Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2023 SAM #7820
SOURCES SOUGHT

C -- 632-23-3-2314-0068 | 36C242-23-AP-1830 632-24-104 Rebuild Access Walks and Loading Docks (VA-24-00000959)

Notice Date
4/24/2023 9:55:13 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q0616
 
Response Due
5/8/2023 9:00:00 AM
 
Archive Date
07/07/2023
 
Point of Contact
Les Griffith, Contracting Officer, Phone: 914-501-0175
 
E-Mail Address
Lester.griffith@va.gov
(Lester.griffith@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 632-24-104 Rebuild Access Walks and Loading Docks, at Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $11 Million. Magnitude of Construction is between $5,000,000 and $10,000,000. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. The anticipated award date of the proposed Architectural and Engineering Contract is on or before August 01, 2023. Potential contractors must be registered in SAM (www.sam.gov ) and visible/certified in Vet Biz (https://www.vip.vetbiz.va.gov ) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-10. NOTE - Offerors are referred to 852.219-11 (d)(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. In order to assure compliance with this clause, all firms submitting a SF330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). SCOPE OF SERVICE REQUIRED: PROJECT NO. 632-24-104, REBUILD ACCESS WALKS AND LOADING DOCKS. This Project will provide the design work and construction period services to rebuild entrance stairs, ramps and loading docks and correct deficiencies on Egress stairwell hand railings. The scope of work includes items at the buildings listed Campuswide at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. Work will include but not be limited to Architectural, Structural, Historical Preservation, Plumbing, Fire Protection, Special Inspections, Electrical, Fire Alarm, Environmental (Asbestos Abatement). Technical disciplines include, but are not limited to Architectural, Structural, Historical Preservation, Geotechnical, Fire Protection, Interior Design, Mechanical/HVAC, Plumbing, Electrical, Fire Alarm, Environmental /CIH/IH Engineering, Health Facility Planning, Industrial Hygiene, Scheduling, and Cost Estimating at a minimum. The Project will comply with VA-adopted codes and standards including VA Directives, Design Guides, Design Manuals, VA Accessibility Guidelines, Master Construction Specifications, Design Criteria, Applicable Codes, and other relevant documentation available on the Technical Information Library Background: Multiple historical buildings, circa 1930, have the entrance stairs and ramps composed of reinforced concrete, granite, brick. The exterior stairs, ramps and handrails and its supporting structure present corrosion, spalling, cracks and need to be updated for current code requirements. At various buildings, composed of 2 stories and a basement, the interior egress stairwell hand railings need to be updated to current code compliance. The main hospital building, and at some auxiliary buildings have docking platforms, stairs and railings in poor condition. The Scope of Work will include to correct deficiencies on the following items: CC Connecting Corridors CC Evaluate and correct deficiencies to current accessible code requirements for the ramp connecting corridor between buildings 6 and 65. Building 5 Education 5 Evaluate and correct deficiencies to current code requirements for the West accessible ramp to basement entrance is below grade and allows rain to enter the building. Provide a study to determine need to regrade or install alternate means of access to the building. 5 Evaluate and correct deficiencies to current code requirements for concrete stairs on grade as needed. Building 6 Clinic / Administration Offices 6 Evaluate and correct deficiencies to current code requirements at the exterior egress stairs which have concrete treads with brick on the side walls. 6 Evaluate and rehabilitate/replace the wrought iron railings which are typical of the 1928 building. 6 Evaluate and install accessible handrails as required, at the entrance stairs front and back of building. 6 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. Building 7 Administration 7 Evaluate and correct deficiencies to current code requirements at the concrete areaways and entrance stairs including the southwest concrete ramp and railings. Building 8 Nursing Home 8 Evaluate and correct deficiencies to current code requirements at the entrances of the building including the main entry U-shape concrete stairs. 8 Evaluate and correct deficiencies to current code requirements at the exterior stairs. 8 Evaluate and replace as required the decorative iron guard railings at the veranda on each floor. 8 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. Building 9 Administration 9 Evaluate and correct deficiencies to current code requirements at the Concrete areaways and exterior metal stairs. 9 Evaluate and correct deficiencies to current code requirements at the exterior stairs. 9 Evaluate and replace or modify as required two egress stairwell handrailing. Building 10 Administration 10 Evaluate and correct deficiencies to current code requirements at the main entry stairs to the north and south about 10 steps and the egress entrances at the north side. 10 Evaluate and rehabilitate/replace the wrought iron railings which are typical of the 1928 building. 10 Replace the concrete walks in front and behind the building. 10 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. Building 11 Homeless Residence 11 Ramp at entrance to BioMed area in the basement is not accessible. Replace the exterior concrete ramp. 11 Egress inside EMS is not accessible. Evaluate and provide interior ramp and railings (approximately 3 risers high) 11 Evaluate and rehabilitate/replace the wrought iron railings which are typical of the 1930 building. 11 Evaluate and correct deficiencies to current code requirements at the interior egress stair shafts railings. Building 12 Media & Library 12 Evaluate and correct deficiencies to current code requirements at the main entry stairs to the north and south about 10 steps and the egress entrances side. 12 Evaluate and rehabilitate/replace the wrought iron railings which are typical of the 1930 building. 12 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. Building 13 Linen Services 13 Evaluate and replace exterior guard rails. Evaluate and correct deficiencies at the retaining wall railing at southeast Linen Distribution loading dock. 13 Evaluate and replace West areaway guardrails. 13 Evaluate and correct deficiencies at the southwest elevated concrete loading dock structure 13 Evaluate and correct deficiencies at the Northwest angled loading dock with two berths. Building 14 Veteran Industries (Carpentry) 14 Evaluate and correct deficiency at the front elevated platform. Two exit doors at the west swing into the direction of egress because the elevated walk-in front of the doors is too narrow to reverse door swings. 14 Evaluate and correct deficiency at the railings on ramp. 14 Evaluate and correct deficiencies at the egress door from the southeast corner of the building is elevated above finish floor and has access by a set of metal stairs. Exit door threshold is elevated above exterior sidewalk. Provide a study to bring exit into compliance with FCA 101. 14 Evaluate and correct deficiency at the steel railing on the south side on top of the retaining wall along the road. 14 Provide vehicle guardrail along the road at the South side. Building 15 Shops/Work Control 15 Evaluate and correct deficiencies at the railing and the walkway/stairs leading to the lower level on the south side of the building. 15 Evaluate and correct deficiency at the corner concrete curbing and provide handrail as required. Building 16 Auto Repair Shop 16 No listed condition assessment for ACCESS/WALKS Building 17 Non-Housekeeping Offices 17 Evaluate and correct deficiencies at the concrete patios on each side of the building. 17 Evaluate and rehabilitate/replace the wrought iron railings circa 1930. 17 Evaluate and correct deficiencies to current code requirements at the interior egress stair railings. Building 20 Non-Housekeeping 20 Evaluate and correct deficiencies at the wood railings, ramp and stairs. 20 Evaluate and correct deficiencies at the wrought iron railings on the porch at the second-floor level. 20 Evaluate and correct deficiencies at the west-side concrete stairs, landing, ramp and its handrails. 20 Evaluate and remove/rehabilitate/replace to correct deficiencies at the concrete stairs at the East side of building. 20 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. Building 21 Quarters / Day Care 21 Evaluate and correct deficiencies at wood framed stair entrance at the East side of the building. 21 Provide ramp, foundation, landing and handrails to replace existing wood ramp at the North side of the building. 21 Replace concrete stairs with wrought iron railings at the East side of the building. 21 Evaluate and correct deficiencies at the concrete stairs with aluminum railings at the East side of the building 21 Evaluate and correct deficiencies at the concrete stairs with aluminum railings at the Southeast corner of the building. 21 Evaluate and correct deficiencies at the 2 entrances consisting of brick steps, landing and wrought iron railings at the West side of the building. 21 Evaluate and rehabilitate/replace the wrought iron railings which are typical of the 1930 building. Building 25 Quarters / Housekeeping 25 Evaluate and correct deficiencies at the concrete walks in front and back the building. 25 Evaluate and correct deficiencies of four entrances consisting of brick steps and landings. Building 26 Quarters / Housekeeping 26 Evaluate and correct deficiencies at the concrete walks in front and back the building. 26 Evaluate and correct deficiencies of four entrances consisting of brick steps and landings. Building 27 Vacant 27 Evaluate and correct deficiencies at the concrete walks in front and back the building. 27 Evaluate and correct deficiencies of three entrances consisting of brick steps and landings. Building 36 36 Evaluate and correct deficiencies at the East side platform and ramp. 36 Evaluate and correct deficiencies at the Southeast stairs. 36 Evaluate and correct deficiencies at the West side entrance stairs. 36 Evaluate and correct deficiencies at the West side entrance areaway. Building 61 Research 61 Evaluate and correct deficiencies of the guard rails around porch. 61 Evaluate and correct deficiencies at the North main entrance consisting of granite block step and brick sidewalls. 61 Evaluate and correct deficiencies of the South entrance stairs, footings, brick foundation and landing. 61 Evaluate and correct deficiencies at the East reentrant corner steps and landings. 61 Evaluate and correct deficiencies at the East reentrant corner ramp and landing. 61 Evaluate and correct deficiencies at the Southwest wing steps and landings. 61 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. 61 Evaluate and rehabilitate/replace the wrought iron railings circa 1930. 61 Evaluate and correct deficiencies at the North concrete stairs-on-grade and walkway. Building 62 Research 62 Evaluate and correct deficiencies at the North main entrance consisting of granite block step and brick sidewalls. 62 Evaluate and correct deficiencies of the South entrance stairs, footings, brick foundation and landing. 62 Evaluate and correct deficiencies at the two entrances at the reentrant corners consisting of brick steps at the North side of the building. 62 Evaluate and correct deficiencies at the Southwest and Southeast wings steps and landings. 62 Evaluate and correct deficiencies at the exterior egress concrete stairs, handrails, footings and landing at the East side of the building. 62 Evaluate and rehabilitate/replace the wrought iron railings circa 1930. 62 Level concrete landing at elevation of the door. 62 Evaluate and correct deficiencies to current code requirements at the egress stair railings. Building 63 Mental Health OPT 63 Evaluate and correct deficiencies of the East entrance stairs, footings, brick foundation and landing. 63 Evaluate and correct deficiencies at the two entrances at the reentrant corners consisting of brick steps and concrete landing at the East side of the building. 63 Evaluate and rehabilitate/replace the wrought iron railings circa 1930. Building 64 Mental Health 64 Evaluate and correct deficiencies of the North and South entrance stairs, footings, brick foundation and landing. 64 Evaluate and correct deficiencies at the two entrances at the reentrant corners consisting of brick steps and concrete landing at the North side of the building. 64 Evaluate and rehabilitate/replace the wrought iron railings circa 1930. 64 Evaluate and correct deficiencies to current code requirements at the interior egress stair shaft railings. Building 65 Mental Health 65 Evaluate and correct deficiencies of the North and South entrance stairs, footings, brick foundation and landing. 65 Evaluate and correct deficiencies at the stair entrance at the reentrant corner at the North side of the building. 65 Evaluate and correct deficiencies at the ramp entrance at the reentrant corner consisting at the North side of the building. 65 Evaluate and rehabilitate/replace the wrought iron railings circa 1930. 65 Evaluate and correct deficiencies to current code requirements at the interior egress stair railings. Building 74 Well Pump House No listed condition assessment for ACCESS/WALKS Building 81 Well Pump House No listed condition assessment for ACCESS/WALKS Building 82 EMS Grounds No listed condition assessment for ACCESS/WALKS Building 88 Gym 88 Evaluate and correct deficiencies at the concrete stairs and handrails at the northeast, northwest, and southwest of the building. 88 Evaluate and correct deficiencies at the Northside raised concrete loading area including sidewalls and platform. Building 89 Canteen No listed condition assessment for ACCESS/WALKS Building 90 Garage No listed condition assessment for ACCESS/WALKS Building 92 Nursing Home Units No listed condition assessment for ACCESS/WALKS Building 94 Well House #5 No listed condition assessment for ACCESS/WALKS Building 143 Day Care Storage No listed condition assessment for ACCESS/WALKS Building 145 Picknick House (Toilets and Kitchen Facility) No listed condition assessment for ACCESS/WALKS Building 200 Hospital 200 Evaluate and correct deficiencies to current code requirements at the interior egress stair railings. Replace or modify egress stair hand railings for approximate 5 stairs consisting of 5 stories, and 2 stairs consisting of 3 stories. 200 Evaluate and correct deficiencies at the Loading Dock of approximate 900 square feet, including bumpers. 200 Evaluate and correct deficiencies at the Loading dock metal stairs. I. SCHEMATICS. General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of work, perform a detailed site survey (as required) and shall prepare Schematic Documents for review and approval of VA as further described in the A/E Submission Instructions, which details the minimum requirements for various A/E submissions. Services under this phase shall include, but not be limited to the following: (1) Architectural Design including roof plans, sections, elevations, preliminary selection of building systems and materials; (2) Structural Design including comparison of existing and proposed roofing systems loading and guardrail design including its attachments to existing structure (3) Project Specifications; (4) construction Phasing Plans and (5) Design Narrative, Reports, Required Calculations and any other support information; (6) Cost Estimating and other work as necessary and outlined in the A/E Submission Instructions. II. DESIGN DEVELOPMENT DOCUMENTS. General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of project components for review and approval of VA as further described in the A/E Submission Instructions. Services under this phase shall include, but not be limited to the following: (1) Architectural Design including roof plans, sections, elevations, preliminary selection of building systems and materials; (2) Structural Design including comparison of existing and proposed roofing systems loading and guardrail design including its attachments to existing structure; (3) Project Specifications; (4) construction Phasing Plans and (5) Design Narrative, Reports, Required Calculations and any other support information; (6) Cost Estimating and other work as necessary and outlined in the A/E Submission Instructions. III. CONSTRUCTION DOCUMENTS. General Scope. Based upon the approved Schematics and Design Development Documents, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and Final signed and sealed documents. Services under this phase shall include (1) Architectural Design including roof plans, sections, elevations, preliminary selection of building systems and materials; (2) Structural Design including comparison of existing and proposed roofing systems loading and guardrail design including its attachments to existing structure; (3) Project Specifications; (4) construction Phasing Plans and (5) Design Narrative, Reports, Required Calculations and any other support information; (6) Cost Estimating and other work as necessary and outlined in the A/E Submission Instructions. IV. PROJECT INDUSTRIAL HYGIENIST. The A/E shall retain the services of a Certified Industrial Hygienist (CIH). The CIH will prepare the ACM abatement drawings. The CIH consultant shall have qualifications as further described in the AE Submission Instructions. The CIH consultant shall provide to the A/E all services as further described in the A/E Submission Instructions. The services include all A/E CIH services associated with asbestos for the Schematics, Design Development and the Construction Documents stages of the VA design process and the Construction Period Services of the Project. The A/E shall be responsible for providing all design documents for the Project. The CIH consultant shall coordinate with the A/E to ensure that fully coordinated drawings are provided for all asbestos abatement and related restoration work. V. BID ALTERNATES. Throughout the design phases, at each submission, the A/E shall identify deduct alternates for a minimum of 10 percent of construction costs that can be taken as potential bid deducts in the event construction bids received are higher than anticipated. The alternates shall be selected so that, if required to award the bid within the approved project budget, the project remains a stand-alone project and can be activated according to its intended function upon completion. The AE shall submit a cost estimate, including bid deduct alternates, with each submission package. VI. SERVICES DURING BIDDING PERIOD. The A/E shall attend authorized conferences, including Pre-Bid Walk-thru and Pre-Construction Conference, as requested by the Contracting Officer or the COR. The A/E shall at a minimum provide representatives of the following professional registered disciplines for each conference: Architectural and Structural Engineers. VII. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer (CO) and Contracting Officer Representative (COR) to interpret the construction documents and shall: (1) recommend any action(s) he/she deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the COR. The A/E's reply regarding his/her review of cost proposals and recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials, and equipment. The A/E shall review the Construction Contractor's hop drawings, product cut-sheet submittals, schedules, manufacturer s product literature and samples, testing laboratory reports, field test data and review the materials for compliance with the construction documents (drawings and specifications). The A/E shall recommend approval, disapproval, or recommend revising and resubmitting based on comments provided on the submittal/shop drawing. The AE shall perform the review and return the submittal/shop drawing to the COR in a timely manner (preferably within seven calendar days of receipt). The A/E shall notify the COR in writing of any deviations from the requirements of the construction documents that he/she has found in the Construction Contractor's submittals and shop drawings by marking them up. The A/E shall visit the construction site when requested to do so by the COR. The A/E shall perform periodic inspections when requested by the COR, advising the COR of any deviations or deficiencies in a Field Report to be submitted in a timely fashion following the visit (within three business days of the site visit). The A/E is to include photos in the Field Report as necessary. The AE shall respond to RFIs submitted by the contractor in a timely manner (preferably within seven calendar days of receipt). The AE shall submit As-Builts at the completion of the project which will be based on red-line or electronic drawings received from the contractor as well as a site survey at the completion of work. The A/E shall provide registered architects and professional engineers who are familiar with the project design work to act as advisors to the VA team conducting interim inspections, partial final and/or final inspection(s) and Punch List inspections of the Project. VIII. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up (or CAD format updated) set of drawings showing all changes made during the construction period. The A/E shall incorporate into their as-Built drawings all changes marked-up by the Construction Contractor and, any changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings (As-Builts) by making changes on the original contract drawings. The As-Builts shall be signed and sealed. Submission shall be subject to the approval of the Contracting Officer as to their accuracy. IX. CONTRACT SECURITY. This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. This contract does not involve VA sensitive information/data --End of Scope of Work-- LOCATION Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768 COST RANGE Estimated Construction Cost Range: Between $5,000,000 and $10,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD AE meets with VA staff Project Team for Kickoff Meeting TBD Deliver First Design Package (50% Schematic Design) to Contracting Officer No later than 28 days after kickoff meeting Review First Design Package (50% Schematic Design) with Contracting Officer No later than 49 days after kickoff meeting Deliver Second Design Package (100% Schematic Design) to Contracting Officer No later than 70 Days after kickoff meeting Review Second Design Package (100% Schematic Design) with Contracting Officer No later than 91 Days after kickoff meeting Deliver Third Design Package (100% Design Development) to Contracting Officer No later than 112 Days after kickoff meeting Review Third Design Package (100% Design Development) with Contracting Officer No later than 133 Days after kickoff meeting Deliver Fourth Design Package (50% Construction Documents) to Contracting Officer No later than 154 Days after kickoff meeting Review Fourth Design Package (50% Construction Documents) with Contracting Officer No later than 175 Days after kickoff meeting Deliver Fifth Design Package (100% Construction Documents) to the Contracting Officer No later than 196 calendar days after the NTP Review Fifth Design Package (100% Construction Documents) with Contracting Officer No later than 217 calendar days after the NTP Deliver Signed and Sealed Final Bid Documents to Contracting Officer No later than 231 calendar days after the NTP Total 231 Calendar Days The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers, and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA CRITERIA WEIGHT Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 20% Examples of specialized experience and technical competence in various disciplines required for specific project. 20% Capacity to Accomplish the work in the required time. 10% Past experience and performance on government contracts. 15% Proximity of firm or working office providing professional services to the facility. 10% The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. 10% Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 15% Total 100% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee91b7dabab84622a3168010dc3d690d/view)
 
Place of Performance
Address: Department of Veterans Affairs Northport VA Medical Center 79 Middleville Road, Northport, NY 11768, USA
Zip Code: 11768
Country: USA
 
Record
SN06660833-F 20230426/230424230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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