SPECIAL NOTICE
C -- A-E Upgrade Replace HVAC Phase II (VA-20-00029490)
- Notice Date
- 3/19/2020 5:32:32 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24620Q0352
- Archive Date
- 06/26/2020
- Point of Contact
- Bryant Guerrant Network Contracting Office 6 1970 Roanoke Blvd Salem VA Medical Center Salem, VA 24153
- E-Mail Address
-
bryant.guerrant@va.gov
(bryant.guerrant@va.gov)
- Awardee
- null
- Description
- PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. The NAICS Code for this acquisition is 541330, Engineering Services, and the applicable Small Business Size Standard is $16.5 million annual revenue. During performance, the selected A/E firm will be required to attend meetings in person, on site, at the Salem VA Medical Center, Salem, VA. Therefore, the area of consideration is RESTRICTED to a maximum 500-mile radius of the Salem VA Medical Center, 1970 Roanoke Blvd, Salem, Virginia 24153 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. NOTE: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Proximity of the firms assigned office, to the project site, including within the 500-mile radius, is one of the criteria on which selection of the most highly qualified firms will be based. Interested parties shall ensure current licensing to provide real property design services (Engineer Services) in accordance with the State regulations of which the firms assigned office is located, and shall have a current registration in: (1.) the System for Award Management (SAM) database at https://www.sam.gov, (2.) and the Vendor Information Pages database at http://www.va.gov/osdbu, if applicable, and (3.) have submitted the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more). Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration. PROJECT INFORMATION: Project No. 658-19-104 Upgrade Replace HVAC Phase II Salem VA Medical Center 1970 Roanoke Blvd Salem, Virginia 24153 VETERANS AFFAIRS MEDICAL CENTER SALEM, VA 24153 A/E SCOPE PROJECT NO. 658-19-104 UPGRADE REPLACE HVAC SYSTEMS Phase II 1. General Description of Services: Provide professional engineering services to include investigative surveys and reports, intricate phasing design, planning, consultation and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates and provision of construction period services as necessary for demolition, construction, inspection, testing and certification for all required components for project 658-19-104 Upgrade Replace HVAC Systems Phase II, at VAMC Salem, Virginia. 2. Background: This project is the second project in a multi phased project to upgrade Building 143 s aging HVAC infrastructure. The prior project s scope the Upgrade Replace HVAC Systems Phase I project includes replacement of two aged air handling units (AHUs) located in and serving Zones D, E, and F on the Basement floor of Building 143, while also upgrading the associated equipment, duct, piping, and control systems to meet current needs and standards at the Salem VAMC. The scope of the project also includes modifications to the HVAC systems serving four remote SPS sterile storage rooms located in Zones H and J on the Second and Third floors of Building 143 to control room temperature and humidity as required by VHA Directive 1116(2). 3. Design Criteria: The intent of this Project is to upgrade and replace five (5) air handling systems on the 2nd floor of building 143. Project will include demolition of the existing 5 AHU s and replacement with 3 new AHU s and supporting equipment to be located in mechanical rooms on the second floor, demolition of ALL removal of radiant panels throughout the second floor of Bldg 143, repair/upgrade/replace duct work and all other associated components of the complete air handling and distributions systems to provide a zoned VAV system with reheat coils that conforms to all VHA requirements with regards to layout, environmental conditions, traffic flow, and interaction with other supporting services. An important requirement of this design will be that critical medical functions like Renal Dialysis continue during the construction to the maximum extent possible. This will greatly limit certain aspects of the construction including construction tools, methods, and timeframes. These limitations and requirements will need to be clearly detailed in the design package as will the need for multiple intricate phases for the construction work to proceed while also maintaining functionality within adjacent spaces. The design will also need to incorporate detailed infection-control requirements to include intricate infection control barriers for hermetic functionality as well as sound attenuation. These design requirements shall be fully detailed within the plans and specifications. This design shall utilize the latest VA Technical Information Library (VA TIL) Design Manuals for all aspects of the HVAC design. This project shall evaluate the existing space and provide the best options to the VAMC for completing the renovation with the least amount of disruption to the staff and functions. The project design shall require phasing plan(s) for outages and corresponding infection control plans to protect adjacent hospital areas during construction. The design shall include accelerated construction scheduling to the extent possible for minimizing medical service line downtime. The design package shall include complete drawings, construction specifications, detailed cost estimate(s), and other pertinent documents for advertisement of a contract for construction. Among other improvements, the design shall also incorporate installation of monitoring systems for reporting and identification of air quality, humidity, and other critical environmental data within each room. The overall renovation design shall incorporate at least five Bid Deduct Alternates in addition to the Base Contract which is to contain all required work. These Deduct Alternates shall amount to at least 20% of the Base Estimate. 4. Construction Amount: The project is to be designed within an estimated base construction cost of $4,950,000 with at least 2 deducts alternates totaling 20%. If the base bid cost exceeds budget and deduct alternates do not bring the project within the construction budget, the A/E shall redesign or take steps necessary to reduce cost so that budget limitations are not exceeded. 5. Design Standards: The project design shall be completed in accordance with this A/E scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria unless otherwise approved by the VA. The A/E shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.va.gov/facmgt/standard). These documents and all national, state and local codes adopted and used by the VA shall be incorporated into the design of this project and reflected in the construction cost estimate. At a minimum, the following references, as applicable, shall be utilized for planning and design purposes. The facility record drawings and AutoCAD files are available for the A/E s use. NOTE: Not all record drawings are available on AutoCAD. Additionally, the A/E must field verify the accuracy of all facility record drawings. All the HVAC design shall meet or exceed the follow guidelines: VA BIM Manual v2.2 VHA Program Guide PG-18-3 VA Master Construction Specifications Structural Design Manual H-18-8 Seismic Design Requirements Sanitary Design Manual for Hospital Projects PG-18-13 Barrier Free Design Handbook Life Safety Codes Electrical Design Manual HVAC Design Manual PG-18-10 Government Record Drawings (A/E shall field verify conditions) PG-18-15 A/E Submission Requirements. Physical Security Design Manual (Final Draft) 6. BIM Requirements: AE shall use IFC compliant parametric Building Information Modeling (BIM) as the architectural/ engineering software for project design. Reference VA BIM Manual v2.2 for BIM standards. 7. Site Investigation: AE shall hire an independent 3rd party consultant to conduct a survey of existing conditions using 3D laser scanning software and produce a 3D BIM LOD 300 Model. This model shall serve as the base model for development of the project design. The following deliverable shall be provided by the consultant: Intensity Map Point Cloud files (.rcs format) 2D AutoCAD Floor Plans 2D Point Cloud Sheets 3D Model at LOD300 level produced using IFC compliant BIM software 8. Energy Requirements: In order for new construction and applicable renovations to meet the Federal Government s standard for a sustainable building the following shall be incorporated into the project: Any facet of renovation must meet the minimum requirements of ASHRAE Standard 90.1 2010 or most current standard effective at the time of AE contract award. A one-page summary of key components will be provided with the design information from the VA. The summary which will be provided is not all encompassing, and the Standard s compliance report shall be submitted at the Final Design phase for each facet of the design as required by the standard. In addition to the ASHRAE Standard 90.1 compliance reports, the A/E shall evaluate applicability of VHA requirements with regards to LEED or Green Globe certification and make a recommendation to the VA with regards to applicability to this Project. The final decision with regards to applicability of certification requirements shall rest with the VA. The project shall be designed to meet all applicable energy conservation requirements and goals currently in effect within the VHA design requirements. 9. Deductive Alternates: AE shall ensure the project design includes viable deductive alternates equal to approximately 20 percent of the construction funding limitation to ensure construction award within program budget limitations. The number of deductive alternates shall be a minimum of two. 10. Construction Estimate & Schedule: AE shall provide an estimate of construction project costs and duration including simplified schedule to include progress and final inspections and all work required for the base bid and the bid alternatives. Cost estimates and schedules shall be revised for each design submittal. AE shall prepare cost estimate and preliminary schedule in accordance with PG-18-15 A/E Submission Requirements. 11. Equipment List: The design shall require that the construction/installation contractor provide a complete report containing the list of items installed in the project which will require periodic maintenance or observation, the frequency of required maintenance/observation, details of the maintenance, and any other information necessary to inform future maintenance activities of the Medical Center maintenance staff. The A/E shall provide for a complete review of this report submittal as part of Construction Period Services rendered by the A/E and shall coordinate this report/list with Logistics Services to insure all applicable items are addressed for future maintenance and proper registry of the items into the Medical Center s tracking systems for maintenance and property disposition. 12. Construction Schedule and Phasing Requirements: Contractor shall provide a construction IAW AE submission PG 18-15 for the project. Contractor shall provide a detailed workflow analysis of SPS and develop a work phasing plan that will allow SPS to continue to function during the construction phase of this design. 13. Deliverables: Quantities of design review materials for each design submission are provided below. Schematic Design, Design Development, Construction Document Submissions: One complete set (1) Arch D (24 x 36) size sets of the design drawings. One set (1) Arch D (24 x 36) size sets of the design drawings separated and bound by each discipline. Three (3) Arch C (18 x 24) size sets of the design drawings. One hardcopy (1) copy of edited/marked-up VA Master Specifications of each discipline and VA Master Specification Table of Contents including a key detailing required specifications for each of the severable components. One (1) hardcopy of Budgetary cost estimate One (1) electronic copy of the AE Preliminary Schedule (must reflect work hour restrictions) One hardcopy of design narratives and investigative reports. BIM Model and drawing files in BIM Software format. One (1) electronic set of all design deliverables in (pdf format). Final Construction Document Submission: One complete set (1) Arch D (24 x 36) size sets of the design drawings. Three (3) Arch C (18 x 24) size sets of the design drawings. Two (2) sets complete typed reproducible specifications (unbound) plus a copy on CD ROM in Word format. Note: The specification sections shall be one document on the CD ROM, not individual documents. These shall also incorporate Sections edited by the Salem VAMC in Sections 00 and 01. (ADD NOTE for PDF specifications to have sections AND ONLY the sections book marked.) Two (2) copies of typed Final cost and schedule estimates, plus a copy on CD ROM in Excel format. One (1) hardcopy of design narratives and investigative reports. One (1) electronic set of all design deliverables in (pdf format). BIM Model and drawing files in BIM Software format. One (1) copy of the final scope of work and including base bid and all deduct alternates in Microsoft Word Format. Each bid item and deducts shall have the estimated cost and duration included for that item of work based on the final AE cost estimate and preliminary schedule. Two (2) sets of final digital engineering calculations (if applicable). List of sole source items with justification (if applicable). List of Or-equal items with justification (if applicable). 14. Schedule of Deliverables: Task Name Duration Start Finish Upgrade Replace HVAC Systems Phase 2 330 0 0 NTP/Design Conference 0 10/01/2020 10/01/2020 Schematic Design 90 10/01/2020 12/30/2020 Schematics Review 30 12/30/2020 01/29/2021 Schematics Design Meeting 10 01/29/2021 02/08/2021 Design Development 50 02/08/2021 03/30/2021 Design Development Review 30 03/30/2021 04/29/2021 Design Development Meeting 10 04/29/2021 05/09/2021 Construction Document Development 50 05/09/2021 06/28/2021 Construction Document Review 20 06/28/2021 07/18/2021 Construction Document Design Meeting 10 07/18/2021 07/28/2021 Final Construction Document Development 20 07/28/2021 08/17/2021 Final Construction Documents Received 10 08/17/2021 08/27/2021 All deliverables are required 330 days from NTP. This schedule is provided for planning purposes. The selected A/E must be able to deliver on this timeline; dates subject to change based on actual NTP. The A/E shall develop a design schedule and provide monthly progress updates throughout the design process. 15. As-Builts: Upon completion of construction and incorporation of all revisions required to complete the Building Information Model and record drawings, the following items shall be submitted: Two (2) sets of reproducible hard copy as-built plans (30 X 42 ) plus a copy on CD-ROM in AutoCAD format, current release. One (1) electronic copy of complete Building Information Model on CD. PROJECT DESCRIPTION: The A/E shall provide design services for Non-Recurring Maintenance (NRM) construction project 658-19-104, Upgrade Replace HVAC System Phase II . This project is the second project in a multi phased project to upgrade Building 143 s aging HVAC infrastructure. Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Proposed work is located at Salem VA Medical Center; Building 143. Project shall be designed and constructed to meet all VA sustainability, green and energy initiatives. Project targets reduced energy consumption by 30%. The project shall have a modern HVAC system and controls tied to existing Direct Digital Controls system. A/E is responsible for all documentation and correspondence necessary for final certification and ensuring all regulatory requirements are met for certification. This is a cradle to grave process ensuring certifications and approvals are documented and submitted. Guidance is available at http://www.cfm.va.gov/til/sustain.asp. DESIGN COSTS: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed six percent (6%) of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm(s) selected in accordance with the process outlined below. SDVOSB SET-ASIDE: This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). LIMITATIONS ON SUBCONTRACTING: In accordance with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and 13 CFR 125.6, a service disabled veteran-owned small business concern (SDVOSB) agrees that, in the performance of the contract, it will not pay more than 50% of the amount paid by the government to it, to firms that are not similarly situated. Firms that are similarly situated are those that are also CVE-registered SDVOSBs. SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. DUE DATE FOR SF330 QUALIFICATIONS SUBMISSIONS: Firms that meet the requirements listed in this announcement are invited to electronically submit the completed Standard Form (SF) 330 (Parts I and II) packages to bryant.guerrant@va.gov no later than 1:00pm EST, Friday April 10, 2020. Submissions should be encrypted and may require multiple emails. The single email limit for file attachments is 10MB per email. Late proposal rules found in FAR 15.208 will be followed for late submittals. Acknowledgement of receipt will be provided, which will include the number of emails and number of attachments received. Thirty (30) calendar days are being provided from date of issuance to respond to this notice. All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C24620Q0352. The SF 330 form may be downloaded from https://www.gsa.gov/reference/forms, and is also provided as an attachment to this notice. Completed SF 330 shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330, Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. EVALUATION FACTORS FOR AWARD THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, and other factors considered. The following factors shall be used to evaluate offers: Professional Qualification Specialized Experience and Technical Competence Capacity Past Performance Locations Quality Control Plan Experience in Construction Period Services The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, and other factors considered. Boards will evaluate firms' qualifications strictly on the basis of the announced selection criteria and their stated order of importance. The criteria will be applied as follows: Professional Qualifications (FAR 36.602-1(a)(1)). A board will evaluate, as appropriate, the education, training, registration, certifications (see paragraph 3-4.d(4)), overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25 but does not have to be registered in the particular state where the project is located. Specialized Experience and Technical Competence (FAR 36.602-1(a)(2)). Offerors will be evaluated based on the specialized experience of a firm on similar projects and the technical capabilities (such as design quality management procedures, CADD/BIM, and equipment resources,) of the prime firm and any subcontractors. Evaluation will be based on the information presented in the Architect-Engineer Qualifications - Standard Form 330 (SF330). A minimum of three (3) maximum and maximum of five (5) example projects may be submitted for consideration under SF330, Part I, Section F. Example projects should be designs completed within six (6) years of solicitation closing date. Capacity (FAR 36.602-1(a)(3)). A firm s capacity will be evaluated based on their experience with similar size projects, the available capacity of key disciplines to perform the work in the required time, and a primary design schedule. The volume of work awarded during the previous 12 months, based on data extracted from the Federal Procurement Data System, will be considered when evaluating capacity. Additionally, the full potential value of any current indefinite delivery contracts that a firm has been awarded will be considered when evaluating capacity. Past Performance (FAR 36.602-1(a)(4)). Offerors will be evaluated based on terms of cost control, quality of work, and compliance with performance schedules. Knowledge of the Locality (FAR 36.602-1(a)(5)). Firms will be evaluated on their knowledge of the locality such as knowledge of local historical features, climatic conditions, and local construction methods that are unusual or unique to the area with a 500 mile radius. Design Quality Control Plan. Firms will be evaluated on their approach to ensure technical quality and accuracy of work products. A firm's approach to resolve issues of quality will be analyzed to determine its ability to provide quality design products. Describe and define the processes of the firm's quality control plan and list, by name and position, all key personnel responsible for its execution. Quality control information shall also address safety measures particularly with respect to field work and site investigations. Information describing Quality Management may be presented in SF330, Part I, Section H. A design quality control plan shall be submitted as part of the proposal. Experience in Construction Period Services. Firms will be evaluated on their experience in providing construction period services to include professional field inspections during construction, review of construction submittals, support in answering request for information, and support of construction contract changes to include drafting statements of work and preparing cost estimates. Evaluation will be based on responses provided to the attached questionnaire. Adjectival Rating Definitions Exceptional Meets all requirements and exceed majority of requirements. Overall the proposal meets and significantly exceeds, in all aspects, the standards for evaluation: very high probability of success: no significant weaknesses. Very Good Meets all requirements and exceed some requirements. The proposal meets and, in some cases, exceeds the standards for evaluation; high probability of success; no significant weaknesses and only minor correctable deficiencies. Satisfactory The proposal meets the standard for evaluation; good probability of success; only minor weaknesses and correctable deficiencies. Marginal Lacks material information. The proposal fails to meet some of the standards for evaluation; low probability of success; major weaknesses and/or uncorrectable. Unacceptable Lacks material information. The proposal fails to meet some or all of the standards for evaluation; need major revision to a new submission to make if acceptable or may contain uncorrectable deficiencies. Sub-Factor 1 Professional Qualification: CRITERIA: This factor will evaluate the Offeror s professional qualification in education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides: Offeror must provide key personnel and not the number of personnel, which is addressed under FAR 36.602-1(a)(1) the professional qualification criteria. The Offeror must provide a Resume for the following Key Personnel: Project/Design Manager: Must have a minimum of five (5) years experience successfully managing design projects that meet the criteria for similar projects as defined in evaluation factor 3 above. Mechanical Engineers: Must have a minimum of five (5) years experience successfully designing projects that meet the criteria for similar projects as defined in evaluation factor 3 above. Other Disciplines proposed by the Offeror: Must have a minimum of three (3) years experience successfully designing projects that meet the criteria for similar projects as defined in evaluation factor 3 above. All Resumes must include the following information and may not exceed two (2) pages per Resume, and must explain how the proposed key personnel s experience meets the minimum qualification requirements for this contract, as described above: Name and title Project assignment Name of firm with which associated Sub-Factor 2 Specialized Experience: CRITERIA: This factor will evaluate the Offeror s technical competence, based on successful completion of projects, in the design of HVAC systems in a hospital environment. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides a minimum of three (3) and a maximum of five (5) examples of their choice of completed projects or in progress of similar contracts in size and scope (commercial building remodel/renovation; minimum threshold value of $500,000). In describing the experience, provide the following information: Project title, location and brief description including the building use (Medical Facility, etc.) and contracting method (design build, design bid construct, CM at risk, Turnkey, etc). Project owner and name and telephone number of owner s contact person. Indicate your firm s role as a prime contractor or subcontractor, etc. Project Prime Contractor and Major Subcontractors and name and telephone number of contact person(s). Project Statistics including start and completion dates (original vs. actual) for design; cost (with brief explanation of what is included in the cost); square footage; and any awards (prizes) received. Sub-Factor 3 Capacity: 1. CRITERIA: This factor evaluates the Offerors demonstrated experience with similar projects and their ability to perform the work in the required time and primary design schedule. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of volume work awarded during the previous 12 months, based on data extracted from the Federal Procurement Data System, will be considered when evaluating capacity. Additionally, the full potential value of any current indefinite delivery contracts that a firm has been awarded will be considered when evaluating capacity. Sub-Factor 4 Past Performance: CRITERIA: This factor evaluates the offeror s demonstrated past performance of projects in order to determine the offeror s ability to perform the contract successfully and help determine responsibility. Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past 6 years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. Relevancy Assessment: An evaluation of all recent performance information obtained to determine whether the provided design performed under those contracts relate to a similar size and scope as those required by this solicitation. In determining the relevancy of effort performed under individual past performance contracts, the Government will consider the specific effort or portion consistent with that proposed by the prime contractor and/or subcontractors. The past performance information obtained from sources will be used to establish the relevancy of past performance. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides minimum of three (3) and a maximum of five (5) references of their choice of projects of similar contracts in size and scope (hospital building remodel/renovation; minimum threshold value of $200,000) in which the Offeror adhered to period of performances. The Offeror must provide for each reference the reference's company name, POCs, address, contact information to include phone number and e-mail address, project description, dollar value and period of performance. The Government will consider and evaluate Offeror's past performance information, to include the references, which are deemed recent and relevant for the requirements of this RFP. Sub-Factor 5 Location: CRITERIA: This factor will evaluate the Offeror s ability to perform both the design and construction period services. The Offeror shall demonstrate that is has the capacity to accomplish the work in the required time. Additionally, the Offeror shall show that it can perform the required site investigations, design services, and construction period services without adversely affecting the project schedule. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides: Offeror must provide a proposed design schedule not to exceed 330 calendar days. Prepare and submit a practicable design schedule laying out all necessary performance elements needed to complete this project identified in the solicitation in the proposed period of performance. The schedule must be in the form of a progress chart of suitable scale to indic...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bfe6f9fd26d84ed79aeb7b41fa6c3ade/view)
- Record
- SN05594118-F 20200321/200319230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |