechanical Engineer Electrical Engineer Fire Protection Engineer Geotechnical Engineer Landscape Architect Interior Designer Environmental Engineer Traffic Engineer Cost Estimator Scheduler NEPA Specialist Historic Preservation Specialist (per Department of Interior requirements) Sustainability/LEED or Green Globes Specialist, Commissioning Agent Tab 5 SF330 Part I, section F & G Example Projects as stated in the Specialized Experienced: * Example Project 1 - Complex Healthcare project * Example Project 2 - Stand Alone Out Patient Services Building project * Example Project 3 - In-Patient Hospital Medical Renovation project * Example Project 4 - Design/Renovation/Expansion of a Research Laboratory * Example Project 5 - Design-Build Bridging documents. * Example Project 6 - Architectural details for a seismic project * Example Project 7 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. * Example Project 8 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. * Example Project 9 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. * Example Project 10 Provide a Relevant Project that best reflects the teams experience to meet the stated tasking in this solicitation. Tab 6 * SF 330 section H * Additional information Tab 7 * SF 330 Part II TABLE OF CONTENTS FORMAT: The Table of Contents submission will show the page number that the reviewing team will find the requisite information. e.g. Page 5 Project Architect resume, Pages 40-55 Example Projects. Page 40 Complex Healthcare project, etc. The Offeror will use the following sample format: Page 1 Cover Page 2 Cover letter Page 3 Organizational Chart Page 5 Project Manager resume Page 8 Mechanical Engineer resume Continue this format throughout the submission. Definitions: Prime Firm: The chief contractor who has the contract with the owner of a project or job and has the full responsibility for its completion. A prime contractor undertakes to perform a complete contract and may employ (and manage) one or more subcontractors to carry out specific parts of the contract. Also called a main contractor. Sub-consultant: A sub-consultant is any person, firm, partnership, corporation, association, or other organization or any combination thereof, that has direct contract with the design professional or another sub-consultant to perform a portion of the work under a design professional service contract. Example Project: A description of a previous project and its relevance to the tasking of this solicitation. It is expected the project will have been completed or mostly completed by the firm or representing the experience of the individual. GRADING CRITERIA Factors other than Past Performance ADJECTIVE DEFINITION Outstanding Exceeds all or almost of the VA requirements. Contains many significant strengths and no significant weaknesses. Contains extensive detail to indicate a thorough understanding of the requirements, with a low degree of risk in meeting the VA s requirements. Excellent Exceeds some and satisfies all of the VA s requirements. Contains many significant strengths and few significant weaknesses. Contains adequate detail to indicate an understanding of the requirements, with an overall low degree of risk in meeting VA s requirements. Acceptable Satisfies all or almost of the VA s requirements. Contains few significant strengths and few significant weaknesses, or contains no significant strengths or weaknesses. Contains minimal detail to indicate an understanding of the requirements, with an overall low to moderate degree of risk in meeting the VA s requirements. Marginal Satisfies some of the VA s requirements. Contains no significant strengths and a few significant weaknesses or many significant strengths and many significant weaknesses. Contains minimal or no detail to indicate an understanding of the requirements, with an overall high degree of risk in meeting the VA requirements. Unacceptable Fails to meet stated requirements and/or contains major errors, omissions, or deficiencies which indicate a lack of understanding of the requirements or an officer which cannot be expected to meet requirements or involves a very high degree of risk. These conditions cannot be corrected without a major rewrite or revision of the proposal. Past Performance Assessment Overall Ratings This rating is a Board determination based on a combination of presented project relevancy, VA risk determination, PIPERs, previous ratings, CPARS, inside VA and -side source information. Outstanding The Offeror s performance met contractual requirements and exceeded many requirements to the Client s benefit. The contractual performance was accomplished with few minor problems for which corrective actions taken by the offeror were highly effective. Excellent The Offeror s performance met contractual requirements and exceeded some requirements to the Client s benefit. The contractual performance was accomplished with some minor problems for which corrective actions taken by the offeror were effective. Acceptable The Offeror s performance met contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the offeror were satisfactory. Marginal Performance did not meet some contractual requirements. Performance indicated that there some potential risks associated with the quality of work, timeliness of service, and/or contract performance. DEFINITIONS Strength Strength means that part of a response that ultimately represents a benefit to the Government and is expected to increase the quality of the offeror s performance. Strengths are typically, but not limited to, high quality personnel, organizational experience, management, past performance, and/or technical capabilities that may allow the offeror to perform the work more cost effectively or provide enhanced performance. A strength may be either major or minor depending on the degree to which it will benefit the Government and/or increase the quality of the offeror s performance. All strengths noted in the final report will presumed to be minor strengths unless otherwise noted. Weakness Weakness means a flaw in the proposal that increases the risk of unsuccessful contract performance. It is that part of a response which detracts from the offeror s ability to meet the Government s requirements or results in inefficient or ineffective performance. Weaknesses are typically, but not limited to, less-than-average quality personnel, facilities, organizational experience, management, past performance, and/or technical capabilities that may cause the offeror to perform the work less cost effectively or not to meet requirements. A weakness may be either major or minor, depending on the degree to which it detracts from the offeror s ability to meet requirements and/or increases the risk of unsuccessful contract performance. All weaknesses noted in the final report will presumed to be minor weakness unless otherwise noted. Deficiencies Deficiency means any part of a response that fails to meet a material Government requirement as established in the solicitation (e.g., omission of data required to assess compliance with the evaluation factors; ambiguities that must be resolved before assessment of compliance can be made; or, an exception to any of the terms and conditions of the solicitation), or a combination of major weaknesses in a proposal that increases risk of unsuccessful contract performance to an unacceptable level. INTERVIEW: Following the evaluation of all SF33s, interviews will be scheduled with the highest ranked firms. Interviews will be scored using the same criteria for the SF330. FINAL RATING; Each firm s SF330 evaluation rating will be combined with its interview rating for a final rating. The relative importance of the SF330 evaluation rating is equal to the interview. The final selection decision shall be made by the Board and the designated selection authority in accordance with the provisions of FAR §36.602-4. SF 330 SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this announcement by providing two CD s and one original and five copies submittal package with the SF 330, Parts I and 2, for the prime and an SF 330 for each subcontracted consultant proposed. As an attachment, provide an organizational chart of the proposed team showing the names and roles of all key personnel. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Follow the OMB instructions of the SF330 submission, submit additional information to the meet the requirements below. Do not include any fee information in material submitted at this time. Please limit submissions to a total of one hundred twenty (120) 8 ½ X 11 (letter size) pages of text, a minimum 12-point type, with a minimum ½ margin all around and all pages numbered. Each sheet of paper (front and back)in the submission will be counted as two pages. The 120 pages includes the cover letter, proposal letter, tabs, dividers, letter of transmission, front and back covers, appendices, attachments, enclosures, index, table of contents, pictures, reference letters, charts, graphs, maps, flowcharts, schedules, models, additional information, text, graphics, etc. Concise reports will be looked at favorably. The CD s and submittal package original and five copies must be received not later than 4:00 p.m. Pacific Time on October 8, 2019. Submittals received after this date and time will not be considered and will be handled in accordance with FAR 52.215-1. Emailed or faxed submittals will not be accepted. The NAICS Code is 541310 and the Size Standard is $7.5M. Offerors must be registered in the SAM database in order to participate in this procurement. Include contact name, phone number, and email address on SF 330. Submit an original, five copies and 2 CD s, label lower right corner of outside mailing envelope with: A/E lDlQ Services 36C10F19R0057. The submittal packages to be sent to: Department of Veterans Affairs Office of Construction and Facility Management, Western Region Attn: Ms. Noella Bond 400 Mare Island Way, Suite 100 Vallejo, CA 94590 For additional clarifications and questions on this procurement (Pre-award), please contact Noella Bond (707) 562-8474, or e-mail at noella.bond@va.gov. It is recommended that you not contact the VA Representative at the receiving office until after submission of your SF 330 s. All questions shall be sent via e-mail to Ms. Bond not later than September 30, 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/36C10F19R0057/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10F19R0057 36C10F19R0057_SS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146013&FileName=36C10F19R0057-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146013&FileName=36C10F19R0057-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05436283-W 20190911/190909230848-74f1cae08fb7c8451fb1a0f80d4f3dbb (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.