C1DA--Replace Nurse Call (VA-22-00010042)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24622Q0073

Basic Details

started - 26 Nov, 2021 (about 2 years ago)

Start Date

26 Nov, 2021 (about 2 years ago)
due - 14 Dec, 2021 (about 2 years ago)

Due Date

14 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24622Q0073

Identifier

36C24622Q0073
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103257)VETERANS AFFAIRS, DEPARTMENT OF (103257)246-NETWORK CONTRACTING OFFICE 6 (36C246) (4401)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. DUE DATE FOR SF330 QUALIFICATIONS: November 30, 2021 @ 11:00am EST PROJECT INFORMATION: Project No.: 658-22-101 Project Title: Replace Nurse Call Place of Performance: Salem VA Medical Center (VAMC), 1970 Roanoke Blvd, Salem, Virginia 24153 A/E SCOPE OF WORK PROJECT NO. 658-22-101 REPLACE NURSE CALL VETERANS AFFAIRS MEDICAL CENTER SALEM, VA 24153 1. General Description of Services: Provide professional engineering services to include option analysis, investigative surveys and reports, planning, design, consulting, preparation of contract drawings, specifications, cost estimates and construction period services as required for Project 658-22-101 Replace Nurse Call at VAMC Salem, Virginia. 2. Project Description: The intent of this project is to evaluate options for expansion of Salem VAMC s existing Nurse Call System to ensure safe, reliable and efficient nurse call service to the Medical Center. AE shall provide a complete design package for advertisement for installation of a new Nurse Call system including post-award A/E Services. The nurse call expansion will include expansion of the existing Salem VAMC Nurse Call system into Primary Care Clinic 1, Primary Care Clinic 2, Primary Care Clinic 3, Woman s Health Clinic, and all specialty care clinics located on 2J, 2H, 3J, and 3H. Work includes removal of old systems and installation of new infrastructure, networks and devices to provide a complete and usable system. The new nurse call system shall be tailored to match the requirements of each specific patient area and shall be designed in accordance with VA design criteria. The new nurse call system shall be fully compatible and be integrated with the Salem VAMC s existing Jeron 790 system. 4. Construction Amount: The project is to be designed within an estimated base construction cost of $2,160,000 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 of work and all applicable Department of Veterans Affairs (VA) standards, specifications, and other criteria referenced herein 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. At a minimum, the following references 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 is responsible for field verification of all facility record drawings. 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) software for the design of this project design as prescribed in the 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 technology and produce a 3D BIM LOD 300 Model. This model shall serve as the base model for development of the project design by the AE. The following deliverables 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: New construction and applicable renovations shall 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 federal energy conservation requirements and goals applicable to VHA projects. 9. Deductive Alternates: AE shall ensure the project design includes a minimum of 3 and maximum of 5 viable deductive alternates equal to approximately 20 percent of the projects construction cost to ensure construction award within program budget limitations. The number of deductive alternates shall be a minimum of two. 10. Construction Estimate: AE shall provide an estimate of construction project costs for all work required for the base bid and the bid alternatives. Cost estimates shall be revised for each design submittal. AE shall prepare cost estimate in accordance with the VA s Manual for Preparation of Cost Estimates & Related Documents for VA Facilities. 11. Construction Schedule and Phasing Requirements: The A-E will develop and submit for review a schedule for construction, as a part of each design submittal phase. The schedule shall be task oriented, indicating the number of calendar days, after Notice to Proceed, by which milestones are to be achieved. The critical path Method (CPM) of network calculation shall be used to generate the construction schedule. The schedule will be a network analysis and will be based on the technical and contractual requirements of the contract and estimated construction durations of the project. The schedule will clearly show the critical path for the overall completion of construction. All activities shall have an estimate of the average number of workers per day that are expected to be used during the execution of that activity. AE shall submit a phasing narrative and phasing plan(s) with each design submission as prescribed in Program Guide, PG-18-5, Volume C. 12. 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. 13. Deliverables: Quantities of design review materials for each design submission are provided below. Schematic Design, Design Development, and Construction Document Submissions: One (1) set design drawings, complete set bound with all disciplines, Arch D (24 x 36) size. One (1) set design drawings, separated and bound by each discipline, Arch D (24 x 36) size. Three (3) sets design drawings, complete set bound with all disciplines, Arch C (18 x 24) size. One (1) hardcopy copy, edited/marked-up VA Master Specifications of each discipline with VA Master Specification Table of Contents. One (1) hardcopy, Cost Estimate One (1) hardcopy copy, AE Preliminary Schedule One (1) hardcopy, design narratives and investigative reports. One (1) Electronic copy on CD, BIM Model and Drawing Files in BIM Software format. One (1) electronic copy of all design deliverables listed above 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/hardcopy 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: All deliverables shall be provided as specified in the schedule of deliverables provide below. The total contract duration for this project is 203 calendar days from issuance of NTP. All dates are subject to change based on actual issuance date of NTP. AE shall submit a schedule not to exceed 203 calendar days within 21 calendar days following issuance of NTP. Schedule shall include at a minimum all activates and/or milestones listed in the sample schedule below. The A/E shall provide monthly progress schedule updates throughout the design process. The selected A/E must be able to deliver on this timeline. AE Project Schedule of Deliverables Task Name Duration NTP 0 days Design Charette* 14 days Schematic Design 42 days VA Review 21 days Schematic Design Review Meeting 1 day Design Development 30 days VA Review 21 days Design Development Review Meeting 1 day Construction Document Development 30 days VA Review 21 days Construction Document Review Meeting 1 day Final Construction Documents 21 days Total Duration 203 days Notes: Durations provided above are shown in calendar days. Design Charrette shall be scheduled within 14 calendar days following receipt of NTP. 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, reproducible hard copy as-built plans, Arch E1 (30 X 42 ) One (1) electronic copy on CD-ROM, as-built drawings in AutoCAD format, current release. One (1) electronic copy on CD-ROM, complete Building Information Model. INSTRUCTIONS TO OFFERORS FOR PROPOSAL PREPARATION THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD BUT WILL BE DEEMED INCORPORATED BY REFERENCE. GENERAL INSTRUCTIONS: All proposal preparation cost will be the sole responsibility of the Offeror. The Government will not reimburse any firm for their proposal preparation cost. Technical proposals of each offeror will be evaluated independently. All copies shall therefore be labeled with the offerors name, business address, and VA Solicitation Number. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). The offer shall consist of two separate parts: Part I - TECHNICAL CAPABILITY Part II PAST PERFORMANCE (b) SPECIFIC INSTRUCTIONS 1. PART I - TECHNICAL PROPOSAL - Submit original and two (2) copies and 1 CD. Professional Qualifications, Design Schedule & Experience shall be limited to no more than 15 pages total. The Design Quality Control plan shall be limited to no more than 10 pages total. Format as follows: TAB A: General Information Cover page with Solicitation Number and Project Title Table of Contents Company information to include: DUNS Number, Cage Code, Tax ID Number, Principle points of contact with addresses, phone numbers and email addresses. TAB B: TECHNICAL CAPABILITY (Evaluation Factor 1) Specialized Experience and Technical Competence Sub Factor 1 Professional Qualifications Sub Factor 2 Capacity - Sub Factor 3 Knowledge of the Locality Sub Factor 4 Design Quality Control Plan Sub Factor 5 Experience in Construction Period Services Sub Factor 6 PART II PAST PERFORMANCE Past Performance Questionnaires: The Government will evaluate the quality and extent of offeror s performance deemed relevant and recent to the requirements of this solicitation. (c) GENERAL INFORMATION Pages exceeding the page limitations set forth will not be evaluated and will be removed from the proposal. Format for proposal Part I & II shall be as follows: A page is defined as one face of an 8 ½ x 11 sheet of paper containing information. Typing shall not be less than 12-point font. The Offeror, separately (but included in the same sealed envelope) shall submit an original, TWO IDENTICAL COPIES (including any colored images, tabs, etc.) of a detailed technical proposal in a format that clearly addresses the technical evaluation factors below. You shall also submit your technical proposal on a CD. Each response shall address each factor in the sequence listed and clearly identify which factor is being addressed. There shall be no mention of costs in the Technical Proposal. Proposals shall be submitted in a sealed envelope and delivered to the address below by or on the set forth due date: Salem VA Medical Center Attn: Bryant Guerrant 1970 Roanoke Boulevard Building 74, Rm 211 Contracting Salem, Virginia 24153 FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this Medical Facility: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth- 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December Any other Federal Holiday granted by the President of the United States 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. 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: PART I TECHNICAL CAPABILITY The following criteria will be used to by a selection board to determine the most highly qualified firms in respect to their technical capability. Technical capability will be evaluated based on the following factors: 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 maximum of five (5) example projects may be submitted for consideration under SF330, Part I, Section F. Example nurse call and low voltage project designs and construction period services completed within six (6) years of solicitation closing date. 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. 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. 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. 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. PART II PAST PERFORMANCE The following criteria will be used to by a selection board to determine the most highly qualified firms based on a firm s past performance. Past Performance (FAR 36.602-1(a)(4)). The Government will evaluate the quality and extent of offeror s performance deemed relevant and recent to the requirements of this solicitation. PART I TECHNICAL CAPABILITY First, the technical capability of all offers will be evaluated on an adjectival basis. Sub-factors will be weighted equally, and all areas must have at least a satisfactory rating. Evaluators shall assign a rating from the following table based on the minimum requirements stated in each sub-factor section. 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 Specialized Experience and Technical Competence CRITERIA: This factor will evaluate the Offeror s technical competence, based on successful completion of projects, in the production of nurse call and low voltage designs and construction period services. 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 (nurse call and low voltage project designs and construction period services completed within six (6) years of solicitation closing date; minimum threshold 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 2 Professional Qualifications CRITERIA: This factor evaluates the Offerors specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. MINIMUM STANDARD OF ACCEPTABILITY: The Offeror must provide the resumes for the following Key Personnel purposed for assignment to the project: 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. Electrical Engineer: 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. 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 3 Capacity CRITERIA: This factor will evaluate the Offeror s ability to perform the study, 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, preparation and subsequent approval 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 specify the total volume of work awarded to the firm within twelve (12) months of solicitation closing and provide a proposed design schedule not to exceed 365 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 indicate appropriately the percentage of work scheduled for completion by any given date during the performance period. In addition, the schedule must be submitted in the Microsoft Project format. Offerors should only include the work elements necessary to complete the required work. It is the Offeror s responsibility to identify all necessary project/work elements and the proposal adequately identifies acceptable critical path elements. Sub-Factor 4 Knowledge of the Locality CRITERIA: Identify example projects that demonstrate the firm s knowledge of the locality (i.e. Salem VA Medical Center). MINIMUM STANDARD OF ACCEPTABILITY: The minimum standard of acceptability is met when the Offeror provides: Firms shall demonstrate knowledge of localities per example projects. Knowledge of the VA VISN 6 service area will hold much higher weight and evaluated more favorably than projects outside the VISN 6 service area. General understanding of the local conditions, including physical environment, local engineering criteria, and construction methods will be evaluated. The following key personnel resumes shall also be evaluated for knowledge of localities: Project Manager, Electrical Engineer. The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), Section F (Example Projects), and Section H (Additional Information) that provides additional information describing same/similar qualifications as deemed relevant to performance at the Salem VA Medical Center. Sub-Factor 5 Design Quality Control Plan CRITERIA: The plan shall identify personnel, design review procedures, site investigation/confirmation of existing conditions plan, and forms to be used. A finalized, more detailed Design Quality Control Plan (QCP) will be required to be submitted and approved after contract award. MINIMUM STANDARD OF ACCEPTABILITY: The minimum standards of acceptability are met when the Offeror provides: A description of the quality control system, including a chart showing lines of authority and acknowledgement that the Design Manager shall implement control measures for verification of all design activities. The names, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned as Design Quality Control (QC) manager. Any replacements must have similar qualifications in dealing with projects of similar size and scope. Sub-Factor 6 - Experience in Construction Period Services CRITERIA: Identify example projects that demonstrate the firms experience providing construction period services. Offerors 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. 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 of similar contracts in size and scope for which construction period services were provided. The contractor shall send out the enclosed past performance questionnaires to the applicable party for each example project. The Government will evaluate the quality and extent of offeror s performance deemed relevant and recent to the requirements of this solicitation. The references must return the survey directly to the Government Contract Specialist listed on the survey via email. PART II PAST PERFORMANCE Next, the Government will evaluate 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. As with technical capabilities, the firms will be evaluated with an adjectival rating system. 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. NOTE: Offerors with no relevant past performance history will not be evaluated favorably or unfavorably on past performance and will be given a neutral rating. CRITERIA: Offerors must provide a minimum of three (3) and a maximum of five (5) references of their choice of projects of similar contracts in size and scope. 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 questionnaire included in Attachment A must be completed for all references. 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. 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 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.

100 EMANCIPATION DR  HAMPTON , VA 23667  USALocation

Place Of Performance : 100 EMANCIPATION DR HAMPTON , VA 23667 USA

Country : United StatesState : Virginia

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode C1DAARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES