SOURCES SOUGHT
Z -- Construction Management Services - Phoenix, AZ
- Notice Date
- 3/3/2020 1:47:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10E20Q0124
- Response Due
- 3/6/2020 12:00:00 AM
- Archive Date
- 04/05/2020
- Point of Contact
- CONTRACTING OFFICER:Kolin A. Van Winkle, Ph.D.Email: kolin.vanwinkle@va.gov(216) 233-8628
- E-Mail Address
-
kolin.vanwinkle@va.gov
(kolin.vanwinkle@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- STATEMENT OF OBJECTIVES Construction Management Services Phoenix VA Regional Office 1.0 BACKGROUND The Department of Veterans Affairs Regional Office (VARO), Phoenix, is in the process of expanding operations at 3333 N. Central Avenue, to include the alteration of existing space to add a Call Center, ancillary offices, training rooms, and breakroom. In order to support the reconfiguration, Construction Management Services (CMS) are being sought in accordance with General Service Administration (GSA) Federal Supply Schedule (FSS) Special Item Number (SIN) 871-7. Specific Requirements Location of Work The work will be performed at the VARO, Phoenix, AZ located at 3333 N. Central Avenue, Phoenix, AZ 85012 Period of Performance: The period of performance is 30 calendar days from the date of award. 2. 0 SCOPE OF WORK 2.1 Purpose 2.1.1 The purpose of this Statement of Objectives (SOO) is to obtain CMS necessary to complete all items listed below: Evaluate the present configuration and develop a Performance Work Statement (PWS) which shall include detailed phases, objectives, and measurable outcome goals necessary to fully construct a Call Center, ancillary offices, training rooms, and breakroom within the existing leased space at the VARO while also accommodating workspaces for employees utilizing the attached concept/schematic drawings; Provide sample furniture design drawings which will clarify and define outcome specifications with measurable outcomes for the desired alteration space; Provide a detailed independent cost estimate (ICE) encompassing all aspects of alteration project. It should be noted that the ICE shall further breakdown costs allowing the reader to identify specialized tasks and disclose the associated cost breakdown figures. 2.1.2 The PWS provided by the successful Contractor will be used by the Government to solicit for the desired alteration/construction project. As such, the successful Contractor shall be prohibited from bidding on or disclosing any information concerning this project without the express written permission of the Contracting Officer (CO). 2.2 Requirements 2.2.1 The Contractor shall coordinate and conduct a site visit of the Phoenix VARO and provide construction management services which include providing a clearly defined approach and detailed set of measurable goals and outcome requirements to best meet the requirements of the Agency by incorporating the desired outcome as outlined in the attached concept drawings, and/or; propose/provide a separate best approach to best meet the needs and fulfill the alteration requirements of the Agency. 2.2.2 When developing the PWS, the Contractor shall include a requirement for a comprehensive furniture package design, which may include: Detailed furniture plans with product coding and detailed components on floorplans. AUTCAD drawing to show scaled furniture renderings, workstations, office typicals, and product typicals with labeling on the drawing. 2.2.3 When proposing solutions, the Contractor shall assess construction risk areas based on field observations, such as structural or electrical issues, so the Government may mitigate such risks during future construction activities. 2.2.4 When developing the PWS, the Contractor shall utilize Performance Based requirements to express the government needs in terms of required performance objectives. At a minimum, the PWS shall include but not be limited to- (1) Purpose. (2) Scope or mission. (3) Period and place of performance. (4) Background. (5) Performance objectives, goals and outcomes. (6) Any operating constraints. 2.2.5 When developing PSW objectives, the document shall describe measurable performance standards. (1) PWS standards may be objective (e.g., ergonomic requirements for the user, etc.) or subjective (e.g., customer satisfaction), but shall reflect the level of services and/or construction performance specifications required by the government to meet mission objectives and outcome requirements. Standards shall fully enable assessment of construction/alteration activities in order to determine whether such objectives have been met, and; (2) Quality assurance surveillance plans (QASPs). The level of surveillance described in the plan should reflect the complexity of the acquisition. Plans should enable the Contracting Officer (CO) to fulfill the obligations of the government in accordance with 46.407(f). The CO may rely on the inspection clauses in the contract or order, as appropriate. For example, a CO may appropriately rely on the inspection s clause in a simplified acquisition purchase or order without requiring a detailed QASP. 2.3 Deliverables 2.3.1 Contractor shall prepare and submit a report to the Government within 30 days of contract award. Narratives shall be in Microsoft Word and/or Excel format. The report shall contain the following elements; Narrative and photographic report of site visit; Narrative (PWS) and construction sketches for proposed solutions to items outlined above; Narrative furniture package; Independent Cost Estimate of the project; An assessment of construction risk areas based on observed existing conditions and suggestions for mitigating those risks. 3.0 General Requirements 3.1 Contractor Personnel 3.1.1 The Construction Manager (CM) Contractor shall be responsible for all work performed under this order. Contractor CM is designated as Key Personnel in accordance with Item 3.2 below. 3.1.2 CM shall be a single point of contact for the CO. The individual designated as CM shall be equivalent in seniority to any other personnel assigned by the Contractor for this work effort. 3.1.3 CM shall be available to the CO and/or Project Manager (PM) via telephone between the hours of 7:00am through 4:30pm, Monday through Friday, except for federal holidays. Reponses to request for discussion or resolution of technical problems will be within one (1) business day of notification. 3.1.4 During the absence of the CM, only one (1) alternate shall have full authority to act for the contractor on all matters relating to work performed under this contract. 3.2 Key Personnel 3.2.1 Before replacing any individual designated as Key by the Government, the Contractor shall notify the CO no less than five calendar days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the CO. The Government may designate additional Contractor personnel as Key at the time of award. 3.3 Pre-Performance Conference 3.3.1 The Contractor shall attend a pre-performance conference with the Government not later than five business days after the date of award. The purpose of the Pre-Performance Conference, which will be chaired by the CO, is to discuss technical and contracting objectives of this task order and review/clarify the Construction Management requirements of the project. 3.4 Progress Meetings 3.4.1 The contractor shall be available to meet with the CO and/or PM upon request to present deliverables, discuss progress, exchange information and resolve emergent construction management problems and/or issues. 3.5 Travel Requirements 3.5.1 Travel expenses (hotel, per diem, parking, etc.) will not be authorized for locations within 150 miles one-way of the VBA Regional Office located at: 3333 N. Central Avenue, Phoenix, AZ 85012. Mileage shall be calculated using Google Maps. For locations outside 150 miles radius travel expenses will be authorized in accordance with the Federal Travel Regulations For more information on FY 2020 travel per diem rates, please visit www.gsa.gov/perdiem 3.6 Photography 3.6.1 Any photos taken by the contractor shall not include the Veteran or any occupants of the VARO. Photographs shall not include any information that could be considered Personally Identifiable Information (PII) including license plates, addresses, names, telephone numbers or other information that might identify a Veteran or any occupants at the VARO. 3.7 Security Requirements 3.7.1 The contractor shall ensure that all personnel (including subcontractors) assigned to perform work associated with the tasks described in this SOO have been screened through standard employment background checks. The contractor shall provide proof of these screenings upon request by the CO. All contractor personnel must be identified with a picture ID provided by the employer and must always prominently display said ID while on-site. Contractor provided ID shall include, at a minimum, the employer name, employee name, and employee picture.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bded0521336f4b6c9d773b7769787c1e/view)
- Place of Performance
- Address: Department of Veterans Affairs;Veterans Benefits Administration;Phoenix Regional Office;3333 N. Central Avenue;Phoenix, Arizona 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN05578778-F 20200305/200304221140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |