Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
DOCUMENT

R -- New Orleans IOT&A Services (Logistics) - Attachment

Notice Date
8/26/2016
 
Notice Type
Attachment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70116R0163
 
Response Due
9/12/2016
 
Archive Date
11/11/2016
 
Point of Contact
Erica Skelly
 
E-Mail Address
7-8300<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Notice Type: Amendment to a Presolicitation Notice VA701-16-R-0163 Posted Date: 26-AUG-16 Subject: New Orleans Initial Outfitting, Transition, and Activation Services Contact:Erica M Skelly, Contract Specialist, erica.skelly@va.gov; Sandra J. Johnson, Contracting Officer, sandra.johnson3@va.gov Place of Performance: Southeast Louisiana Veterans Health Care System The purpose of this Presolicitation Notice Amendment (Amendment No. VA701-16-R-0163_1) is to: 1.Provide answers to questions from interested parties (Question Set 1); 2.Provide an updated copy of the Performance Work Statement (version 3, dated 8/25/16); and 3.Provide copies of new and updated PWS exhibits. ? Question Set 1 Question 1:As this requirement is being 100% set-aside for SDVOSBs, under NAICS 541614, please confirm that the SBA's final ruling, pursuant to the National Defense Authorization Act of 2013 (NDAA), on limitations on subcontracting regulations will be observed. Specifically, that Section 1651 and now adopted in the SBA final rule, compliance will be determined by a percentage cap on the total amount of the prime contract that may be paid to subcontractors - that no more than 50 percent of the total amount paid under the prime contract will be paid to subcontractors. This is a departure from the former determination/calculation based on a percentage of the cost or total direct labor on the contract. Response: As revised by section 1651 and now adopted in the May 31 final rule, compliance will be determined by a percentage cap on the total amount of the prime contract that may be paid to subcontractors. For service contracts, small business prime contractors must agree that no more than 50 percent of the total amount paid under the prime contract will be paid to subcontractors. Question 2:Please confirm that VA does in fact intend to conduct a trade-off analysis to determine best value for this award and that when combined, technical and past performance are "significantly more important than cost." Response:At this time and as stated in the presolicitation notice, the government intends to conduct trade-offs to determine best value for this award. Evaluation criteria will be based on the following listed in order of importance: 1.Technical a.Key personnel qualifications identified in the PWS. b.Warehouse location. Preference will be given to warehouses within a 15-mile radius from the New Orleans VA Medical Center. 2.Past Performance 3.Cost/Price Please see the solicitation (to be posted) for finalized evaluation procedures. Question 3:PWS Section 11.8 states the requirement for obtaining personnel background investigations is incumbent upon the contractor. Can VA please provide a cost per investigation to aide in accurate pricing analysis? Response: The expense breakdown can be found here: https://www.opm.gov/investigations/background-investigations/federal-investigations-notices/2016/fin-16-01.pdf Question 4:PWS Sections 1-5 have numerous references to a BPA Call. Please validate the accuracy of these references. Response: Please see the corrected PWS (version 3, dated 8/25/16), which has been uploaded as a part of this amendment. Question 5:PWS Section 10.3 references a submittal pursuant to the BPA Order. Please validate the accuracy of this requirement. Response: Please see the corrected PWS (version 3, dated 8/25/16), which has been uploaded as a part of this amendment. Question 6:PWS Section 12 (Deliverable Schedule) references a BPA Call Schedule and BPA Call Complete. Please validate the accuracy of these requirements. Response:Please see the corrected PWS (version 3, dated 8/25/16), which has been uploaded as a part of this amendment. Question 7:PWS Section 13 describes submittals during BPA Call Execution. Please validate the accuracy of this requirement. Response: Please see the corrected PWS (version 3, dated 8/25/16), which has been uploaded as a part of this amendment. Question 8:PWS Section 11.7 (Training) states that the course certificate before work begins. Can VA delineate which positions will require the prescribed training? Response:The Contractor (and subcontractor, if applicable) employees who require access to VA information and VA information systems will require this training. This would be such employees as those working with the inventory management system (Maximo), those moving personnel files, etc. Note that section 11.6 states that "If the contractor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor's designated representative." Question 9:It says linear square feet in section 2.2.4, which is confusing, is it square feet or linear feet? Response: Linear feet. Please see the corrected PWS (version 3, dated 8/25/16), which has been uploaded as a part of this amendment. Question 10:Please provide the "moved from" and "moved to" addresses for boxes. Response: Boxes will be moved from existing SLVHCS facilities to the new campus (2400 Canal Street, New Orleans, LA). Currently, employees whose files may be moved are spread between a few different locations: "1601 Perdido Street, New Orleans, LA "1555 Poydras Street, New Orleans, LA "1515 Poydras Street, New Orleans, LA "2237 Poydras Street, New Orleans, LA "3426, 3434 and 3500 Canal Street, New Orleans, LA "2901 North Causeway Blvd. Suite 306, Metairie, LA 70002 Question 11:Are you sure the boxes are 2' x 2' file boxes? If so, what is the 3rd dimension so we can gauge how stable the boxes will be when relocating. Response: The size of the boxes is 14" x 14" x 14". Please see the corrected PWS (version 3, dated 8/25/16), which has been uploaded as a part of this amendment. Question 12:Can you provide the number of boxes or a picture of the box you will be using? Response:Office Depot boxes, Item 547678. Question 13:PWS Section 2.5 - when you say the PM is to be fulltime onsite during the entire duration of the project, will you be providing a workstation for him/her to sit at? Will you be providing network connection for him/her? Or is it up to the PM to find a place to work while onsite? What GFE will be provided? Response:IOT&A Contractor will be provided with either a workstation (with VA computer) or a VA-issued laptop to do work on at the 2400 Canal Street site. While onsite, the VA will provide network connection for the GFE; however, the IOT&A Contractor is responsible for providing network connection onsite or offsite for any non-GFE. Please note that the IOT&A Contractor employee(s) who will be accessing the Maximo system will need to get Contractor PIV badges to be able to access said workstation or laptop, and they can get a Special Agreement Check (SAC). Question 14:For all items listed, is the contractor delivering them to 2400 Canal Street Central energy plant loading dock or are you saying that is where the loading dock is located and all items must be unloaded here and moved to the correct destination location? Please de-conflict.. Response:Warehoused items to be installed by the IOT&A contractor will be delivered to the facility at 2400 Canal Street by the IOT&A contractor and placed in their final destination by the IOT&A contractor as a part of installation. Warehoused items that are not being installed IOT&A contractor will be delivered by the IOT&A contract to the Central Energy Plant loading dock (off of Tulane Avenue) at 2400 Canal Street and the parties responsible for install will move it to its correct destination location. Question 15:For items that are not being installed by the IO Contractor who is moving them from the warehouse? Where will they be delivered if the IO Contractor is not installing them? Response:Warehoused items to be installed by the IOT&A contractor will be delivered to the facility at 2400 Canal Street by the IOT&A contractor and placed in their final destination by the IOT&A contractor as a part of installation. Warehoused items that are not being installed IOT&A contractor will be delivered by the IOT&A contract to the Central Energy Plant loading dock (off of Tulane Avenue) at 2400 Canal Street. Question 16:Please provide additional details regarding warehousing requirements. Must the entire warehouse (all 20K SQFT) maintain this prescribed climate or specifically in areas where equipment is to be stored? Response:As indicated in the PWS, Warehouse climate controls must be able to maintain temperatures of 70 +/- degrees and no more than 60% humidity. Question 17:Please provide additional details regarding warehousing requirements. Is the PWS 20K SQFT warehouse requirement for the entire warehouse; or, VA's dedicated space meet the 20K SQFT requirement? Response: VA's dedicated space needs to meet the 20 sq. ft. requirement. Please see the updated PWS with respect to the issue of square footage. The Government has updated its requirement in this regard. Question 18:Please provide additional details regarding warehousing requirements. Is VA's 20K SQFT requirement to be considered floor space or include racking space? Response:The square footage requirement has clarified. Please see the updated PWS (version 3, dated 8/25/16) with respect to the issue of square footage. Question 19:Is the VA saying in the solicitation document that the requirement is for the contractor to provide 20,000 Sq. Ft. of warehouse storage for up to 12 months and that your requested quote is for FFP of 12 months warehouse storage. Or are you looking for a graduated cost for warehouse space on a monthly basis based on projected volume. Response: The requirement is to provide 20k sq. ft. of warehouse space for the entire 12 month period of performance. The square footage requirement has clarified in the updated PWS (version 3, dated 8/25/16). Question 20:Is VA asking for the IO Contractor to provide proof of replacement insurance for 75,000,000 dollars? Response: The requirement is for the contractor to maintain insurance to provide replacement value of items kept in the warehouse at any one time. $75,000,000 if the estimated value of all of the items to be warehouse over the course of the entire performance period. Question 21:PWS Section 3.2.3 - Can VA prescribe or advise how we can know how personnel levels needed to manage the items being delivered directly to the SLVHCS warehouse if we cannot control these deliveries? Is VA asking for someone onsite fulltime to wait at the SLVHCS warehouse in case things get delivered? Or can VA provide a list and schedule of items that will be delivered directly to the SLVHCS warehouse? Response: IOT&A Contractor will need to work with the COR (listed in PWS Exhibit 01) for each package to determine the delivery location. They can also find out from the SLVHCS Warehouse POC what gets delivered to 2400 Canal Street each day and coordinate pickup if need be. Therefore, the Government is not asking for someone onsite fulltime to wait for deliveries. As of now, all packages that have been awarded and are going to contracting have 2400 Canal Street as the delivery location. Equipment for the Research (Dixie) building have not been purchased yet, so we may be able to write in the IOT&A Contractor's warehouse as the "Deliver To" location for those deliveries. Question 22:Is the IO contractor only providing training for the items it installs or for everything in the warehouse that gets installed by someone, to include vendors other than the IO contractor? Response:Equipment requiring IOT&A Contractor training to end users is designated as such with a "Yes" in the "Training?" column in PWS Exhibit 03. Question 23:Is the IO contractor to be responsible to certify and test only the equipment that is delivered and installed by the IO contractor or everything from the warehouse, to include equipment installed by vendors other than the IO contractor? Response: The IO contractor is responsible for certifying and testing all equipment from the warehouse (including equipment installed by vendors other than the IO contractor). Biomedical incoming inspections and testing shall be done for equipment included in procurement packages that have a "Yes" under the "Biomed Review" column in PWS Exhibit 01. Question 24:PWS Section 3.5.1 states: "For all medical and non-medical equipment items, the Contractor shall inventory into appropriate system using identified processes in PWS Exhibit 05. The equipment to be inventoried can be found in PWS Exhibits 03 and 07. More equipment will be identified once the Construction Contractor turns over building services equipment; however, this is not readily available at this time because it has not been turned over to SLVHCS yet. All certifications, licensure requirements and associated fees for the receiving and inventorying of new medical and nonmedical equipment will be the responsibility of the Contractor." If the contractor can be responsible for the inventory and all the equipment listed in the attachment 3 but more can be added how can we know the level of effort thus the cost? Response: The following sentence has been removed from the PWS: "More equipment will be identified once the Construction Contractor turns over building services equipment; however, this is not readily available at this time because it has not been turned over to SLVHCS yet." Please see the updated PWS (version 3, dated 8/25/16). Question 25:Exhibit 07 is referenced but not provided. Please provide. Response:Exhibit 07 has been uploaded. Question 26:Is the actual cost of the relocation to be provided as part of our bid? If so, will the IO contractor be given exclusive use of a loading dock and freight elevators? Otherwise we will have to wait and this will be impossible to calculate time required. Response: The contractor will have access to at least one delivery bay at all times throughout the period of performance. Question 27:Is the IO contractor providing moving labels? Response:The Government will provide moving labels 28.How many boxes of contents will be relocated by the IO Contractor including files? Response: The IOT&A Contractor will not be responsible for moving boxes of personal items. They will just be moving boxes with files. Question 29:Why is the VA truncating this solicitation? Response:The length of the open period for the solicitation posting facilitates a FY16 award. A draft PWS for this requirement was first published to FBO 8/9/16, and subsequently on 8/12/16 as a part of the presolicitation notice. Question 30: Will the VA favor those SDVOSBs that have prior past performance working BRAC and IOTA projects higher or receive a higher evaluation grade compared to those that don't? Response:Past performance experience with VA and/or DoD healthcare facility activations will receive a favorable rating. Question 30:Are both Prime and Subs required to have the SDVOSB set-aside? Response:Please see the response to Question 1 of this posting. Question 31:Will the VA entertain a Monitoring and Evaluating function as a 3rd party Validation on performance after contract award? Response:No. Question 32:Will the reuse items mentioned be moved by another contract and award? Response:No. Reuse items will be moved by hospital staff. Question 33:Will site security be a part of IOT&A or a separate contract? Response:It is the IOT&A Contractor's responsibility to provide site security for their spaces as described in section 5.1. Question 34:(2.2.2) How many Activations POCs are currently identified? Response:Currently there is one Activations POC identified. Question 35:(2.2.4) Are office files (60,000 liner feet) currently in legacy space or warehoused? Has the Government pre-identified and labeled all bins/boxes/file cabinets containing PII? Response:The files are in legacy space. No, the Government has not pre-identified such bins/boxes/files. Question 36:(2.2.2) Is the Construction Contractor on Schedule? Response:Yes. Question 37:(3.1.5) Does the Government provide GFE Computers to Key Personnel (and others)? If so, will the GFE Computers have video/teleconferencing capabilities? Response:Government will provide a GFE computer (PC or laptop, TBD) to the IOT&A individual accessing the Maximo system. GFE computers will not be issued to other IOT&A personnel. The GFE computer will not have video/teleconferencing capabilities. Question 38:(3.2) Does the Government require an active security system for the warehouse (digital camera, with movement activated sensors)? Response:Yes. See Section 5 of the updated PWS (version 3, dated 8/25/16). Question 39:(3.2) Does the Government have all six Maximo Asset Management modules? If so, are there some modules that the Contractor will not have access? Response:The Contractor will have access to complete incoming inspections [HTM] and input/manage assets into the system [NX]. Question 40:(3.2.3) Will the Government accept a blanket insurance policy that covers the replacement value for items stored in the warehouse? Response:As stated in the PWS, the Contractor must provide proof of full value replacement insurance up to the value of the commodities being stored at any one time. Question 41:(3.4) Will the Government allow the IOT&A Contractor to purchase (as ODCs) temporary floor coverings for soft and hard surfaces? Response:The contractor is required to protect floors and walls in accordance with PWS item 3.4 - Installation, Testing, and Training Services (CLIN 0004 of the solicitation). Floor protection can be identified as an ODC on the pricing sheet for CLIN 0004. The total labor and ODCs on the pricing sheet for CLIN 0004 should correspond to the firm-fixed price offer amount for CLIN 0004 on the CLIN schedule in Section B of the solicitation. Question 42:(3.5.4) How does the contractor ensure items packed by SLVHCS staff meet a certain criteria or threshold to mitigate breakage? Will the IOT&A Contractor be liable for damages? Response: The IOT&A Contractor will be liable for damages for items they are moving up and until delivery or installation. Question 43:Does the Government have a need for executing a plan for Underutilized Real Property for this effort? Response:No. Question 44:(3.5.5) Does the Government provide materials/access for the required Privacy and HIPAA Focused training in addition to VA Privacy and Information Security awareness and Rules of Behavior (VA10176)? Response:No, this training can be accessed via any computer with internet access. It is on the Talent Management System website (tms.va.gov). Question 45:(3.5.6) How many MAXIMO licenses will the government provide the IOT&A Contractor or is this an Enterprise license? Response: The IOT&A Contractor would need a VHA login, and then SLVHCS staff will provision the Contractor user in Maximo. The Contractor does not need its own Maximo license. Question 46:(3.5.8) Does the new facility have the capacity to temporarily accommodate additional roll-off containers? Response:No. Question 47:Approximately 8000 items requiring warehousing are listed "NO" in the "Ordered" column. Does the Government require the Contractor to assist with ordering those items critical to the Phase Plan to mitigate schedule slippage? Response:No. Question 48:Do all the street entrances have the capability to receive varying sized trucks (from panel vans to 18 wheeled semi-tractor/trailer)? Response:Yes. Question 49:Does the VA Facility have the capacity for on-site staging and storage or are deliveries just-in-time (loading dock to specific facility location on the same day)? Response:The new facility has a "just-in-time" warehouse at the CEP building. Question 50: Does the Government have a notional Integrated Master Schedule (IMS) that maps locations on document 004 to document 002? If not, is the Government willing to provide a color coded Phase Plan that maps to the colors on document 004? Response:The Government does not have a notional Integrated Master Schedule (IMS) that maps locations on document 004 to document 002. Please see uploaded color coded documents attached as Exhibits 002 and 004. Question 51:How are these services currently being performed? Under contract? In-house? If these requirements are currently being performed under a contract, who is the Contractor? What is the contract number? When does the contract expire? What is the current contract value? Response:These services are not currently being performed. Question 52: If you filter "no" on warehouse there should be "no" on install. However there are many items that have us installing with this configuration. Can you please explain how this is possible? Response: There are items that do not require IOT&A Contractor warehousing because they are either already on site at the new facility or will be delivered there prior to IOT&A contract award. However, the IOT&A Contractor will be required to install/place the items in their final location. For these items, installation is required prior to November 1st.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70116R0163/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-16-R-0163 VA701-16-R-0163_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968867&FileName=VA701-16-R-0163-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968867&FileName=VA701-16-R-0163-005.docx

 
File Name: VA701-16-R-0163 SLVHCS Performance Work Statement final 8-25-16.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968868&FileName=VA701-16-R-0163-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968868&FileName=VA701-16-R-0163-006.docx

 
File Name: VA701-16-R-0163 PWS Exhibits 01 _ 03.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968869&FileName=VA701-16-R-0163-007.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968869&FileName=VA701-16-R-0163-007.xlsx

 
File Name: VA701-16-R-0163 PWS Exhibit 02-color coded.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968870&FileName=VA701-16-R-0163-008.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968870&FileName=VA701-16-R-0163-008.pdf

 
File Name: VA701-16-R-0163 PWS Exhibit 04.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968871&FileName=VA701-16-R-0163-009.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968871&FileName=VA701-16-R-0163-009.pdf

 
File Name: VA701-16-R-0163 PWS Exhibit 05.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968872&FileName=VA701-16-R-0163-010.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968872&FileName=VA701-16-R-0163-010.pdf

 
File Name: VA701-16-R-0163 PWS Exhibit 06.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968873&FileName=VA701-16-R-0163-011.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968873&FileName=VA701-16-R-0163-011.pdf

 
File Name: VA701-16-R-0163 PWS Exhibit 07.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968874&FileName=VA701-16-R-0163-012.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968874&FileName=VA701-16-R-0163-012.pdf

 
File Name: VA701-16-R-0163 PWS Exhibit 08.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968875&FileName=VA701-16-R-0163-013.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2968875&FileName=VA701-16-R-0163-013.pdf

 
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: Southeast Louisiana Veterans Health Care System;2400 Canal Street;New Orleans, LA
Zip Code: 70119
 
Record
SN04244145-W 20160828/160826235742-15810d75d9902d2eff0366803d1f0ea8 (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.