Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2012 FBO #3970
DOCUMENT

C -- Small Business Set-Aside AE IDIQ for Multi-Disciplined Architectural Design and Engineering Services for VA CFM West - Attachment

Notice Date
10/5/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4);1175 Nimitz Avenue, Suite 200;Vallejo, CA 94592
 
ZIP Code
94592
 
Solicitation Number
VA10113R0002
 
Response Due
11/19/2012
 
Archive Date
2/17/2013
 
Point of Contact
RONALD FERRER, CONTRACTING OFFICER
 
E-Mail Address
RONALD.FERRER@VA.GOV
(RONALD.FERRER@VA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Type: Pre-Solicitation (Request for Architect - Engineer Qualifications) VA101-13-R-0002, Small Business Multi-disciplined Architect/Engineer Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts for VA CFM Western Region Synopsis: THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT USING THE CASCADE PROCEDURE ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. (CFM Western Region is removed from previously announced RFP VA-101-10-RP-0063) The Department of Veterans Affairs, Office of Construction and Facilities Management - Western Region, is seeking architecture or architecture/engineering firms for multi-disciplined A/E IDIQ Multiple Award Contracts. The NAICS Code is 541310 and the size standard is $7.0 million. Offerors must be registered in the System for Award Management (SAM) database at www.sam.gov/portal/public/SAM in order to participate in this procurement. The small business cascade procedure as outlined herein will be utilized to evaluate the SF 330 packages submitted in response to this announcement. The intent is to award a total of three contracts; however, the number of awards may vary depending on the number of highly qualified small business firms and the needs of the VA. The contracts will have a base period of one (1) year and four (4) one-year option periods that can be exercised at the discretion of the Government. The contracts will be firm fixed-price IDIQ contracts with a minimum guarantee of $1,000 for the base period and maximum amount of $15,000,000 over the contract period. Services will be procured in accordance with the Brooks Act (PL 92-582) and FAR Part 36. All A/E firms are cautioned to review the restrictions of FAR 9.5, Organizational and Consultant Conflicts of Interest, and 36.209, Construction Contracts with Architect-Engineer firms. Any A/E that prepares a design-build RFP will be restricted from participating in any contract or task order for that particular project. The Prime A/E firm should have an established working office within the Western Region as outlined in map. These IDIQ contracts will provide services for VA installations and activities located in the Western Region including Veterans Integrated Service Network (VISN) Nos. 18, 19, 20, 21 and 22 in the states of WA, OR, CA ID, NV, AZ, MT, WY, UT, CO, NM, AK, HI, and part of TX, as well as the Philippines. Depending on the needs of the VA, these contracts may also provide services for VA Central Office, and Eastern and Central Regional Offices. The A/E firm must be capable of responding to and working on multiple task orders currently. The A/E firm must have, either in-house or through consultants, licensed/registered professionals in the following disciplines: (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Landscape; (8) Value Engineering; (9) Cost Estimator; (10) Scheduler; (11) Risk Analyst; (12) Fire Protection; (13) Historical Preservation; (14) LEED Certifier; and (15) Quality Assurance / Quality Control. The A/E firm and team must demonstrate expertise in their respective fields and have recent experience in the design of contemporary, state-of-the-art medical facilities, with additional experience in the following: vertical expansion/integration along with phasing of on-going operations; research facilities; long term care - mental health and dementia; National Cemetery Administration and Veterans Benefits Administration projects. In addition, the firm or team must have experience with Building Information Modeling (BIM) in developing project from its initial conception through completion of documentation. Members of the firm or team must be licensed or registered in the state where the project or task order is being issued, but will be at the discretion of the contracting officer depending on the complexity of the task order. SCOPE OF WORK: A list of tasks proposed to be accomplished in this contract is provided below. The list may be changed during the contract period by the Contracting Officer. Any new work elements added will be within the terms of the contract. A.Special Studies and Planning 1.Pre-construction Document Technical Studies 2.Value Engineering Studies and Presentations 3.Specialty Consultants Not Available through Design A/E 4.Update, Modify or Create New VA Standards 5.Consulting Services 6.Facility Condition Assessment B.Design Services 1.Design Programs 2.Schematic Design 3.Request for Proposal for Design-Build Projects 4.All Design Services for Minor and Non-Recurring Maintenance Projects 5.Design Development 6.Construction Documents 7.Medical Office Building Design C.Estimating Services 1)Cost Estimates through Design Development Stage 2)Cost Estimates (CD's and Construction Changes) D.Review Services 1.Design Reviews through Design Development Stage 2.Construction Document Review 3.Constructability Review E.A/E Construction Period Services 1.Construction Quality Assurance/Quality Control 2.Construction Submittal Review Not Anticipated through Design A/E A description of each of the tasks is provided below. TASK A - SPECIAL STUDIES AND PLANNING 1.PRE CONSTRUCTION DOCUMENT TECHNICAL STUDIES DESCRIPTION OF WORK TO BE PERFORMED Preparation of studies involving systems evaluation. Reports on the inspections of VA facilities as to site development, utilities investigations, Federal, State and Local permit requirements and recommendations. Analyze existing and selected systems involving structural, electrical, and HVAC systems. Evaluation of equipment proposed for VA facilities. Development of cost comparison for studies on building systems, renovation alternatives vs. building additions or new buildings. Studies to determine time analyses of different phasing alternatives. Develop Master Plans and perform Historical and Environmental studies, and energy modeling. DELIVERABLES The Contractor will provide the Contracting Officer with one original reproducible and two copies of all reports developed within the task order. Delivery dates will be established by the Contracting Officer. MANPOWER Architects, Engineers, Cost Estimators, CPM Specialists. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. 2.VALUE ENGINEERING STUDIES AND PRESENTATIONS DESCRIPTION OF WORK TO BE PERFORMED The Contractor will be tasked to either establish a VE Task Team, be a participant within this team or make recommendations based upon an analysis of a VE report. If tasked to establish a VE Task Team, the Contractor will provide at least one architect, structural engineer, mechanical engineer and electrical engineer with additional support as necessary. A submission comprised of the individuals' name, background and experiences and other relevant information is required for approval by the Contracting Officer Western Region. Experience requirements are as follows: (A) Engage a qualified VE Consultant to provide the full service. The consultant shall have a recognized background in the field of VE; or (B) Engage a qualified VE Consultant to work with and guide staff members; or (C) Use a staff member who has had adequate formal VE training (e.g. attendance at a 40 hour VE Workshop based upon the conventional formalized method of the Society of American Value Engineers). DELIVERABLES For major projects, the Contractor shall perform a 5 day VE Task Team Study of the major systems phasing for each phase of the project. This study may be performed in the Washington, DC Metropolitan Area or at any VA facility. All costs associated with the conference facilities, and Contractor accommodations and travel expenses will be borne by the Contractor. A draft report on all issues discussed whether accepted or rejected will be submitted. One reproducible original and two copies will be sent to the Project Manager, Western Region within 5 workdays of the completed VE Workshop. The VA will return the draft with any comments for preparation of the final report within 5 workdays of receipt in the quantities described above. If the Contractor is requested to participate in a VE study or analyze a completed report, the Contractor's recommendations will submitted within 5 work days of receipt of report or participation in a VE workshop. For minor and NRM projects, the deliverables will be established on a case-by-case basis. MANPOWER Architects, Engineers, Cost Estimators, VE consultants, CPM specialists. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services, travel arrangements, conference facilities. 3.SPECIALTY CONSULTANTS NOT AVAILABLE THROUGH THE DESIGN A/E DESCRIPTION OF WORK TO BE PERFORMED The Contractor will be tasked to provide additional design services, construction and inspection services, expert witnesses or claims consultants skilled in design analyses, CPM, phasing development, construction techniques and other associated specialties. The Contractor will be required to present the technical, professional and experience background for evaluation and approval of the Contracting Officer to support construction activities or preparation of reports involving design or investigation and evaluation of issues associated with design and construction. DELIVERABLES Submission of reports and recommendations associated with design and construction activities and investigations will be accomplished on a schedule developed by the Contracting Officer. Submit one original reproducible and two copies of the report(s) to the Contracting Officer. All construction and investigation services may require both on site inspection and report preparation. Submission of the reports will be within 5 work days of completion of the service or as stated above. MANPOWER Architects, Engineers, Claims specialists, CPM specialists. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. 4.UPDATE, MODIFY, OR CREATE NEW STANDARDS DESCRIPTION OF WORK TO BE PERFORMED - Investigate industry standards, current CFM requirements, trends and functional needs, as necessary to prepare new VA Design and Construction specifications, standards and guides. Provide detailed, updates and revision of the existing CFM Master Specification, Design Guides, Space and Equipment Planning System (SEPS) criteria and any other design and/or construction standard as maintained by CFM. DELIVERABLES - Space and Equipment Studies, Design Guides, Criteria, Master Specifications and Presentations. MANPOWER - Architects, Engineers, specification writers, Specialists in Automatic Transportation, Specialists in Telecommunications, Specialists in Door Hardware, Industrial Hygienists, Surveyors, Cost Estimators, AutoCAD Operators and Computer Specialists, physical security experts, etc.. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. 5.CONSULTING SERVICES DESCRIPTION OF WORK TO BE PERFORMED - Provide consulting services and technical studies on a wide variety of facility design and construction issues including seismic studies, indoor air quality, national codes and standards review, cost estimating, facility operations, control of indoor air quality, impact of facility standards on building performance and facility life cycle, interoperability electronic standards for facility design, construction, operation, project documentation and construction management. Services may require on-site inspections. DELIVERABLES - Reports, studies and data development involving design, investigation and evaluation of the issues described above. MANPOWER - Architects, Engineers, specification writers, Specialists in Automatic Transportation, Specialists in Telecommunications, Specialists in Door Hardware, Industrial Hygienists, Surveyors, Cost Estimators, AutoCAD Operators and Computer Specialists, physical security experts, etc.. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. 6.FACILITY CONDITION ASSESSMENTS DESCRIPTION OF WORK TO BE PERFORMED - Provide consulting, assessment, and inspection services utilizing experts skilled in appropriate technical areas necessary for the evaluation of existing VA facilities. Qualification of subject matter expert will be submitted to VA for approval. DELIVERABLES - The end product will be reports, and data involving the investigation and evaluation of the VA facilities inspected. MANPOWER - Architects, Engineers, Specialists in Automatic Transportation, Specialists in Telecommunications, Physical Security experts, etc.. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. TASK B - DESIGN SERVICES 1.DESIGN PROGRAMS DESCRIPTION OF WORK TO BE PERFORMED Preparation or review and analysis of a design program(s) that delineates the functional and physical parameters which define project specific requirements and constraints that express the client's priorities. The design program is an ongoing process that must be revised if the project goals are changed. Development of the design program will be in accordance with Department of Veterans Affairs, Functional and Physical Design Program. DELIVERABLES The end product will be the design program submission and/or evaluation of reports, documents, cost estimates supporting the design program prepared by the Contractor. One reproducible original and two copies will be submitted based upon a VA supplied schedule to the Contracting Officer. MANPOWER Architects, Engineers, Planners, Cost Estimators. INDIRECT RESOURCES - Task Orders services, clerical support, reproduction services and storage. 2.SCHEMATIC DESIGN DESCRIPTION OF WORK TO BE PERFORMED The preparation, planning, evaluation, review and recommendation of all architectural and engineering discipline calculations, specifications, reports, system analyses, drawings and cost estimates meeting the approved space program, Facility Development Plan (FDP) and Design Program in accordance with the A/E Submissions, Program Guide PG-18 15. Identification of and recommendations for correction of submissions to meet the requirements described in PG-18 15. Site visits to VA facilities and meetings with Office of Facilities Management (CFM) personnel in Washington, DC may be required. DELIVERABLES The development of the schematic design submission will meet the requirements of the distribution schedule in the PG-18 15. Separate reports or evaluations of VA selected A/E submissions will be in the form of one reproducible original and two copies and delivered within 5 workdays of the VA FM review schedule developed for the project to the Contracting Officer. MANPOWER Architects, Engineers, Cost Estimators. INDIRECT RESOURCES Clerical support, storage, reproduction services and travel arrangements. 3.REQUEST FOR PROPOSALS (RFP's) FOR DESIGN-BUILD PROJECTS DESCRIPTION OF WORK TO BE PERFORMED - The preparation of RFP documents for design-build projects in accordance with A/E Submission Instructions: Requests for Proposals, PG-18-15, Volume E. During the Design-Build (DB) proposal process, the A/E will assist in the review of the proposals and prepare amendments to the solicitation. During the design and construction of the project, the A/E may be required to assist in the review of construction document submittals, shop drawings, other construction submittals and site visits. DELIVERABLES - The development of the RFP submission will meet the distribution requirements in PG-18-15, Volume E. The schedule for delivery will be determined by the Contracting Officer. MANPOWER - Architects, engineers cost estimators CPM specialists. INDIRECT RESOURCES - Clerical Support, storage, reproduction services and travel arrangements. 4. ALL DESIGN SERVICES FOR MINOR AND NON-RECURRING MAINTENANCE (NRM) PROJECTS DESCRIPTION OF WORK TO BE PERFORMED - Design programs, schematic design, design development, construction documents and construction period services as required by the Medical Center(s) specified in the task order. DELIVERABLES - To be determined by the Medical Center staff and the Contracting Officer on a case-by-case basis. MANPOWER - Architects, Engineers, Cost Estimators. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. 5.DESIGN DEVELOPMENT (DD) DESCRIPTION OF WORK TO BE PERFORMED - The preparation of Design Development documents consisting of updated drawings, specifications, and supporting documents and calculations meeting the approved scope and space program. The DD's will be developed from the approved schematic documents and in accordance with A/E Design Submission Requirements, PG-18-15. Site visits to VA facilities and meetings with Office of Construction and Facilities Management (CFM) personnel in Washington, DC may be required. DELIVERABLES - The development of the DD submission will meet the distribution requirements in PG-18-15. The schedule for delivery will be determined by the Contracting Officer. MANPOWER - Architects, Engineers, cost estimators, CPM specialists. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. 6.CONSTRUCTION DOCUMENTS (CD) DESCRIPTION OF WORK TO BE PERFORMED - The preparation of Construction Documents consisting of complete drawings, specifications, and supporting documents and calculations necessary for the bidding and construction of the project. The CD's will be developed from the approved design development documents and in accordance with A/E Design Submission Requirements, PG-18-15. DELIVERABLES - The development of the CD submission will meet the distribution requirements in PG-18-15. The schedule for delivery will be determined by the Contracting Officer. MANPOWER - Architects, Engineers, cost estimators, CPM specialists. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. 7.MEDICAL OFFICE BUILDING DESIGN DESCRIPTION OF WORK TO BE PERFORMED - Design programs for medical office space which includes interior space planning, furniture design and layout, and creating environmental graphic design of images. DELIVERABLES - The end product will be design drawings for office space showing furniture layout and wall graphics. MANPOWER - Architects, Engineers, Interior Designers, Graphic Artist, etc.. INDIRECT RESOURCES - Clerical support, storage, computer time, reproduction services and travel arrangements. TASK C - ESTIMATING SERVICES 1.COST ESTIMATES THROUGH DESIGN DEVELOPMENT STAGE DESCRIPTION OF WORK TO BE PERFORMED The evaluation, review and recommendation on cost estimates prepared by the A/E as to the cost submission accuracy in quantities and completeness based upon submission requirements of the PG-18 15. Evaluation shall include but no be limited to local labor rates, energy conservation costs, asbestos abatement costs and verification of new gross area take off. Preparation of independent cost estimates and evaluation of mid point construction costs and anticipated inflation rates during construction. Participation in meetings with CFM personnel in Washington, DC may be required. DELIVERABLES The Contractor will provide the Contracting Officer one reproducible original and two copies of their report within 5 workdays of the VA CFM review schedule developed for this project. MANPOWER Architects, Engineers, Cost Estimators. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. 2.ESTIMATES (CD'S AND CONSTRUCTION CHANGES) DESCRIPTION OF WORK TO BE PERFORMED Provide cost estimating services associated with the evaluation, analysis and preparation of construction changes or design alternatives. These services will cover all construction related issues which include but not limited to materials, systems and construction techniques. Review, analyses and recommendation of construction document cost estimates covering labor, materials, equipment, general conditions and requirements developed for the project as directed by the Contracting Officer. Participation in the VA CFM review of the construction document submittal by the VA retained A/E. Analyses shall be presented on forms as described in PG-18 15. Provide independent cost estimates as required by the Contracting Officer. DELIVERABLES The Contractor shall provide report(s) analyzing the construction document cost estimate within 5 work days of the VA CFM review. One original and two copies will be submitted to the Contracting Officer. MANPOWER Architects, Engineers, Cost Estimators. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. TASK D - REVIEW SERVICES 1.DESIGN REVIEWS THROUGH DESIGN DEVELOPMENT STAGE DESCRIPTION OF WORK TO BE PERFORMED The evaluation, review and recommendation on all architectural and engineering disciplines' designs, calculations, specifications, reports, system analyses and drawing completeness and coordination based upon development of the final approved Schematic Plan. Evaluations will be based upon the submission requirements established in PG-18 15. Site visits to VA facilities for participation in reviews and meetings with CFM personnel in Washington, DC DELIVERABLES The Contractor will provide the Contracting Officer one reproducible original and two copies of their report(s) within 5 workdays of the VA FM review schedule developed for the project. MANPOWER Architects, Engineers, CPM Specialists. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. 2.CONSTRUCTION DOCUMENT REVIEW DESCRIPTION OF WORK TO BE PERFORMED The evaluation, review and recommendations on the complete drawings and specifications, soil borings, VA testing lab recommendations, and other documents necessary for the bidding and construction of this project. These documents will be provided by the project A/E from the approved design development documents. The AE shall evaluate and ensure coordination of the drawings between disciplines; identification of errors, omissions or conflicts found within or between drawings and specifications. The AE shall evaluate the schedule to meet operating plan due dates for Request for Proposals or Invitation for Bids and award dates. Review and comments on project phasing. Evaluation of market conditions which may affect bidding. Review of resubmitted construction documents with recommendations as to their acceptability in accordance with PG-18 15. DELIVERABLES Review, evaluation and recommendation of construction documents in accordance with PG-18 15. Provide both a written report and annotated comments on reproducible drawings received from VA A/E within 5 workdays of the VA CFM review date. One reproducible original and two copies of all written correspondence will be delivered to the Contracting Officer. MANPOWER Architects, Engineers, CPM Specialists. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. 3.CONSTRUCTIBILITY REVIEW DESCRIPTION OF THE WORK TO BE PERFORMED The Contractor will provide a detailed analysis of the construction documents to assure clarity, accuracy, coordination and completeness of the documents. The review will focus on the suitability of the drawings and specifications for ease of construction and the placement and maintenance of equipment. Review will identify conflicts and/or claims that may arise during construction. DELIVERABLES The Contractor shall provide report(s) evaluating the constructability of the contract documents to the Contracting Officer, 5 workdays prior to the VA CFM construction document review. One reproducible original and two copies will be submitted as stated above. MANPOWER Architects, Engineers, CPM specialists. INDIRECT RESOURCES Clerical support, storage, reproduction services. TASK E - A/E CONSTRUCTION PERIOD SERVICES 1.CONSTRUCTION QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) DESCRIPTION OF WORK TO BE PERFORMED Provide on site quality assurance and control through witnessing performance tests of various types of structural, electrical, HVAC equipment, elevators, sprinkler systems, fire alarm, communication systems and other systems integral to a fully operational building system. Prepare reports associated with on site inspections or analyses of test reports, review of submittal material, and evaluation of contract modifications, cost estimates, daily logs, and preparation of requests for information (RFI). Monitoring return of submittals and other duties assigned by the Senior Resident Engineer (SRE). Prepare reports associated with on site investigations of material, equipment and systems components, test performance and operation in compliance with contract requirements. DELIVERABLES The Contractor shall provide test reports or product literature responses, cost estimates, review of product submittals, daily logs, review of certified payroll statements will be completed within 5 workdays of receipt of product literature or inspection reports or at such intervals as directed by the SRE. One original and two copies of the reports will be delivered to the SRE or Contracting Officer. MANPOWER Architects, Engineers. INDIRECT RESOURCES Clerical support, storage, computer time, reproduction services and travel arrangements. 2.CONSTRUCTION SUBMITTAL REVIEW NOT ANTICIPATED THROUGH THE DESIGN A/E CONTRACT DESCRIPTION OF WORK TO BE PERFORMED The Contractor shall provide submittal review services covering products that may not have been listed within the contract documents but not limited to cut sheets, manufacturers data/performance sheets, samples, shop drawings which are beyond the services provided by the VA selected A/E. Review periods will be established by the Contracting Officer. Compatibility analyses of different materials and recommendations associated with acceptance or rejection of alternate materials and products. Review duration will meet requirements established by Contracting Officer. DELIVERABLES Review of submittals will meet the requirements established by the Project Director. Number of copies and their preparation will be in accordance with direction from the Contracting Officer. MANPOWER Architects, Engineers. INDIRECT RESOURCES Clerical support, storage, reproduction services. METHOD OF AWARD - CASCADE PROCEDURE a.Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: 1) In accordance with FAR Subpart 19 and PL 109-461, award under this solicitation will be made on a competitive basis from a cascading method as defined below to firms who submits a highly rated qualification package, provided that there is adequate competition among such firms. 2)If there is inadequate competition and/or if the firm does not meet our requirement for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. 3)If there is inadequate competition and/or if the firm does not meet our requirement for award to a VOSB concern, award will be made competitively to an 8a, HubZone, or a Women Owned business concern. 4)If there is inadequate competition and/or if the firm does not meet our requirement criteria for award to an 8a, HubZone and Women Owned concern, award will be made competitively to a small business concern in accordance with FAR 19.5. b.Adequate competition will be deemed to exist if at least two competitive qualification packages are received from qualified, responsible business concerns at the tier under consideration. c.When there is inadequate competition at any tier, an otherwise competitive qualification package from a responsible business concern at that tier will be considered with the eligible firms for the next lower tier. For example, only one competitive qualification package is received from a SDVOSB business. That offer will be included with the qualification package(s) received from all VOSB businesses. If there is still inadequate competition, the qualification package from the SDVOSB business will then be included with SB qualification package(s) received. SHORT LIST CRITERIA FOR INTERVIEWS: Each Board Member will independently evaluate the qualification packages and submit ratings to the Board Chairperson and Contracting Officer. Board Members will be required to support each rating with narrative to support the rationale for the rating by identifying the strengths and weaknesses that is applicable to the factor. The Chairperson will compile the rating from all Board Members in one spreadsheet. After individual evaluation and rating of qualification packages is completed, the VA will conduct consensus call(s) to determine the Consensus SF330 Rating. The VA intends to conduct interviews with highly qualified firms. SF 330 QUALIFICATIONS PACKAGE: The Technical Proposal will be divided into five sections: Knowledge and Relevant Experience; Professional Qualifications; Location and Capacity within CFM Western Region; Past Performance; and Small Business Participation. A.Knowledge and Relevant Experience - The Offeror will demonstrate specific relevant experience by submitting a minimum of 10 projects to cover all five (5) categories of task orders (A-E) as identified in the scope of work, that are current or completed within the past five years within CFM Western Region of the U.S. Projects will be of similar size to Major projects (estimated construction cost over $10 million), scope (healthcare, cemetery) and complexity. Greater weight will be given to Offeror's experience as a prime contractor rather than as a consultant. More recent and relevant experience will have a greater impact on the assessment than less recent and relevant effort. Joint Venture or Mentor-Protégé must submit the following additional documentation for review and approval prior to award: a) A copy of a legally binding Joint Venture or Mentor-Protégé agreement, and b) Identification of the party who can legally bind the Joint Venture or Mentor-Protege. A Memorandum of Understanding or Letter of Intent signed by the Joint Venture or Mentor-Protégé partners can be provided with the qualifications package. Offeror is expected to provide the following information for each project: 1.Project title, location and brief description including building use (Medical Facility, etc.) and contracting method (e.g., task order, design build, design bid construct, CM at risk, etc). 2.Project owner, name, telephone number and email of owner's contact person. 3.Project Prime Contractor and Major Subcontractors with name, telephone number and email of contact person(s). 4.Project Statistics including start and completion dates (original vs. actual); cost (original vs. actual) with brief explanation of what is included in the cost; square footage; foundation type; number of levels; and any letters of recommendation, performance evaluations and/or awards received. B.Professional Qualifications - Submit a Project Organizational Chart that includes all team members. The chart will identify the licensed/registered Key Personnel identified below. Clearly describe the prime responsible firm (or firms if a joint venture or mentor-protégé) and individuals as well as the roles and responsibilities of individuals proposed as consultants and subcontractors. Key Personnel: Identify the qualifications of key personnel in the disciplines listed below. Offeror will note if one individual is proposed for more than one position. For joint venture or mentor-protégé submittals and prime professionals with sub-consultant team members, each joint venture partner and/or each sub-consultant will provide letters of commitment to the project team. The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted. If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor will propose a substitution of such personnel. All proposed substitutions will be submitted, in writing, to the Contracting Officer at least 15 days prior to the proposed substitution. All proposed substitutes will have qualifications equal to or higher than the qualifications of the person being replaced. 1.Architecture (at least one must be California Registered) 2.Structural (at least one must be California Registered) 3.Civil (at least one must be California Registered) 4.Mechanical 5.Electrical 6.Environmental 7.Landscape 8.Value Engineering 9.Cost Estimator 10.Scheduler 11.Risk Analyst 12.Fire Protection 13.Historical Preservation (evidence of meeting Secretary of Interior standards) 14.LEED Accredited Professional (AP) Certification 15.Quality Assurance/Quality Control For each proposed professional acting as a key technical resource in specific discipline, provide resumes demonstrating specific experience in the services related to their discipline. The qualifications evaluation will consider the breadth of education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed key personnel. Provide biographical data, to include the following: 1.Name of individual. 2.Company employed by. 3.Company position title. 4.Years with the company. 5.Describe work experience with projects that were with healthcare facilities and the company (by name) they worked for when involved in the project. 6.An indication of which (if any) projects submitted under Knowledge and Relevant Experience (above) the individual participated in and what the individuals responsibility was for that project. 7.An indication of which other individuals submitted under Professional Qualifications this individual has worked with and the project they worked on together, noting if that project has been submitted under Knowledge and Relevant Experience (above). 8.Describe job related educational experience including degrees, certificates etc and granting institutions. 9.Position that the individual will hold in regard to this contract/project team, description of duties and what percentage of the individual's time would be committed to the project during both the design and construction phases. C.Location and Capacity within CFM Western Region - Under Location, identify the geographic location and facilities of the working offices which would provide the professional services. Under Capacity, submit a plan that demonstrates the firm, joint venture or mentor-protégé and consultants' ability (in terms of labor capacity, operational control and quality assurance) to perform projects and manage multiple concurrent task orders across the CFM Western Region. The evaluation will consider the availability of an adequate number of personnel in key disciplines, equipment availability, and demonstrated management procedures. Preference will be given to prime A/E firm, joint venture or mentor-protégé with established working office(s) within the CFM Western Region and with greater in-house capacity. Preference will also be given to consultants with working offices physically located within CFM Western Region. D.Past Performance - The Evaluator from Project Owner, for projects submitted under Knowledge and Relevant Experience, will submit a completed Past Performance Questionnaire form by email, fax or mail to the VA by the specified due date. A copy of the Past Performance Questionnaire Form is attached herein. Offerors are advised to submit the past performance questionnaire included in the announcement. Exceptions include Architect-Engineer Contract Administration Support System (ACASS) and previously submitted past performance questionnaires that include all the elements of questionnaire included in announcement. The completed Performance Questionnaire Forms provided by references of projects submitted under Knowledge and Relevant Experience above will be evaluated to determine client satisfaction. The Evaluation Team may contact the references provided for the projects submitted. The Evaluation Team may consider past performance data from a wide variety of sources both inside and outside the Federal Government. E.Small Business Participation - Submit a plan that addresses how offeror intends to comply with the FAR Clause 52.219-14, Limitation in Subcontracting. For small business concerns, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. For Service Disabled Veteran-Owned Small Business (SDVOSB) concerns, at least 50% of the cost of personnel for contract performance will be spent for employees of the SDVOSB concern or employees of other SDVOSB concerns, in accordance with FAR Clause 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. For Veteran-Owned Small Business (VOSB) concerns, at least 50% of the cost of personnel for contract performance will be spent for employees of the VOSB concern or employees of other VOSB concerns. SELECTION CRITERIA AND WEIGHTINGS: Technical Evaluation will be based on five (5) factors listed below. Knowledge and Relevant Experience is more important than Professional Qualifications. Professional Qualifications is equal in importance with Location and Capacity within CFM Western Region. Location and Capacity within CFM Western Region is more important than Past Performance. Past Performance is more important than Small Business Participation. 1.Knowledge and Relevant Experience - The five sub-factors below are equal in importance. a.Special Studies and Planning b.Design Services c.Estimating Services d.Review Services e.A/E Construction Period Services 2.Professional Qualifications 3.Location and Capacity within CFM Western Region 4.Past Performance 5.Small Business Participation Rating Standards and Definitions: The technical evaluation factors will be evaluated on an adjectival basis. Offerors are advised any strengths that are accepted by the government may be incorporated into the contract as the minimum performance requirement. "Deficiency" is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. "Weakness" means a flaw in the proposal that increases the risk of unsuccessful contract performance. A "significant weakness" in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. AdjectiveDefinition Outstanding Exceeds all or almost all of the VA's requirements. Contains many significant strengths and no significant weaknesses. Contains extensive detail to indicate a thorough understanding of the requirements, with a low degree of risk in meeting the VA's requirements. Excellent Exceeds some and satisfies all of the VA's requirements. Contains many significant strengths and few significant weaknesses. Contains adequate detail to indicate an understanding of the requirements, with an overall low degree of risk in meeting the VA's requirements. AcceptableSatisfies all or almost all of the VA's requirements. Contains few significant strengths and few significant weaknesses, or contains no significant strengths or weaknesses. Contains minimal detail to indicate an understanding of the requirements, with an overall low to moderate degree of risk in meeting the VA's requirements. Marginal Satisfies some of the VA's requirements. Contains no significant strengths and few significant weaknesses or many significant strengths and many significant weaknesses. Contains minimal or no detail to indicate an understanding of the requirements, with an overall high degree of risk in meeting the VA's requirements. Unacceptable Fails to meet stated requirements and/or contains major errors, omissions or deficiencies which indicate a lack of understanding of the requirements or an offer which cannot be expected to meet requirements or involves a very high risk. These conditions may not be corrected without a major rewrite or revision of the proposal. Past Performance: The VA will assign an adjectival rating based on the information provided by the references and any other source. The Government will evaluate past performance in terms of recency, relevancy and quality. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance and will receive a neutral rating. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government. The Evaluation Team may consider past performance data from a wide variety of sources both inside and outside the Federal Government. The Government evaluation team will conduct an evaluation based on past performance of offerors as it relates to the probability of successfully performing the solicitation requirements, and the Past Performance evaluation will assess the relative risks associated with an offeror's likelihood of success in fulfilling the solicitation's requirements. OutstandingThe Offeror's performance met contractual requirements and exceeded many requirements to the Client's benefit. The contractual performance was accomplished with few minor problems for which corrective actions taken by the offeror were highly effective. ExcellentThe Offeror's performance met contractual requirements and exceeded some requirements to the Client's benefit. The contractual performance was accomplished with some minor problems for which corrective actions taken by the offeror were effective. AcceptableThe Offeror's performance met contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the offeror were satisfactory. MarginalPerformance did not meet some contractual requirements. Performance indicated that there are some potential risks associated with the quality of work, timeliness of service, and contract performance. UnacceptablePerformance did not meet contractual requirements. The contractual performance reflected a serious problem for which the offeror has yet to identify corrective actions or the offeror's proposed actions appear only marginally effective or were not fully implemented. Interviews: The shortlist of at least three of the most highly qualified firms will be notified to make a presentation of no more than 45 minutes, which will be followed by 15 minutes of questions and answers. The attached "A/E Interview Form" will be used, which includes the following eight factors listed below. The VA will conduct individual and consensus interview evaluations. The following interview factors are equal in importance: 1.Team proposed for this contract 2.Proposed Management Plan 3.Relevant Project Experience of Proposed Team 4.Project Control 5.Sustainable Design 6.Miscellaneous Experience and Capabilities 7.Awards Received for Design Experience 8.Insurance and Litigation After the interviews, the Evaluation Board will evaluate the Consensus SF330 Rating and the Consensus Interview Rating to determine the Final Evaluation Rating in selecting the top three firms for negotiation. The Consensus SF330 Rating is more important than the Consensus Interview Rating. Instructions for Submittal: Pursuant to Federal Acquisition Regulation (FAR) 36.601-1, this notice serves as a public announcement for Architect Engineer services. No firm will be considered unless an application consisting of a completed SF 330, Part I and other evidence of experience and capabilities the applicant considers relevant is provided. A current SF 330 Part II, representing and differentiating among the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF 330 Part IIs for each proposed consultant's office involved. Six (6) hard copies and one (1) electronic copy on CD or DVD are required. The submittal package must be received no later than 3:00 PM (Pacific Time) on November 19, 2012, addressed to the Department of Veterans Affairs, Office of Construction and Facilities Management, Attention: Jeremy Bedner, Contract Specialist, 1175 Nimitz Avenue, Suite 200, Vallejo, CA 94592. Do not include any fee information in material submitted at this time. Submissions must be limited to a total of one hundred twenty (120) 8 ½" X 11" (letter size) pages, with no pull out or folded pages, a minimum 12 point type, with a minimum ½" margin all around and all pages numbered. A sheet of paper with any information and/or text on both sides will be counted as two pages. The 120 pages includes the cover letter, proposal letter, appendices, attachments, enclosures, index, table of contents, pictures, reference letters, charts, graphs, maps, flowcharts, schedules, models, additional information, text and graphics. Only the first 120 pages of the submission will be reviewed, if package exceeds 120 pages. Completed Past Performance Questionnaires are also required from your references/Project Owners no later than 3:00 PM (Pacific Time) on November 19, 2012, either by mail, email to jeremy.bedner@va.gov or fax to 707-562-8348, attention Jeremy Bedner. Contracting Office Address: Department of Veterans Affairs Office of Construction and Facilities Management 1175 Nimitz Avenue, Suite 200 Vallejo, CA 94592 Point of Contact: For questions regarding contracting or the selection process, please e-mail Ronald Ferrer, Contracting Officer, at ronald.ferrer@va.gov. ? ? PAST PERFORMANCE QUESTIONNAIRE The Department of Veterans Affairs Office of Construction and Facilities Management (CFM) is considering the Offeror listed below for award of a Small Business Multi-Disciplined Architect-Engineer IDIQ Multiple-award Contract under Solicitation No. VA101-12-R-0098. Your comments would be appreciated regarding this firm's past performance. The intent of this form is to evaluate the company's ability to perform the work as described in the solicitation. Please complete the enclosed questionnaire as thoroughly as possible. Space is provided for comments. In addition to submitting this questionnaire, the VA CFM may contact you in order to obtain any additional information regarding a contract award. Please mail, email your completed questionnaire to jeremy.bedner@va.gov or fax to 707-562-8348, attention Jeremy Bedner by November 19, 2012 at 3:00PM (Pacific Time) If you have questions regarding the attached questionnaire, or require assistance, please email Ronald Ferrer at ronald.ferrer@va.gov. Past Performance Information: Name and Address of Company (Offeror) being evaluated: Contract Number/Delivery or Task Order Number, Title, & Location of project the Offeror performed: Evaluator: (The following information will assist in the analysis of the data. Information will be kept confidential) Name of Evaluator: Address: Phone Number: Position held or function in relation to project: Rating: Please evaluate the past performance using only the following ratings without variation. DO NOT RATE ON A "+" OR "-" SCALE. If a "+" or "-" is used, the rating without the "+" or "-" will be applied. In addition to the ratings, please provide a short narrative in the appropriate block or in the remarks section of this form. "O"OutstandingThe Offeror's performance met contractual requirements and exceeded many requirements to the Client's benefit. The contractual performance was accomplished with few minor problems for which corrective actions taken by the offeror were highly effective. "E"ExcellentThe Offeror's performance met contractual requirements and exceeded some requirements to the Client's benefit. The contractual performance was accomplished with some minor problems for which corrective actions taken by the offeror were effective. "A"AcceptableThe Offeror's performance met contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the offeror were satisfactory. "M"MarginalPerformance did not meet some contractual requirements. Performance indicated that there are some potential risks associated with the quality products, timeliness of service, and contract performance. "U"UnacceptablePerformance did not meet contractual requirements. The contractual performance reflected a serious problem for which the offeror has yet to identify corrective actions or the offeror's proposed actions appear only marginally effective or were not fully implemented. Please rate and provide any supporting information/comments for the following: 1.The relationship between the AE firm, Joint Venture or Mentor-Protégé and client/customer contract team: O E A M U 2.The AE firm's management and coordination of consultants / subcontractors:O E A M U 3. Overall corporate management, integrity, reasonableness, and cooperative conduct: O E A M U 4. Quality of work:O E A M U 5. Quality control procedures and execution:O E A M U 6. Management and adherence to the performance schedule and cost limits:O E A M U 7. Ability/actions to improve schedule problems, if applicable:O E A M U 8. Would you award another contact to the party being evaluated? If no, please explain.Yes No 9. Was the customer satisfied with the end product? If no, please explain.Yes No 10. Has the firm being evaluated been provided an opportunity to discuss or respond to any negative comments or performance ratings? If so, what were the results? Yes No N/A 11. Additional remarks: 12. Overall rating for this firm:O E A M U Signature of Evaluator: Date: PLEASE NOTE: Contractors may be advised of adverse remarks and given the opportunity to respond in accordance with Federal Acquisition Regulation requirements. ? SB AE IDIQ INTERVIEW FORM Project Title: SB AE IDIQ - RFP VA101-13-R-0002 Project Location: VA CFM Western RegionScore Key: Outstanding Excellent Acceptable Marginal Unacceptable AE Firm: Date: I. TEAM PROPOSED FOR THIS CONTRACT Background of personnel A. Project Manager B. Other Key Personnel C. Key Consultants II. PROPOSED MANAGEMENT PLAN Team Organization A. Design Phase C. Quality Assurance / Quality Control Plan - Submit 3 from Previous Projects B. Construction Phase III. RELEVANT PROJECT EXPERIENCE OF PROPOSED TEAM IV. PROJECT CONTROL A. Techniques planned to control schedule and costs B. Personnel responsible for schedule and cost C. Estimating effectiveness (10 most recently bid projects) V. SUSTAINABLE DESIGN A. Team design philosophy and method of implementation B. Examples of relevant projects C. Personnel responsible for sustainable design VI. MISCELLANEOUS EXPERIENCE AND CAPABILITIES Address the team's approach in managing task orders A. Staffing B. Examples of similar previous Task Orders VII. AWARDS RECEIVED FOR DESIGN EXCELLENCE VIII. INSURANCE AND LITIGATION A. Type and amount of liability insurance carried B. Litigation involvement over the last 15 years and outcome.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10113R0002/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-R-0002 VA101-13-R-0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=494052&FileName=VA101-13-R-0002-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=494052&FileName=VA101-13-R-0002-000.docx

 
File Name: VA101-13-R-0002 PAST PERFORMANCE QUESTIONNAIRE.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=494053&FileName=VA101-13-R-0002-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=494053&FileName=VA101-13-R-0002-001.PDF

 
File Name: VA101-13-R-0002 SB AE IDIQ INTERVIEW FORM.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=494054&FileName=VA101-13-R-0002-002.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=494054&FileName=VA101-13-R-0002-002.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02909753-W 20121007/121005234317-972da381350ed5619662831eca3af2a0 (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.