Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOLICITATION NOTICE

Y -- Amendment-RFP Extension

Notice Date
3/27/2020 8:30:00 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620R0017
 
Response Due
4/14/2020 12:00:00 AM
 
Archive Date
07/22/2020
 
Point of Contact
Desiree Mills Contracting Officer
 
E-Mail Address
desiree.mills-hicks@va.gov
(desiree.mills-hicks@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The purpose of this amendment is to publish RFI responses, issue a RFP extension date, publish missing specifications (see attachments) and publish the link to the updated drawings as follows: The RFP due date is extended from 4/1/2020 to 4/14/2020 and must be received via email no later than 1:00 pm eastern standard time- email proposals to desiree.mills-hicks@va.gov Updated drawings can be found at the follow link: https://odellintl.sharepoint.com/:f:/s/VAMCNC-SAL-RENOVATE_ED/EuFSgJP1YD9DhXxbIuv5JkEB99Pynv-mBIn7L6eqbUBpjw?e=uTcOn4 RFI responses see below: When is the projected NTP notice expected? Proposals are due 4/14/2020- NTP will be provided at the kickoff meeting tentatively at the end of April. Is this project sales tax exempt? North Carolina is not a tax-exempt state The ceiling mounted patient lifts are listed as TBD on drawing Q101, will the GC furnish and install? Yes If so, what is the basis of design and/or manufacturer for them? Barrier Free H-Track Please confirm if there were changes to the Plans from the last time this one bid? NO Please confirm if there were changes to the Specification from the last time this one bid other than the ones listed on Amd 7? Amd #7 had a PDF file called 659-344 Bid Items List showing amounts for bid Item 1 and Bid item 2. Are those amounts the correct budgets for this project? These are government estimates compiled during market research Please confirm if the VA has acquired more funds to be able to award this project? Contract award is not dependent on funding at this time Please confirm if the previous sets of RFI answers are applicable for this submission? Previous RFI responses are still valid Is the VA open to discuss and modify phasing, working on the renovation while the new addition is being erected? Or will the phases follow in sequence with handover & approvals before the next phase can begin? No Please confirm that the project will require a full time SSHO to be on site apart from the Super, or can a qualified superintendent double hat those responsibilities? SSHO can work remotely We were able to download amds 1-5 & 7 but #6 is missing. Please confirm if VA sent out Amd #6 and where can we get it. There is no AMD #6 for this project Please clarify what type of roof screens are required? (Currently these are shown in the architectural elevations and mechanical drawings, but do not give a section) See specification section 108213 Page 23, Note 2 of the Solicitation states that Copies of all subcontractor quotes are required. Subcontractor quotes are not required at this time What is the intent of requiring all subcontractor quotes? N/A Would listing the names of the subcontractors used in our proposal on the pricing breakdown be sufficient to meet this requirement? N/A The drawings call for casework in several areas in the Emergency Department, however, there was no spec provided for casework. Please provide the casework spec. See attached specification section 062000. Please provide the name of the Nurse Call system that the VA currently uses? Responder 4. Responder 5 to be used for this project. 28 23 00 Video Surveillance: Can you please provide the name of the current video surveillance system used at the Salisbury VA? Unknown. Amendment 7 added 02 82 11 Asbestos Abatement spec to the project. Can you please provide a drawing(s) showing the areas required to be abated? Pending Can you please provide the asbestos report? Pending Spec section 33 40 00 Storm Sewer Utilities is listed on the index of the specifications; however, this spec section is missing. Can you please provide spec section 33 40 00 Storm Sewer Utilities? Storm Water Spec section provided with this amendment Can you please provide the geotechnical report for the area of the new addition? N/A For scheduling purposes, can you please provide the total number of calendar days between each phase of work, for inspection, approval, space turnover and occupation, etc.? These days need to accounted for in the project schedule to determine an achievable duration. The new expansion (Phase I) will require MEP shutdown work outside of the Phase I area in order for that are area to be fully functional. How does the VA and/or A/E intend for the Contractor to complete the work outside of the Phase I area during Phase I? Work within the Electrical and IT rooms will be allowed during Phase 1. Coordination of shut downs will need to be documented with the owner at least two weeks prior. In order to minimize disruption and/or cost impact, can the VA and/or A/E provide a more detailed plan indicating how the VA would like this shutdown work to be completed? Details beyond what is shown on the drawings will need to be coordinated with the owner as a part of the construction process. Q101 does not list any Contractor Furnished/Contractor Installed (CFCI) items. There are several equipment items that list Owner Furnished/Owner Installed (OFOI), but the majority of items listed on the equipment schedule in the Furnish/Install column are left blank. Are we to assume that the contractor is not responsible for furnishing or installing anything on the equipment schedule? This item is unclear. The drawing dated 12/10/18 has every item assigned. Note that the majority of toilet accessories are CFCI. If the patient lifts are OFOI, please provide the manufacturer model number of the lift systems that will be installed for scheduling/coordination purposes. See attached. All but one will have a 600 lb capacity. One will have a 1000 lb capacity. The drawings appear to have no headwall systems. Is this correct? Gases and medical equipment will be installed at the head of the beds, however there is no manufactured headwall unit required. Spec 11 12 00 calls for a Name Street Gate and Employee gate. Please clarify how many parking control gates are required for this project. Only one gate is included in the project. A specification revision will be required to reflect this. � The drawings show that the Male and Female toilets at the end of the South West wing of the building are not in the contract. Will these toilets need to be made accessible during construction? No renovations or corrections are required at Female Toilet 1042 or Male Toilet 1043. Can you please provide the current sprinkler systems zones in the existing building for the purpose of coordinating work as it relates to the phasing plan? This information to be provided by the Government. A212A states that sprinkler heads are not shown on the reflected ceiling plans. Can you provide a drawing showing the existing sprinkler system and heads and the ceiling height in the existing building? This information to be field verified by the contractor. A405 shows Shower Curtain Rod as TA016. Is this meant to be a ceiling mounted shower curtain track? See #37. There are many toilet and bath accessories listed as ligature resistant in the drawings. Are the shower curtain rods/tracks to be ligature resistant? If so, please provide the preferred manufacturer.� Item to be ceiling mounted extruded 6063-T5 satin aluminum trackset with suicide resistant curtain. Curtains to be OFOI. Equipment is available from Weizel Security, www.SecuringHospitals.com; Medline Industries, Inc. www.Medline.com; and Imperial Fastener Company, Inc. www.imperialfastener.com CD-101 does not show the current site conditions. Can you please provide an updated CD-101 Demolition Plan that reflects the current site conditions? CD-101 background is based on site survey by RB Pharr dated November 17, 2016. Current conditions would need to be surveyed and provided to design team for consideration/updates if required. CG-101 does not show the existing site conditions (i.e. the existing parking lot and entrance to the parking lot on the sound side of the building). Can you please provide an updated CG-101 Grading and Drainage Plan that reflects the current site conditions? CG-101 background is based on site survey by RB Pharr dated November 17, 2016. Current conditions would need to be surveyed and provided to design team for consideration/updates if required. According to the Door Schedule on A601 there are no Automatic Door Operators (ADO). Please confirm there are no Auto Door Operators on this project. ADO is included in hardware type HW-SH-10A, refer to door schedule and plans for locations If there are Automatic Door Operators, please provide quantities, locations, and types. ADO is included in hardware type HW-SH-10A, refer to door schedule and plans for locations According to the Door Schedule on A601, there are no Coiling Doors & Grilles. Please confirm. There are no coiling doors or coiling grilles. A101B: Please indicate which of the existing windows are to be infilled as it is unclear. All first floor windows where the addition abuts the existing shall be filled in or removed in their entirety for new doorways. Page 63 of 77 Section 4.17 VAAR 852.232-70 INSTRUCTIONS TO OFFERORS SUSTAINABLE ACQUISITION PLAN (SEP 2019) Offerors shall include a Sustainable Acquisition Plan in their technical proposals. The plan must describe the approach and quality assurance mechanisms for applying FAR subpart 23.1, Sustainable Acquisition Policy and other Federal laws, regulations and Executive Orders governing sustainable acquisition. The plan shall clearly identify those products and services included in the proposal. Please confirm that this is not to be submitted in our proposal. This clause is no longer required and removed from the solicitation Per Amendment 7, Item 9, it states that Contractor to purchase and provide Electronic Project Management Software Program to VA for Management of the Project. The software to meet VA security requirements. Is Procore an acceptable project management software? Yes It appears from the drawings that the electrical circuits feeding all the equipment in the new expansion area are sourced from the existing ED area. Considering the phasing plan requires the new expansion to be operable before beginning the renovation of the existing areas, we are concerned this may create some issues. Please see below the areas of concern we have and advise how you think we should proceed. The electrical room is shared between the existing ED area and the area of work. Work will need to occur in this area to facilitate new construction. Access to the existing ED during phase I will be required to install a significant amount of conduit to feed circuits in phase II. How will we arrange this considering it will be an active patient care area? Access is to be coordinated with the owner as needed during construction. The volume of conduits required will take significant space above the ceiling in the existing ED. We do not know what existing equipment, ductwork, pipes, and other items may be in the way of such an install. Existing equipment above ceiling that is to remain may need to be re-routed to accommodate new work. Coordinate any shut downs with the GC and the owner at least two weeks prior. The new conduits we would install in the existing area during phase I would have to be safe from damage during subsequent phases. Is there an area above ceiling these can be installed that will ensure they are out of the way of demolitions and future work? Unknown. Door E008A Asks for a 9' Telescopic with transom with ballistic glass. is this correct? This is incorrect. The glass shall be blast resistant in accordance with Department of Veterans Affairs requirement for the addition to meet Mission Critical status. Note that the door number is 1E008A. The project is a renovation of a building but the NAICS code is 238220 for HVAC. Please use renovation code for HVAC. Our code is for 236220 as we are a SDVOSB General Contractor- The SF 1442 states that the cost range for this project is between $5M and $10M but on page 31 of the RFP it states that the project Cost Range is between $1,000,000 and $5,000,000. Please clarify which is correct. Size standard is 236220- Commercial and Institutional Building Construction $36.5 Million is the correct NAICS for this project. Magnitude of construction for this project is between $5,000,000 and $10,000,000. Page 31 of the RFP under the bold section titled Description of Work it states Contractor shall provide all administration, supervision, labor, materials, tools and equipment to gut and renovate approximately 8,000 square feet of space in Wing ""B"" on the 5th floor of the existing medical center area into twelve (12) new private patient rooms and ancillary spaces. Please confirm that this is not the correct project description. Correct, the project description is located on page 1 of the solicitation and in the SOW Professional qualifications, construction schedule, and experience are limited to 15 pages per the page 29 of the RFP. This makes up four (4) subfactors of TAB B: TECHNICAL CAPABILITY (Evaluation Factor 1), which require a lot of information. Can this page limit be waved? Page limit is waived, multiple email submissions may be needed due to VA size limitations. Does the schedule count against the page limitation? No Under SPECIFIC INSTRUCTIONS on Page 29, 2. PART II PAST PERFORMANCE - Submit questionnaires to references. (Exhibit A) states that the only thing to be submitted are the PPQs that are to be send directly to the CO. However, PART II PAST PERFORMANCE on page 27 states that we must provide past projects, descriptions and references for each project. Please provide the submission requirements for Part II Past Performance. Please send the past performance questionnaire that will be available with amendment 0008 to your references. Additionally, please list all past projects, descriptions and contract numbers that would be beneficial in your submission. Will this project have any deducts or will it be base bid only? See RFP The following Spec Section was listed on the Table of Contents but is missing from the Specifications. Please provide the following missing Spec Section. . Spec section provided with original package. Have included a copy with this amendment Seeing ceiling mounted patient lifts depicted in drawing Q101 and the Manufacturer being listed as TBD, will these be biddable? See earlier comments regarding Barrier Free Are there going to be specifications added for the ceiling mounted patient lifts? Barrier Free Block 10 of SF 1442 states Proposals are due no later than 1:00 pm EST, 2/26/2020, email proposals to desiree.mills-hicks@va.gov, however, on page 23 of 77 it states that All proposals are due by 2/3/2020 1:00 PM, EST. Please confirm that proposals are due no later than 1:00 pm EST, 2/26/2020. As provided in amendment 0010 proposals are now due 4/14/2020 and must be received no later than 1 pm eastern standard time. The Solicitation states that there are 540 calendar day contract duration per A.3 STATEMENT OF WORK on page 5 of 77 and on the SF 1442, however, on page 25 of 77 under B. Sub-Factor 2 Construction Schedule, it states that the CRITERIA: Offeror must provide a proposed construction schedule not to exceed 365 calendar days. Please confirm that the submittal requirement for Sub-Factor 2 - Construction Schedule, is to be based on a 540 calendar day duration and not a 365 calendar day duration. Construction Schedule will be based on a 540 calendar day duration and not a 365 calendar day duration. Pg. 26 of 77 states f. Please use the Corporate Experience Form (Exhibit B) included with the solicitation to provide the requested information for Experience. Please provide the Corporate Experience Form (Exhibit B) as this was not provided in the Solicitation. The Corporate Experience Form will not be required Will this proposal be evaluated as Best Value, as it is unclear in the section 3. BASIS FOR AWARD? Yes best value however, price is not the most significant factor, per the criteria listed on page 23 of 77. BASIS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Past performance is significantly more important than price. If past performance evaluations of offers result in equal ratings, price will become a determinative factor in the Best Value Decision. The following factors shall be used to evaluate offers: Part I - TECHNICAL CAPABILITY Part II PAST PERFORMANCE Part III PRICE Pg. 28 of 77 under PART III PRICE PROPOSAL states Each Offeror s price proposal shall include the completed PROPOSAL ITEM LIST the completes the Base Offer Price Breakdown Form for Proposal Item I only. Additionally, on Pg. 23 of 77 the Solicitation states that an itemized breakdown of costs (Attachment A) is required. Please provide the Proposal Items List form and the Base offer Price Breakdown or itemized breakdown of costs (Attachment A) form, as neither were provided in the Solicitation. Please provide an itemized breakdown of costs (no attachment) a proposal items list will not be required. Under SPECIFIC INSTRUCTIONS on Page 29, 2. PART II PAST PERFORMANCE - Submit questionnaires to references. (Exhibit A) states that the only thing to be submitted are the PPQs that are to be send directly to the CO. However, PART II PAST PERFORMANCE on page 27 states that we must provide past projects, descriptions and references for each project. Please provide the submission requirements for Part II Past Performance. Instructions to offerors have been more clearly defined, please see below: INSTRUCTIONS TO OFFERORS THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD BUT WILL BE DEEMED INCORPORATED BY REFERENCE. GENERAL INSTRUCTIONS: All proposal preparation cost will be the sole responsibility of the Offeror. The Government will not reimburse any firm for their proposal preparation cost. The price, technical response and past performance of each Offeror will be evaluated independently. Offerors shall separately document each of the three factors. Each of the three offer sections shall therefore be labeled with the Offerors name, business address, and VA Solicitation Number. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including these instructions, the terms and conditions, representations and certifications, and technical and past performance requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The offer shall consist of three (3) separate parts: Part I TECHNICAL CAPABILITY Part II PAST PERFORMANCE Part III PRICE SPECIFIC INSTRUCTIONS PART I - TECHNICAL PROPOSAL Submit electronic PDF document(s) by email. Professional qualifications, construction schedule, quality control plan and experience shall be limited to no more than 15 pages total. The Quality Control plan shall be limited to no more than 10 pages total. Format as follows: TAB A: General Information Cover page with Solicitation Number and Project Title Table of Contents Company information to include: DUNS Number, Cage Code, Tax ID Number, Principle points of contact with addresses, phone numbers and email addresses. TAB B: TECHNICAL CAPABILITY Professional Qualifications Subfactor 1 Construction Schedule to include phasing plan if applicable) Subfactor 2 Quality Control Plan Subfactor 3 Experience Subfactor 4 PART II PAST PERFORMANCE - Submit Past Performance Questionnaires to references. (See Attachment) Past Performance Questionnaires: The contractor shall send out the enclosed past performance questionnaires to each of their references listed under the Experience technical factor or any other references that the Offeror deems necessary. The Government will evaluate the quality and extent of Offeror s performance deemed relevant and recent to the requirements of this solicitation. The references must return the survey directly to the Government Contracting Officer, via email desiree.mills-hicks@va.gov PART III - PRICE PROPOSAL - Submit electronic PDF document(s) by email. TAB A: General Information Cover page with Solicitation Number and Project Title Table of Contents Company information to include: DUNS Number, Cage Code, Tax ID Number, Principle points of contact with addresses, phone numbers and email addresses. TAB B: Offer, Guarantee, and Certifications Complete the SF 1442, Blocks 14, 15, 17, 19, 20A, 20B, 20C and 30. An official having the authority to bind your company contractually must sign and date the SF 1442 Block 30b. One copy of the SF 1442 must bear an original, authorized signature. In doing so, the Offeror accedes to the contract terms and conditions as written in the RFP. All sections of the RFP, excluding Instructions to Offerors and Evaluation Procedures Sections, constitute the model contract. Provide a proposal item list as part of the offer which shall include a detailed price breakdown of cost Complete 52.204-8 Annual Representations and Certifications, paragraph (d) applies to this contract. 52.209-5--complete sections (a) (1) and (2), and 52.209-7 paragraph (b). Print out these provisions in their entirety and submit it with the proposal. Offerors shall submit only those pages that require fill-in. Acknowledgement of Amendments Copy of VetBiz Registry printout showing your firm as a verified SDVOSB GENERAL INFORMATION Pages exceeding the page limitations set forth will not be read or evaluated and will be removed from the proposal. Format for proposal Part I & II shall be as follows: A page is defined as one face of an 8 � x 11 sheet of paper containing information. Typing shall not be less than font size 12. Offers shall be submitted via email to the Contracting Specialist, Desiree Mills, at desiree.mills-hicks@va.gov prior to the due date and time identified in the solicitation. Multiple emails will likely be required to submit all attachments. Server capacity is 10MB for file attachments, per email. Each response shall address each factor in the sequence listed and clearly identify which factor is being addressed. There shall be no mention of costs in the Technical Proposal. 62. Under SPECIFIC INSTRUCTIONS on Page 29, 2. PART II PAST PERFORMANCE - Submit questionnaires to references. (Exhibit A) states that the only thing to be submitted are the PPQs that are to be send directly to the CO. However, PART II PAST PERFORMANCE on page 27 states that we must provide past projects, descriptions and references for each project. Please provide the submission requirements for Part II Past Performance. Past performance questionnaires are required however in the event they are not received in time, the past project descriptions and references can also be used for Part II.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fcffb42179844e499aaa4a3b7c201c30/view)
 
Place of Performance
Address: Salisbury VAMC;1601 Brenner Ave;Salisbury, Nc 28144, USA
Zip Code: 28144
Country: USA
 
Record
SN05602810-F 20200329/200327230148 (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 |
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.