Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
DOCUMENT

C -- A/E IDIQ Contract for Hampton VAMC - Attachment

Notice Date
8/21/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Dr;Hampton, VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24612R2273
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
JoAnne Swann
 
E-Mail Address
9-5994<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT IDIQ FOR AE SERVICES VA MEDICAL CENTER, HAMPTON, VA Proposal Overview The Hampton VA Medical Center, Hampton, VA is advertising for an indefinite-delivery, indefinite-quantity, multi-discipline contract with a base year and four option periods (1 year each) for architectural and engineering services (architectural, mechanical, electrical, civil, structural, environmental/asbestos, fire protection and other associated disciplines) at the Hampton VA Medical Center. The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but are not limited to: site investigations, consultations, conceptual designs, plans and specifications, verification of as-built drawings, detailed drawings, accurate cost estimates and construction period services. Delivery or performance shall be made only as authorized by issuance of separate task orders. AE firms will be selected in accordance with the Brooks Act, FAR 36.602-1, and VAAR 836.602-1 based upon their qualifications. After selection of the most highly rated firms, contracts will be negotiated for the various AE discipline hourly rates, overhead rate, profit rate, costs of production, and any other allowable and reasonable costs for the base year and each option year utilizing form VHA-10-6298. One or more contracts may be awarded as a result of this announcement. This procurement is set aside for certified Veteran Owned and Service Disabled Veteran Owned Small Business (VOSB and SDVOSB) A/E firms. NOTE: The estimated maximum cumulative A/E fees under any resultant contract shall not exceed $10,000,000.00 per awardee, which is inclusive of the base year and four (4) one-year option periods. The minimum guarantee under any resultant contract is $5,000.00 for the base year only. Task orders shall not exceed $1,000,000.00. The NAICS codes are 541310/541330. The Small Business size standard is $4.5M in annual gross revenues averaged over the past three years. In order to be eligible for award, firms are required to be registered at the Central Contractor Registration (CCR) website located at http://www.ccr.gov and registered at VETBIZ as Service Disabled Veteran Owned Small Business at the website located at http://www.vetbiz.gov. Faxed copies of SF 330 are not acceptable. The SF 330 form may be downloaded at www.gsa.gov/forms. ? A/E Selection Criteria: In accordance with FAR 36.602-1and VAAR 836.602-1 firms will be evaluated based upon: From FAR 36.602-1: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project (6) Acceptability under other appropriate evaluation criteria. From VAAR 836.602-1: (1) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (2) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (3) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ? ATTACHMENT 1 SF 330 Supplemental Information Evaluation Criteria for IDIQ AE Services Contract(s) In addition to the submission of the SF 330, firms are required to provide the following supplemental information as part of total submission package. Submitting firms are to provide four (4) bound hard copies with tabs and two (2) CDs which contain the SF 330s and the following documents. 1. Professional qualifications necessary for satisfactory performance of required services. a) Submission requirements: o Submit personal resumes that best demonstrate the firm's professional qualifications, including specific licenses and registrations relevant to the solicitation requirements. o Complete and submit a summary disclosure for each discipline, principal, project manager, and other support personnel, for up to 20 disciplines, that will handle work for the solicited task orders. Each resume package may not be longer than two (2) pages in length. b) Basis of Evaluation: o The evaluation of professional qualifications will include but is not limited to the subjective assessment of the firm's individual resumes as required in the solicitation. o Firms unable to demonstrate required qualifications necessary to perform designs may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. o Higher ratings for this criterion may be given when the firm's specific personnel demonstrate excellent or very good credentials, above and beyond those usually expected. 2. Specialized experience and technical competence in the type of work required, including but not limited to, experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and Environmental (LEED) Design and the use of recovered/recycled materials. Specialized experience pertains to the types and volume of work previously or currently being performed by a firm that is comparable to the types of work covered by this requirement. a) Definitions: o Experience measures the degree to which a firm has completed projects with requirements for energy conservation, pollution prevention, waste reduction, Leadership in Energy and Environmental (LEED) Design and the use of recovered/recycled materials and other related services. o Specialized work means construction and design projects similar in project scope, size, construction features, dollar value and complexity of those that will be encountered at VA Medical Centers. Projects submitted outside these parameters will be assigned lower ratings. o Similar scope and construction features are considered projects involving new structures, additions to existing buildings, renovations of facilities, and LEED Certification & sustainable designed facilities. o Similar dollar value is considered construction projects of $100 thousand and greater. o Similar complexity is considered projects of an operational likeness and similarity as those that will be required at a VA healthcare facility. o "Within the past five (5) years" shall mean from date of SF 330 package submission to five (5) years prior. b) Submission requirements: o Submit up to three (3) relevant projects, accomplished within the past five (5) years that best demonstrate your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. o Complete and submit a data summary sheet for each project. Each project data package may not be longer than two (2) pages in length and may include verbiage, graphics and photos. o Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. c) Basis of Evaluation: o The evaluation of specialized experience will include but is not limited to the subjective assessment of the firm's resume of the type of work required in the solicitation. o Firms unable to demonstrate proven competence to perform these kinds of projects may be considered non-responsive. Failure to provide requested data may negatively impact a firm's rating. o Higher ratings for this may be given when a proposal demonstrates project examples of excellent or very good examples of projects relevant to the solicitation. o Higher ratings may be given for the following: Demonstration of design-build experience most closely related to the requirements of this solicitation. Demonstration of sustainable design experience (e.g. LEED projects). 3. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Past performance relates to how well a firm has performed on substantially completed projects, within the past five years. a) Definitions: o Past performance is a measure of the degree to which a firm satisfied its customers in the past and complied with applicable laws and regulations. o Government agencies are defined as local, state, and federal entities. Higher ratings may be given for work performed on VA Medical Center campuses. o Private industry is defined as non-governmental clients. o "Within the past five (5) years" shall mean from date of proposal submission to five (5) years prior. o The term "substantially complete" shall mean a fully designed project with construction of the facility/project more than 80% complete. b) The solicitation will require the following: o Firms shall have customers complete Past Performance Questionnaires and submit directly to the Government. o Past Performance Questionnaires shall include specifics for each project submitted, but not be limited to, the following information: Project description, Contract amount, Dates, and Client information; Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to schedule, Cost control, and Customer satisfaction, and Answer the question - "Would you award this firm another contract?" Format of Questionnaire to be completed by the client is left to the firm submitting the SF 330. o Firms shall have previous clients submit design and construction projects Past Performance Questionnaires that are the same as the projects included in its proposal for Relevant Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact. Failure to provide requested data or to provide an accessible point of contact may negatively impact a firm's rating. o Completed Past Performance Questionnaires are to be emailed or faxed from the client directly to the Government Contracting Officer and are not to be submitted via the firm. In order for the client evaluation to be considered, the Past Performance Questionnaires must be received no later than the due date/time of the SF 330 packages. o The design firm shall have a minimum of three (3) past performance questionnaires submitted by their clients. o Firm to submit Past Performance Questionnaire to clients that: Are knowledgeable of the firm's past performance. Are willing to be interviewed by the Government using the past performance questionnaire. o Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). Firms will also submit recognition documents received in the last five years, such as awards from clients, customers or professional organizations received within the last five (5) years. o In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm. o While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm. c) Submission requirements: o Submit up to three (3) relevant projects design complete or substantially construction complete within the past five (5) years and best demonstrates your relevant experience to the solicitation requirements. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. o Submit up to three (3) relevant Design-Build (DB) projects where design and construction was completed or substantially completed within the past five (5) years that best demonstrate your design build experience relative to the types of work covered by this solicitation. Firm is at risk of receiving a lower rating if fewer than three (3) relevant DB projects are submitted. o Complete and submit a project data summary sheet for each project. Each project data package may not be longer than two (2) pages in length. o Projects may include Federal, State, or local Government, as well as private industry projects. Firms are responsible for providing project description and applicable experience in sufficient detail to permit evaluation of project relevancy. o Questionnaires. Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received. d) Basis of Evaluation: o Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact a firm's rating. o The evaluation of past performance will include but is not limited to the assessment of the firm's commitment to customer satisfaction, timely delivery of quality work, the firm's record of conforming to specifications, successful implementation of quality control procedures; adherence to schedules; and history of reasonable and cooperative behavior. o Firms unable to demonstrate proven competence to perform projects similar to the requirements of the solicitation may be considered ineligible for award. o Higher ratings for this may be given when a proposal demonstrates excellent or very good ratings for past performance and customer satisfaction on projects relevant to the solicitation. o Higher ratings may be given for the following: Demonstration of design-build experience most closely related to the requirements of this solicitation. Demonstration of sustainable design experience (e.g. LEED projects). o Evaluating past performance may include information provided by the firm, inquiries with previous customers, Government databases (Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS)), and any other publicly available sources. o While the Government may elect to consider data obtained from other sources, the burden of providing detailed, current, accurate and complete past performance, experience, and safety information rests with the firm. 4. Location in the general geographical area of Hampton VAMC (within 2 hour response) and knowledge of the locality of the Hampton VAMC: a) Definitions: o Knowledge of the locality is defined as familiarity of applicable codes and regulations in place for the area. b) Submission requirements: o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's location. c) Basis of Evaluation: o Firms that cannot be on site at the VA Medical Center in Hampton, VA within a two hour response time will be given a lower rating than those firms that can. o Firms that can meet the two hour response time from Hampton, VA will be given the minimum acceptable rating. o Higher ratings for these evaluation criteria may be given as follows: Firms that can be on site at the VA Medical Center in Hampton, VA within 90 minutes will be given a higher rating. Firms that can be on site at the VA Medical Center in Hampton, VA within 60 minutes will be given the highest rating. o A subjective determination of the firm's statement of knowledge of the locality and how it was obtained relative to the requirements of this solicitation. 5. Capacity to accomplish multiple task orders up to $100,000 per task order within 90-120 days. Identify the firm's past and present workload, and convey the understanding of being able to handle several task orders concurrently and within prescribed deadlines/constraints. a) Submission Requirements o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's approach to accomplishing multiple concurrent task orders with emphasis on meeting prescribed deadlines. b) Basis of Evaluation: o Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of multiple task order project goals and requirements set for the completion of multiple concurrent task order projects within prescribed deadlines. o Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 6. Implementation of the Design Quality Control Program. Identify the roles and responsibilities of the major personnel of the firm and depict the understanding and implementation of Quality Control procedures for task orders. Firm is at risk of receiving a lower rating if fewer than three (3) relevant projects are submitted. a) Submission Requirements: o Provide a narrative, (maximum of two 8 ½" x 11" pages) that discusses the firm's approach to the task orders with emphasis on the envisioned role of the design team with regard to Quality Control. b) Basis of Evaluation: o A subjective determination of the firm's statement of knowledge of Quality Control and how it will implement Quality Control procedures relative to the requirements of this solicitation. o Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 7. Program management process/plan for handling Hampton VAMC projects. Identify the roles and responsibilities of the major personnel of the firm and depict the lines of communications envisioned for the design tasks between the firm and with the Government. a) Submission Requirements: o Provide an organizational chart (no larger than 11" x 17") depicting the relationships between the firm and all partners and/or subcontractors/consultants to be associated with this solicitation and identifying each of the firms key positions/personnel and their role in managing work for these task orders. o Provide a narrative, (maximum of one 8 ½" x 11" page) that discusses the firm's Program management approach to the task orders. b) Basis of Evaluation: o Evaluation of this factor will be a subjective assessment of the firm's ability to clearly demonstrate an understanding of the task order projects goals and requirements and set forth a realistic approach for the design of the task order projects. o Higher ratings may be given for this factor when information provided exceeds the minimum requirements. 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. a) Submission Requirements: o Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any claims, disputes, lines or judgments against your firm for instances where there have been design errors, deficiencies and/or omissions AND the steps your firm took to resolve the issues and the ultimate outcome. o Provide a statement if item 8 above is not applicable to your firm. b) Basis of Evaluation: o Evaluation of this factor will be an objective assessment of the firm's ability to provide clear, concise, accurate design drawings and specifications free from design errors, deficiencies and/or omissions AND a subjective assessment of how well the firm managed situations when these issues were encountered. o Higher ratings will be given to firms that have not had any of the issues mentioned in item 8 above; however, firms with no performance history will be scored lower than those firms with significant performance history and none of the issues in item 8. o A lower rating will be given to firms that have experienced issues that resulted from design errors, deficiencies, and/or omissions, but resolved the matter to the satisfaction of the Government and/or customer. o Firms that were unable to amiably resolve issues that arose from design errors, deficiencies and/or omissions will not be considered eligible for competition. 9. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. a) Submission Requirements: o Provide a narrative (maximum of one 8 ½" x 11" page) that addresses any partnering, teaming, or subcontracting relationships your firm has and how long members within your firm have worked with one another b) Basis of Evaluation: o Evaluation of this factor will be a subjective assessment of the firms relationships and how well the firm works as a team within their organization and with other partners, teams, and subcontractors. o Higher ratings will be given to firms that clearly demonstrate organizational health and cooperation with other teams, partners, and Government and industry personnel (customers). o A lower rating will be given to firms that cannot demonstrate organizational health and cooperation with other teams, partners, and Government and industry personnel (customers). THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED. THE GOVERNMENT WILL NOT BE HELD LIABLE FOR CONTRACTOR COSTS INCURRED IN THE PREPERATION OF SF 330's OR SUBMISSIONS. SF330's are to be submitted NLT 4:00pm on 24 September 2012 to the contracting office address cited below to the attention of Jarrod January, Contract Specialist Contracting Office Address: VISN 6 Network Contracting Office 100 Emancipation Drive Hampton, VA 23667 Attn: Jarrod January Place of Performance: VA Medical Center, Hampton, VA 100 Emancipation Dr Hampton, VA 23667 Primary Point of Contact: JoAnne Swann Contract Specialist Joanne.Swann@va.gov Phone: 828-299-5994 Fax: 828-299-5851
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AsVAMC/VAMCCO80220/VA24612R2273/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-12-R-2273 VA246-12-R-2273_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=449134&FileName=VA246-12-R-2273-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=449134&FileName=VA246-12-R-2273-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;100 Emancipation Dr;Hampton VA
Zip Code: 23667
 
Record
SN02849272-W 20120823/120822001150-ee80f35c7ddcede9301d1f051b0075f4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.