Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2020 SAM #6723
SPECIAL NOTICE

C -- Renovate and Expand Sterile Processing Service (VA-20-00029798)

Notice Date
4/24/2020 9:42:39 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0514
 
Archive Date
08/01/2020
 
Point of Contact
Bryant Guerrant Department of Veterans Affairs Network Contracting Office 6 1970 Roanoke Blvd Salem, Virginia 24153
 
E-Mail Address
bryant.guerrant@va.gov
(bryant.guerrant@va.gov)
 
Awardee
null
 
Description
PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. The NAICS Code for this acquisition is 541330, Engineering Services, and the applicable Small Business Size Standard is $16.5 million annual revenue. During performance, the selected A/E firm will be required to attend meetings in person, on site, at the Salem VA Medical Center, Salem, VA. Therefore, the area of consideration is RESTRICTED to a maximum 500-mile radius of the Salem VA Medical Center, 1970 Roanoke Blvd, Salem, Virginia 24153 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. NOTE: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Proximity of the firms assigned office, to the project site, including within the 500-mile radius, is one of the criteria on which selection of the most highly qualified firms will be based. Interested parties shall ensure current licensing to provide real property design services (Engineer Services) in accordance with the State regulations of which the firms assigned office is located, and shall have a current registration in: (1.) the System for Award Management (SAM) database at https://www.sam.gov, (2.) and the Vendor Information Pages database at http://www.va.gov/osdbu, if applicable, and (3.) have submitted the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more). Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration. PROJECT INFORMATION: Project No.: 658-319 Project Title: Renovate and Expand Sterile Processing Services (SPS) Place of Performance: Salem VA Medical Center (VAMC), 1970 Roanoke Blvd, Salem, Virginia 24153 A/E SCOPE OF WORK PROJECT NO. 658-319 RENOVATE AND EXPAND STERILE PROCESSING SERVICE VETERANS AFFAIRS MEDICAL CENTER SALEM, VA 24153 1. General Description of Services: Provide professional engineering services to include option analysis, investigative surveys and reports, planning, design, consulting, preparation of contract drawings, specifications, cost estimates and construction period services as required for Project 658-319 Renovate and Expand Sterile Processing Service at VAMC Salem, Virginia. 2. Project Description: The intent of this project is to evaluate options and provide a design to renovate 6,304 SF of existing Sterile Processing Service (SPS) space and expand SPS service into 1,455 SF of existing warehouse space to achieve proper workflow within SPS. In addition to renovation of existing space the project also includes designing 1,455 SF of new warehouse space to offset warehouse space allocated to SPS. Design shall include all aspects of sitework, structural, mechanical, electrical, plumbing, life safety, fire safety and other necessary components to provide fully functional and efficient Sterile Processing Service and Warehouse. The design shall include an option analysis at least three (3) viable options for configuration of renovated SPS and new warehouse space. Design shall include all necessary provisions for temporary facilities and/or other necessary provisions to ensure the facilities maintains a fully operational sterile processing service and impacts to warehouse operations are minimized during construction. After developing expansion/renovation options, the A/E shall work in conjunction with VAMC Staff and interested Agencies to determine the best option and then design and prepare construction documents for the architectural, civil, mechanical, plumbing, electrical, and other applicable components of this Project. In order to achieve properly sized and configured room volume, air flow pressurization and proper humidity range within the space it is anticipated this design will require the total renovation and reconfiguration of the facilities current sterile processing service. The SPS HVAC system was recently upgraded however this upgrade was strictly limited to HVAC system upgrades and did not reconfigure spaces within SPS. The AE shall incorporate recently installed equipment for reuse to the greatest extent possible to include as such the design shall incorporate Work will require design efforts from multiple disciplines including but not limited to Architectural, Structural, Life Safety, Plumbing, Mechanical, Medical Specialty, and Electrical. Expertise in design for hospital settings and especially surgical instrument dirty/clean areas and sterile warehouse space will be critical to success of this design. Work will also require detailed phasing plans to meet the needs of the various phases in the work above as well as the final configuration for all space. A critical element of this design will be ensuring the Salem VA Medical Center remains fully operational during construction and impacts of construction are minimized to the greatest extent possible. In particular, AE shall carefully review the impact of construction on medical instrument and equipment cleaning/sterilization services, warehouse operations and storage capacity, and shipping/receiving services at loading docks to ensure these services remain fully operational throughout construction. Based on the scope of work for this project it is anticipated certain aspects of construction will be significantly limited to include means and methods of construction, work hours, noise restrictions, infection control limitations, and construction/connection of temporary facilities. It is the responsibility of the AE to work with medical facility staff to identify and define facility operations and services that will be affected and develop a plan to minimize impacts to the affected services. These requirements shall be clearly detailed in the contract drawings and specifications. 4. Construction Amount: The project is to be designed within an estimated base construction cost of $6,000,000 with at least 2 deducts alternates totaling 20%. If the base bid cost exceeds budget and deduct alternates do not bring the project within the construction budget, the A/E shall redesign or take steps necessary to reduce cost so that budget limitations are not exceeded. 5. Design Standards: The project design shall be completed in accordance with this A/E scope of work and all applicable Department of Veterans Affairs (VA) standards, specifications, and other criteria referenced herein unless otherwise approved by the VA. The A/E shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.va.gov/facmgt/standard). These documents and all national, state and local codes adopted and used by the VA shall be incorporated into the design of this project. At a minimum, the following references shall be utilized for planning and design purposes. The facility record drawings and AutoCAD files are available for the A/E s use. NOTE: Not all record drawings are available on AutoCAD. Additionally, the A/E is responsible for field verification of all facility record drawings. Design shall meet or exceed the follow guidelines: VA BIM Manual v2.2 VHA Program Guide PG-18-3 VA Master Construction Specifications Structural Design Manual H-18-8 Seismic Design Requirements Sanitary Design Manual for Hospital Projects PG-18-13 Barrier Free Design Handbook Life Safety Codes Electrical Design Manual HVAC Design Manual PG-18-10 Government Record Drawings (A/E shall field verify conditions) PG-18-15 A/E Submission Requirements. Physical Security Design Manual (Final Draft) 6. BIM Requirements: AE shall use IFC compliant parametric Building Information Modeling (BIM) software for the design of this project design as prescribed in the VA BIM Manual v2.2 for BIM standards. 7. Site Investigation: AE shall hire an independent 3rd party consultant to conduct a survey of existing conditions using 3D laser scanning technology and produce a 3D BIM LOD 300 Model. This model shall serve as the base model for development of the project design by the AE. The following deliverables shall be provided by the consultant: Intensity Map Point Cloud files (.rcs format) 2D AutoCAD Floor Plans 2D Point Cloud Sheets 3D Model at LOD300 level produced using IFC compliant BIM software 8. Energy Requirements: New construction and applicable renovations shall meet the Federal Government s standard for a sustainable building the following shall be incorporated into the project: Any facet of renovation must meet the minimum requirements of ASHRAE Standard 90.1 2010 or most current standard effective at the time of AE contract award. A one-page summary of key components will be provided with the design information from the VA. The summary which will be provided is not all encompassing, and the Standard s compliance report shall be submitted at the Final Design phase for each facet of the design as required by the standard. In addition to the ASHRAE Standard 90.1 compliance reports, the A/E shall evaluate applicability of VHA requirements with regards to LEED or Green Globe certification and make a recommendation to the VA with regards to applicability to this Project. The final decision with regards to applicability of certification requirements shall rest with the VA. The project shall be designed to meet all federal energy conservation requirements and goals applicable to VHA projects. 9. Deductive Alternates: AE shall ensure the project design includes a minimum of 3 and maximum of 5 viable deductive alternates equal to approximately 20 percent of the projects construction cost to ensure construction award within program budget limitations. The number of deductive alternates shall be a minimum of two. 10. Construction Estimate: AE shall provide an estimate of construction project costs for all work required for the base bid and the bid alternatives. Cost estimates shall be revised for each design submittal. AE shall prepare cost estimate in accordance with the VA s Manual for Preparation of Cost Estimates & Related Documents for VA Facilities. 11. Construction Schedule and Phasing Requirements: The A-E will develop and submit for review a schedule for construction, as a part of each design submittal phase. The schedule shall be task oriented, indicating the number of calendar days, after Notice to Proceed, by which milestones are to be achieved. The critical path Method (CPM) of network calculation shall be used to generate the construction schedule. The schedule will be a network analysis and will be based on the technical and contractual requirements of the contract and estimated construction durations of the project. The schedule will clearly show the critical path for the overall completion of construction. All activities shall have an estimate of the average number of workers per day that are expected to be used during the execution of that activity. AE shall submit a phasing narrative and phasing plan(s) with each design submission as prescribed in Program Guide, PG-18-5, Volume C. 12. Equipment List: The design shall require that the construction/installation contractor provide a complete report containing the list of items installed in the project which will require periodic maintenance or observation, the frequency of required maintenance/observation, details of the maintenance, and any other information necessary to inform future maintenance activities of the Medical Center maintenance staff. The A/E shall provide for a complete review of this report submittal as part of Construction Period Services rendered by the A/E and shall coordinate this report/list with Logistics Services to insure all applicable items are addressed for future maintenance and proper registry of the items into the Medical Center s tracking systems for maintenance and property disposition. 13. Deliverables: Quantities of design review materials for each design submission are provided below. Schematic Design, Design Development, and Construction Document Submissions: One (1) set design drawings, complete set bound with all disciplines, Arch D (24 x 36) size. One (1) set design drawings, separated and bound by each discipline, Arch D (24 x 36) size. Three (3) sets design drawings, complete set bound with all disciplines, Arch C (18 x 24) size. One (1) hardcopy copy, edited/marked-up VA Master Specifications of each discipline with VA Master Specification Table of Contents. One (1) hardcopy, Cost Estimate One (1) hardcopy copy, AE Preliminary Schedule One (1) hardcopy, design narratives and investigative reports. One (1) Electronic copy on CD, BIM Model and Drawing Files in BIM Software format. One (1) electronic copy of all design deliverables listed above in (pdf format). Final Construction Document Submission: One complete set (1) Arch D (24 x 36) size sets of the design drawings. Three (3) Arch C (18 x 24) size sets of the design drawings. Two (2) sets complete typed reproducible specifications (unbound) plus a copy on CD ROM in Word format. Note: The specification sections shall be one document on the CD ROM, not individual documents. These shall also incorporate Sections edited by the Salem VAMC in Sections 00 and 01. (ADD NOTE for PDF specifications to have sections AND ONLY the sections book marked.) Two (2) copies of typed Final cost and schedule estimates, plus a copy on CD ROM in Excel format. One (1) hardcopy of design narratives and investigative reports. One (1) electronic set of all design deliverables in (pdf format). BIM Model and drawing files in BIM Software format. One (1) copy of the final scope of work and including base bid and all deduct alternates in Microsoft Word Format. Each bid item and deducts shall have the estimated cost and duration included for that item of work based on the final AE cost estimate and preliminary schedule. Two (2) sets of final digital/hardcopy engineering calculations (if applicable). List of sole source items with justification (if applicable). List of Or-equal items with justification (if applicable). 14. Schedule of Deliverables: All deliverables shall be provided as specified in the schedule of deliverables provide below. The total contract duration for this project is 287 calendar days from issuance of NTP. The schedule provided below is based on an assumed NTP date of 10/01/2020. All dates are subject to change based on actual issuance date of NTP. AE shall submit a schedule not to exceed 287 calendar days within 14 calendar days following issuance of NTP. Schedule shall include at a minimum all activates and/or milestones listed in the sample schedule below. The A/E shall provide monthly progress schedule updates throughout the design process. The selected A/E must be able to deliver on this timeline. AE Project Schedule of Deliverables Task Name Duration NTP 0 days Design Charette* 14 days Option Analysis 14 days VA Review and Option Selection 14 days Schematic Design 30 days VA Review 14 days Schematic Design Review Meeting 1 day Design Development 45 days VA Review 14 days Design Development Review Meeting 1 day Construction Document Development 30 days VA Review 14 days Construction Document Review Meeting 1 day Final Construction Documents 14 days Total Duration 287 days Notes: Durations provided above are shown in calendar days. Design Charrette shall be scheduled within 14 calendar days following receipt of NTP. All activities are scheduled using finish to start relationships. Total contract duration was calculated using CPM scheduling software and is based on a 5 day work week w/ standard federal holidays. 15. As-Builts: Upon completion of construction and incorporation of all revisions required to complete the Building Information Model and record drawings, the following items shall be submitted: Two (2) sets, reproducible hard copy as-built plans, Arch E1 (30 X 42 ) One (1) electronic copy on CD-ROM, as-built drawings in AutoCAD format, current release. One (1) electronic copy on CD-ROM, complete Building Information Model. PROJECT DESCRIPTION: The A/E shall provide design services for Minor construction project 658-319, Renovate and Expand Sterile Processing Service (SPS) . Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Proposed work is located at Salem VA Medical Center. Project shall be designed and constructed to meet all VA sustainability, green and energy initiatives. Project targets reduced energy consumption by 30%. The project shall have a modern HVAC system and controls tied to existing Direct Digital Controls system. A/E is responsible for all documentation and correspondence necessary for final certification and ensuring all regulatory requirements are met for certification. This is a cradle to grave process ensuring certifications and approvals are documented and submitted. Guidance is available at http://www.cfm.va.gov/til/sustain.asp. DESIGN COSTS: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed six percent (6%) 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(s) selected in accordance with the process outlined below. SDVOSB SET-ASIDE: This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). LIMITATIONS ON SUBCONTRACTING: In accordance with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and 13 CFR 125.6, a service disabled veteran-owned small business concern (SDVOSB) agrees that, in the performance of the contract, it will not pay more than 50% of the amount paid by the government to it, to firms that are not similarly situated. Firms that are similarly situated are those that are also CVE-registered SDVOSBs. SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. DUE DATE FOR SF330 QUALIFICATIONS SUBMISSIONS: Firms that meet the requirements listed in this announcement are invited to electronically submit the completed Standard Form (SF) 330 (Parts I and II) packages to bryant.guerrant@va.gov no later than 1:00pm EST, Tuesday May 26, 2020. Submissions should be encrypted and may require multiple emails. The single email limit for file attachments is 10MB per email. Late proposal rules found in FAR 15.208 will be followed for late submittals. Acknowledgement of receipt will be provided, which will include the number of emails and number of attachments received. Thirty (30) calendar days are being provided from date of issuance to respond to this notice. All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C24620Q0514. The SF 330 form may be downloaded from https://www.gsa.gov/reference/forms, and is also provided as an attachment to this notice. Completed SF 330 shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330, Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. EVALUATION FACTORS FOR AWARD THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 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, and other factors considered. The following factors shall be used to evaluate offers: Professional Qualification Specialized Experience and Technical Competence Capacity Past Performance Locations Quality Control Plan Experience in Construction Period Services 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, and other factors considered. Boards will evaluate firms' qualifications strictly on the basis of the announced selection criteria and their stated order of importance. The criteria will be applied as follows: Professional Qualifications (FAR 36.602-1(a)(1)). A board will evaluate, as appropriate, the education, training, registration, certifications (see paragraph 3-4.d(4)), overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25 but does not have to be registered in the particular state where the project is located. Specialized Experience and Technical Competence (FAR 36.602-1(a)(2)). Offerors will be evaluated based on the specialized experience of a firm on similar projects and the technical capabilities (such as design quality management procedures, CADD/BIM, and equipment resources,) of the prime firm and any subcontractors. Evaluation will be based on the information presented in the Architect-Engineer Qualifications - Standard Form 330 (SF330). A minimum of three (3) maximum and maximum of five (5) example projects may be submitted for consideration under SF330, Part I, Section F. Example projects should be designs completed within six (6) years of solicitation closing date. Capacity (FAR 36.602-1(a)(3)). A firm s capacity will be evaluated based on their experience with similar size projects, the available capacity of key disciplines to perform the work in the required time, and a primary design schedule. The volume of work awarded during the previous 12 months, based on data extracted from the Federal Procurement Data System, will be considered when evaluating capacity. Additionally, the full potential value of any current indefinite delivery contracts that a firm has been awarded will be considered when evaluating capacity. Past Performance (FAR 36.602-1(a)(4)). Offerors will be evaluated based on terms of cost control, quality of work, and compliance with performance schedules. Knowledge of the Locality (FAR 36.602-1(a)(5)). Firms will be evaluated on their knowledge of the locality such as knowledge of local historical features, climatic conditions, and local construction methods that are unusual or unique to the area with a 500 mile radius. Design Quality Control Plan. Firms will be evaluated on their approach to ensure technical quality and accuracy of work products. A firm's approach to resolve issues of quality will be analyzed to determine its ability to provide quality design products. Describe and define the processes of the firm's quality control plan and list, by name and position, all key personnel responsible for its execution. Quality control information shall also address safety measures particularly with respect to field work and site investigations. Information describing Quality Management may be presented in SF330, Part I, Section H. A design quality control plan shall be submitted as part of the proposal. Experience in Construction Period Services. Firms will be evaluated on their experience in providing construction period services to include professional field inspections during construction, review of construction submittals, support in answering request for information, and support of construction contract changes to include drafting statements of work and preparing cost estimates. Evaluation will be based on responses provided to the attached questionnaire. Adjectival Rating Definitions Exceptional Meets all requirements and exceed majority of requirements. Overall the proposal meets and significantly exceeds, in all aspects, the standards for evaluation: very high probability of success: no significant weaknesses. Very Good Meets all requirements and exceed some requirements. The proposal meets and, in some cases, exceeds the standards for evaluation; high probability of success; no significant weaknesses and only minor correctable deficiencies. Satisfactory The proposal meets the standard for evaluation; good probability of success; only minor weaknesses and correctable deficiencies. Marginal Lacks material information. The proposal fails to meet some of the standards for evaluation; low probability of success; major weaknesses and/or uncorrectable. Unacceptable Lacks material information. The proposal fails to meet some or all of the standards for evaluation; need major revision to a new submission to make if acceptable or may contain uncorrectable deficiencies. Sub-Factor 1 Professional Qualification: CRITERIA: This factor will evaluate the Offeror s professional qualification in education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides: Offeror must provide key personnel and not the number of personnel, which is addressed under FAR 36.602-1(a)(1) the professional qualification criteria. The Offeror must provide a Resume for the following Key Personnel: Project/Design Manager: Must have a minimum of five (5) years experience successfully managing design projects that meet the criteria for similar projects as defined in evaluation factor 3 above. Mechanical Engineers: Must have a minimum of five (5) years experience successfully designing projects that meet the criteria for similar projects as defined in evaluation factor 3 above. Other Disciplines proposed by the Offeror: Must have a minimum of three (3) years experience successfully designing projects that meet the criteria for similar projects as defined in evaluation factor 3 above. All Resumes must include the following information and may not exceed two (2) pages per Resume, and must explain how the proposed key personnel s experience meets the minimum qualification requirements for this contract, as described above: Name and title Project assignment Name of firm with which associated Sub-Factor 2 Specialized Experience: CRITERIA: This factor will evaluate the Offeror s technical competence, based on successful completion of projects, in the design of HVAC systems in a hospital environment. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides a minimum of three (3) and a maximum of five (5) examples of their choice of completed projects or in progress of similar contracts in size and scope (commercial building remodel/renovation; minimum threshold value of $500,000). In describing the experience, provide the following information: Project title, location and brief description including the building use (Medical Facility, etc.) and contracting method (design build, design bid construct, CM at risk, Turnkey, etc). Project owner and name and telephone number of owner s contact person. Indicate your firm s role as a prime contractor or subcontractor, etc. Project Prime Contractor and Major Subcontractors and name and telephone number of contact person(s). Project Statistics including start and completion dates (original vs. actual) for design; cost (with brief explanation of what is included in the cost); square footage; and any awards (prizes) received. Sub-Factor 3 Capacity: 1. CRITERIA: This factor evaluates the Offerors demonstrated experience with similar projects and their ability to perform the work in the required time and primary design schedule. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of volume work awarded during the previous 12 months, based on data extracted from the Federal Procurement Data System, will be considered when evaluating capacity. Additionally, the full potential value of any current indefinite delivery contracts that a firm has been awarded will be considered when evaluating capacity. Sub-Factor 4 Past Performance: CRITERIA: This factor evaluates the offeror s demonstrated past performance of projects in order to determine the offeror s ability to perform the contract successfully and help determine responsibility. Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past 6 years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. Relevancy Assessment: An evaluation of all recent performance information obtained to determine whether the provided design performed under those contracts relate to a similar size and scope as those required by this solicitation. In determining the relevancy of effort performed under individual past performance contracts, the Government will consider the specific effort or portion consistent with that proposed by the prime contractor and/or subcontractors. The past performance information obtained from sources will be used to establish the relevancy of past performance. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides minimum of three (3) and a maximum of five (5) references of their choice of projects of similar contracts in size and scope (hospital building remodel/renovation; minimum threshold value of $200,000) in which the Offeror adhered to period of performances. The Offeror must provide for each reference the reference's company name, POCs, address, contact information to include phone number and e-mail address, project description, dollar value and period of performance. The Government will consider and evaluate Offeror's past performance information, to include the references, which are deemed recent and relevant for the requirements of this RFP. Sub-Factor 5 Location: CRITERIA: This factor wi...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c8b4288086b49cb92bcaa540ba0d1e7/view)
 
Record
SN05635089-F 20200426/200424230148 (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.