Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOURCES SOUGHT

C -- Construct Clinical Care Addition for Decompression

Notice Date
5/1/2020 8:29:55 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520R0054
 
Response Due
6/3/2020 12:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Millard Adkins Department of Veterans Affairs NCO 5 Beckley VAMC, Building 3A Room 203 200 Veterans Drive Beckley, WV 25801
 
E-Mail Address
Millard.Adkins@va.gov
(Millard.Adkins@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. NAICS Code: 541- Professional, Scientific, and Technical Services; 541310- Architectural. PSC C1DA Architect and Engineering. The Department of Veterans Affairs Medical Center (VAMC); VISN 5 Contracting, 200 Veterans Drive, Beckley, WV 25801 is advertising for Architectural/Engineering Services to provide Schematic Design, LCCA, Design Development, Construction/Bid Documents, Specifications, Construction Cost Estimates, and Construction period services for the Construct Clinical Care Addition for Decompression 36C245-20-R-0054 at the VAMC, 200 Veterans Drive, Beckley, WV 25801. This acquisition is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAM) (www.sam.gov) as well as VETBIZ VIP (www.vetbiz.gov) registered/verified Service Disabled Veteran Owned Business. Mileage Restriction: In accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), eligible AE firms must have a working office location within 0-500 miles of the VA Medical Center, 200 Veterans Drive, Beckley, WV 25801. This distance is determined according to www.mapquest.com and will be included as an evaluation factor for technical evaluation. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Submission Requirements: This acquisition is for A/E Services and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. Firms registering for consideration for future Federal AE projects are encouraged to electronically submit SF 330 Part II, General Qualifications, and to update at least annually. Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, Network Contracting Office 5, 200 Veterans Drive, Building 3A, Beckley, WV 25801, Attn: Millard Adkins. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD no later than 1:00 pm Eastern Standard Time on June 3, 2020. Hard copies shall be in binders. YOUR RESPONSE SHALL BE TABBED IN ACCORDANCE WITH AND IN THE SAME ORDER OF THE EVALUATION FACTORS LISTED IN TABLE 1. FAILURE TO FOLLOW THIS SAME FORMAT IN THE SUBMISSION WILL RESULT IN REJECTION OF SF330. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by email or CD are permitted and are to be sent to Millard.Adkins@va.gov by 1:00 pm Eastern Standard Time on June 3, 2020. Emails cannot exceed 5MB per email. All questions are to be sent to the attention of Millard.Adkins@va.gov. Potential contractors must be registered in SAM (www.sam.gov) and visible and certified in VetBiz (www.va.gov/osdbu) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, CVE, and a printed copy of the firms VetBiz Registry. Offerors shall provide all documents listed and comply with all proposal instructions for their proposal to be considered responsive to this notice. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified. A VIP unverified SDVOSBs will be considered non-responsive as it is deficient and therefore will not be evaluated. This is a Service-Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size standard is $7.5 million. This is not a request for proposal, nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds. The Government is under no obligation to award a contract because of this announcement. The selected A/E firm shall be in accordance with FAR Part 2.101 definition of Architect-engineer services as defined in 40 U.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for the project as required. The SDVOSB Architectural firm must employ the principle Architect responsible for design of this project, i.e. and be involved heavily in all aspects of the design, stamping drawings along with the other team disciplines. A/E(s) signing drawings must be licensed in the State of West Virginia. The license(s) are required at the time of an award to prospective A/E(s). The following A/E disciplines are expected to be required for this design effort: architecture, structural, civil, mechanical, plumbing, electrical, fire protection, industrial hygiene, interior design, surveyors, cost estimators, certified physical security specialist or other types of A/E services as defined by FAR Part 36.6 that may be necessary. Upon award, the scope may include, but is not limited to: Construct Clinical Care Addition for Decompression Project # 517-601 A/E SCOPE OF WORK This project (minor) will engage an architectural/engineering (A/E) firm to provide a complete design for new construction that creates a new building or addition at the VA Beckley Campus. The new site selection and/or addition would need to be designed to provide accommodations for future growth. It also must have the capability to utilize existing floor space into the design, as well as, combine existing common areas. The need for vertical transportation will be dependent on the proposed design. The project will also require extensive phasing with all disciplines, staff and patient needs. The site around the Beckley campus slopes steeply and will require extensive site work, in addition the utility services in the area and physical security issues will need to be developed and will be extensive. Project description is taken from strategic capital investment planning (SCIP): The new outpatient center would provide up to date patient centric areas designed with the concepts of whole integrated health for the Veteran population.� Maximizing patient flow, the patient experience, new modalities of care and diagnostics, and providing a state-of-the-art Outpatient Wing to the Veterans in an aging infrastructure which cannot support the current Outpatient needs of our Veteran population. The new specialty care space is to increase access to primary care for continuing, comprehensive, and preventative health care services that are the first point of health care for a patient in an ambulatory setting.� The 11,000 16,000 SF would be new space providing ancillary services access�to also include�mammograms and additional Women s Health testing. ADDITIONAL PROJECT GOALS: The A/E shall provide design services for construction project 517-601. This project would move portions of outpatient and/or specialty services out of the main building and into a specialized structure that would be specifically designed for outstanding patient care. The new space would include VA design and use the latest specifications to ensure patient privacy requirements are met. A private dedicated Women s Health area and Ancillary Women s Health area that can accommodate the PACT model while also providing patient privacy. This Women s Health area should contain all elements necessary for providing state of the art care to our women veterans. The architect shall produce construction drawings for a full design encompassing all disciplines. Such as demolition and new construction, interiors, phasing plans for work, outages and temporary access during construction as well as FF&E. The architect will work and collaborate with project groups performing work in the same general area. The architect shall verify and detail all utility moves and upgrades to support the new building floorplans as well as current building if warranted. All Construction drawings, estimates, and specifications shall be provided to execute a turnkey construction project. The architect will provide a solution for the entire area in the design but may be asked to separate the project, and possibly have stand-alone phases. Construction period services Submission review and approvals for 100% drawings and specifications. 7.2 Site visits per VA request. Minimum of 30 visits total 10 for design and 20 for construction. 7.3 Update drawings (as-built conditions from contractor red line drawings), and VA correspondence during construction. 7.4 A/E will respond on site within a twenty-four (24) hour period when requested. A kickoff meeting prior to any design will be needed with VA staff for the start of the project to further outline goals and needs of the project. At the 10% design review, (3) design options shall be presented along with (3) site locations. The objective for this is to be collaborative and in line with a design charrette. The presentation will provide 3 options or combination of options/designs for VA Management to review. One site visit by team. At the 25% design review, (3) design options (and site) with estimated costs shall be presented based on the previous (10% review) in a design charrette. The presentation will provide 3 options of floorplans and choices for different combinations of materials and color palettes for both interior and exterior features. VA leadership will make a final option selection after the 25 % review. The preferred options will be executed in the remaining design effort and rendered as 3D output provided to the VA. This expected deliverable should be similar to Revit software animation. Three site visits by team. At the 50% design review, narrative report addressing bid deduct alternatives, design calculations or analysis of the selected design, itemized cost estimate and specifications shall be presented. The review will also include the architectural, structural, electrical, plumbing, HVAC, site, fire protection and phasing drawings. Two site visits by team. At the 75% review, narrative report addressing bid deduct alternatives, construction phasing, design calculations or analysis, itemized cost estimate and specifications of the selected design shall be presented. The review will also include the architectural, structural, electrical, plumbing, HVAC, site and phasing drawings. Two site visits by team. At the 100% design review, narrative report addressing bid deduct alternatives, design calculations or analysis of the selected design, itemized cost estimate and specifications shall be presented. The review will also include the architectural, structural, electrical, plumbing, HVAC, site, fire protection and phasing drawings. One site visit by team. At the final design review, narrative report addressing bid deduct alternatives, design calculations or analysis of the selected design, itemized cost estimate and specifications shall be presented. The final review will also include the architectural, structural, electrical, plumbing, HVAC, site, fire protection and phasing drawings. Final Inspection with one site visit by team. Design will include estimate for 2nd party and 3rd party geotechnical/material testing. Design shall include AE consultation for 3rd party commissioning of building. Design shall comply with all current VA design guidelines and specifications. VA space criteria shall be used as a guide. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Work located at the Beckley VA Medical Center, in Beckley WV. The selected A&E will attend pre-bid job showing. Selected A&E shall provide responses to questions asked by potential bidders and issue written responses. Project shall be designed and constructed to meet all VHA requirements including VA sustainability and green energy initiatives. See VISN 5 Energy and Water Requirements. Project shall be designed with coordination with all VA staff input for various program areas that have impact on this project. Planning must include a total of 10% deductive bid alternates that will need to be identified and incorporated as part of the bidding documents. Specifics: This design should be for a construction budget not to exceed $8,192,500.00. Completed design shall result in a cost that is within the budget limitations. If the base bid cost exceeds budget, the A/E shall re-design or take necessary steps to reduce the cost so that budget limitations are not exceeded. Deducts will need to be coordinated with the VA and noted on specifications and Final Design drawings. Provide contract specifications utilizing only the VA Master Specifications edited to remove all impertinent specs for this project. Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. A thorough as-built shall be conducted of the existing site conditions to complete a full detailed set of documents. Assess the intent and scope of this project and work with the Medical Center staff to develop a final design, specifications and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Beckley Engineering/Facilities Management Service, Safety, Infection Control, National Offices, and Contracting Officer comments into the final design package. Incorporate in the preliminary drawings the pre-construction risk assessment evaluations that include noise, vibration and infection control. Provide bound specifications and 100% construction drawings with all references bound. Construction documents will be required to be furnished in hard copy, electronic .dwg & PDF files (AutoCAD 2018 or most current at the time of final design submission) and electronic .pdf files. All AutoCAD drawings (including subcontractors) shall be in an organized drawing file system using its Project Browser/Navigator . VA cannot send or receive any emails that contains more than 5mb of data. AE shall bind or combine files to conform to the 5mb limit. Cost estimates will be formulated detailing quantities of materials, labor, profit, overhead, insurance, taxes, etc. in the format found at http://www.cfm.va.gov/contract/aedessubreq.asp Final drawings will detail measures to be taken by the contractor to assure life safety and infection control. A stated above a preconstruction risk assessment will be completed finalized and included in project submissions. Plans for phasing construction to minimize impact on the medical center will be incorporated into the construction documents. Plan construction activities to include impacts on the medical center such as relocating patient and staff, equipment, providing temporary barriers, providing temporary utilities, minimizing impact on patient flow, etc. Provide construction administration to include shop drawings/submittal review, site inspections, and RFI response. SITE INVESTIGATIONS: A/E shall make site visits as necessary to verify existing conditions and interview VA staff. Note: Information including drawings and other documentation provided to the A/E is used as reference only. All dimensions and existing conditions will be field verified and documented by the AE in the final design package. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov/TIL/. A/E shall field verify every aspect that relates to the project. Coordinate visits with the Project Manager/Contracting Officer Representative (COR) assigned after award. The A/E shall arrange for and oversee the performance of such investigations. Auto CAD architectural background drawings will be provided by the VA upon request. The A/E shall independently field verify all existing dimensions, wall layouts, utilities, material types and every other design aspect that relates to the project. EXPECTATION: Submit review package so they are received as indicated on the schedule below. Review *Due Date *Days from last review (Calendar Days After NTP) Kickoff Initial Site Investigation & Design Charrette 10 0 � 45 35 10% Design Review & Design Charrette � 75 30 VA 10% Review - Completed � 105 30 25% Design Review & Design Charrette � 135 30 VA 25% Review - Completed � 170 35 50% Design Review & Presentation � 200 30 VA 50% Review - Completed � 230 30 75% Design Review & Presentation � 250 20 VA 75% Review - Completed � 270 20 100% Construction Documents � 290 20 VA 100% Review - Completed Final Construction Documents 300 10 *Design and design review time can be faster than indicated in the schedule above and may result in faster completion of the project design (or float in the VA or AE schedule reviews) Note: Kickoff meeting will be issued in writing or via teleconference call meeting. DESIGN REQUIREMENTS: Expectations: Submit complete review package in accordance with the following requirements and guidelines outlined in https://www.cfm.va.gov/contract/ae.asp. Please pay specific attention to the schematic, design and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E and VA team may elect to delete individual submissions which are not required. Deliver: All design packages will be delivered directly to FMSL (Engineering) on the established dates for VA review. A transmittal letter is required to go to the Contracting Officer on the same day as delivery. Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C November 2008. The manual is available at the following address: http://www.cfm.va.gov/contract/aeDesSubReq.asp. Prepare working drawings on AutoCAD MEP/Architecture, 2018 versions or most current at the time of final design submission, utilizing its smart capabilities chases. All AutoCAD drawings (including subcontractors) shall be in an organized drawing file system using its Project Browser/Navigator . Note: In the interest of time, electronic submittals of design documents are preferred to expedite review time. PDF Email Attachments (5mb limit) or an internet Share Point site for file downloads are acceptable. Final and As Built copies should be supplied in both electronic and Hard Copy formats. Design Development 100%: Attachment E 100% Submission Requirements Requirements for the 100% Design Development. Address all comments from the 100% review and finalize required submittals. FINAL Contract Documents (CD): Attachment F Submission Requirements Submit a complete document of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA. Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process CONSTRUCTION PERIOD SERVICES: Provide assistance to the VA to determine whether the contractor or subcontractor meets qualification requirements, support by written recommendations of any problems or litigation encountered in past based on firsthand knowledge. AE will review all submissions and provide recommendations to the VA within five calendar days upon request. AE will review and provide replies to contractor / VA generated RFIs when required by the project manager within five calendar days. A/E will review and work cooperatively with 3rd party VA commissioning agent/firm. AE will review contractor's cost estimates, methods of work, materials and provide recommendations to the VA. Make site visits on requests of the VA and prepare written reports to include agreed upon changes in design as determined necessary during the construction. Visits made based on errors and omissions in design will be at no cost to the VA. Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. The punch list shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.) Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction. Transpose contractor s as-builts to AutoCAD (.dwg) and provide a set of updated as-builts on CD within 30 days to the Project Engineer. Final drawing submittal will include hard copies as described for other submissions as well as a CD clearly labeled with the project name, number and submittal date containing: Folder labeled bid documents . All specifications bound in one (1) word document (make sure spec sections are separated by page breaks). All drawing sheets in one .pdf file. All bound or combined files shall be limited to 5mb. Folder labeled DWG s with subfolders containing engineering disciplines (Architectural, MEP, Structural, Civil, etc.) which includes the .arj file (for every discipline) to launch and organize the drawing file system and make all drawings the current project inside of AutoCAD. Folder labeled PDF sheets containing separate .pdf documents for each discipline. Folder labeled cost estimate containing a copy of the final construction cost estimate documents Folder labeled calculations containing final calculation documents. Folder labeled specifications with a word document for each spec section Folder labeled misc for IH reports, materials testing, VPDES permit, soils tests, sustainability checklist, etc. Upon construction completion, red line drawings will be furnished to the A/E to prepare as built drawings. Final as built drawings will be furnished as master building drawings in a project manager format prescribed by the VA. The A/E shall review and approve all specified equipment and installation submittals and shop drawings. The A/E shall attend the pre-construction conference to review and confirm project scope. During construction, the A/E shall allow for a minimum of 10 site visits as directed and scheduled by the COR. Architect/Engineer Energy Scope of Work Energy Requirements for the Procurement of all New Construction, Major & Minor Renovation Projects: 1. New Construction: All new construction shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. Should the 30% reduction in energy consumption prove not to be life-cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements to identify the most energy-efficient design that is life-cycle cost effective. The following parameters shall be used for performing the analysis: 20-year life-cycle period for system comparisons Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, etc. 7% Discount Factor Neither include taxes, nor insurance while computing cost. 2. Major & Minor Renovations and Major Equipment Replacements: For Major Renovations: Shall include any renovation where an entire area is gutted and rebuilt. Any replacement of central HVAC equipment or changes in air distribution shall be considered a Major Renovation. Reduce the energy cost budget by 20% below pre-renovations 2003 baseline. A/E shall estimate 2003 baseline energy consumption before the renovation and compare it to the proposed design after the renovation, and document the 20% savings. The primary unit for energy budget reporting is the British Thermal Unit (BTU) per square foot of the area to be renovated. A/E shall develop the energy budget as required in ASHRAE 90.1-2004, Appendix G, using the same parameters outlined above for new construction. For Minor Renovations: Shall be defined as a small portion of a building, where only architectural treatments, or simple equipment replacement is planned. The renovation will have little to no impact on the central HVAC System, or energy use within the renovated area. Any part of the renovation which impacts energy consumption shall be designed with the mandate to reduce energy consumption. For example, if exterior walls are part of the project, then their R-Value shall be increased. If lighting fixtures are to be replaced, then they shall be replaced with the most energy efficient fixture that is cost effective (20-year life). 3. Renewable Energy Resources: For any work, renewable (geothermal, heat recovery, wind, PV solar, solar hot water, etc.) shall be evaluated for life-cycle cost effectiveness. This acquisition is for Architect/Engineer (A/E) services and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A ""short listing"" of 3-5 (more or less) firms deemed most highly rated after initial source selection (shortlisted) will be chosen for interviews. Interviews will be conducted by teleconference or virtually. 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. NOTE: UPON AWARD, THE FOLLOWING WILL APPLY: The A/E disciplines include, but are not limited to, the following: Architectural, Civil, and Mechanical/Electrical/Plumbing (MEP) which includes the following disciplines: estimating, structural, mechanical (HVAC), electrical, plumbing, geotechnical, design, certified physical security specialist and engineering services related to healthcare facilities. Award is contingent upon the availability of funds. Contracting Office Address: Department of Veteran Affairs Millard Adkins, CO 517/90C 200 Veterans Drive, Building 3A Beckley, WV 25801 Point of Contact(s): Millard M Adkins, Contracting Officer, email address: millard.adkins@va.gov Project Title: Construct Clinical Care Addition for Decompression � � � � Project Location: Factors I, II, and III will be given 75% overall consideration, while factors IV, V, VI, and VII will be given 25%. Raw Score Key VAMC Beckley WV Green Outstanding Project #: Blue Exceeds 517-601 Yellow Acceptable Date: Orange Minimal � Red Unacceptable FACTORS I - Professional Qualifications Necessary for Satisfactory Performance of Required Services Weight 25% Who will be the designated project manager (PM) for the project? What is the PM discipline, how much experience does the individual have with project management and then specific to clinic spaces? What is the level of experience of the project manager and other professionals with VA requirements? What is the level of experience of the team related to constructing new clinic spaces? What is their overall knowledge of adding patient care expansions to existing buildings? 1. Key personnel have less than 1-year experience, no team experience, limited knowledge of VA requirements, limited clinic experience. Red unacceptable 2. Key personnel have less than 3 years experience, minimal to no team experience, minimal knowledge of VA requirements, minimal clinic experience. Orange minimal 3. Key personnel have 3 - 5 years experience, minimal to moderate team experience, moderate knowledge of VA requirements, moderate clinic experience. Yellow acceptable 4. Key personnel have 5 - 10 years experience, moderate team experience, extensive level of knowledge of VA requirements, extensive level of clinic experience. Blue exceeds 5. Key personnel have more than 10 years experience, exceptional team experience, exceptional depth of knowledge of VA requirements, exceptional level of clinic experience. Green outstanding II - Specialized Experience with Healthcare Facility Related Designs, Complex Electrical and Mechanical Experience and Technical Competence in the Type of Work Required. Weight 25% � Who will be the lead mechanical, electrical, plumbing other person/s (specialists) for the project?� How much experience does the individual/s have with designing mechanical, electrical, plumbing or other systems (specialties) for clinical spaces?� What is the level of experience directly with VA requirements? What is the level of experience related to health care? What is their overall knowledge of clinical construction? What is their overall knowledge of adding patient care expansions to existing buildings? VA considers recent experience to be roughly 0-5 years. 1. No previous experience with VA, healthcare, or clinical facility related designs. Red unacceptable 2. 1-2 recent VA or healthcare facility related design, some clinical related design, but no complex electrical and mechanical, expansions, experience similar in size and scope. Orange minimal 3. 3-4 recent VA or healthcare facility related design, mild clinical related design, mild complex electrical, mechanical, expansions, experience similar in size and scope. Yellow acceptable 4. 5 or more recent VA or healthcare facility related design, moderate clinical related design with some complex electrical, mechanical, expansions, experience similar in size and scope. Blue exceeds 5.�5 or more recent VA or healthcare facility related design with complex clinical related design and complex electrical and mechanical, expansions, experience similar in size and scope. Green outstanding III-Past Performance on Contracts with Government Agencies and Private Industry in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules. Weight 25% � � Talk about previous successful clinic spaces�(past performance). Please discuss highlights from your firms past clinical jobs that made your work exceptional? Please discuss lessons learned from any project and how you have used them on future projects (lessons learned from past performance).� Talk about a successful project relating to renovating or adding new SQFT to an existing building. Describe past techniques used to monitor and adhere to project budget. Explain your thoroughness to complete the job, while adhering to project specifications and deadlines. Please include cost control chart of your last 10 jobs that includes current performance schedules. 1. No projects with specific clinic experience and minimal in terms of cost control, quality of work and compliance with schedules shown, phasing, no lessons learned with no highlights from past jobs. Red unacceptable 2. 1-2 projects with specific clinic experience and minimal to moderate in terms of cost control, quality of work and compliance with schedules shown, phasing, 1 lessons learned with 1-2 highlights from past jobs. Orange minimal 3. 3 projects with specific clinic experience and moderate in terms of cost control, quality of work and compliance with schedules shown, phasing, 2 lessons learned with 2-4 highlights from past jobs. Yellow acceptable 4. 4 or more projects with specific clinic experience and extensive in terms of cost control, quality of work and compliance with schedules shown, phasing, 3 lessons learned with 5-9 highlights from past jobs. Blue exceeds 5. 5 or more projects with specific clinic experience with exceptional in terms of cost control, quality of work and compliance with schedules shown, phasing, and 4 lessons learned with 10 highlights from past jobs. Green outstanding IV- Organization, Management and Quality Control Weight 7% � � Who is responsible for quality control (QC)?� How does the QC relate to this project? Who completed (or will complete) QC for the project? How does the prime (management of the sub-consultants) intend to monitor and guarantee their subs performance, cooperation and involvement during the duration of the project? What action will you take when problems arise? What does your organizational chart depict for this project? 1. Management process not defined: no reference to successful quality control plan, management of subs, discussion on dea...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b30a888afae34958868dfd4bdb6f1c6a/view)
 
Place of Performance
Address: Beckley VAMC;200 Veterans Drive;Beckley, WV 25801, USA
Zip Code: 25801
Country: USA
 
Record
SN05643340-F 20200503/200501230145 (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.