C--Project #689-15-104 Tunnel Yard Drain AE Services Amendment 0001

expired opportunity(Expired)
From: Federal Government(Federal)
VA24117R0300

Basic Details

started - 10 May, 2017 (about 7 years ago)

Start Date

10 May, 2017 (about 7 years ago)
due - 09 Jun, 2017 (about 6 years ago)

Due Date

09 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
VA24117R0300

Identifier

VA24117R0300
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs
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.

Page 9 of 12THE PURPOSE OF AMENDMENT VA241-17-R-0300 A00002 IS TO CORRECT THE NAME OF THE PROJECT, NAICS CODE AND THE DUE DATE TO June 9, 2017. THIS PROJECT IS SET ASIDE FOR SDVOSB/VOSB THE NAICS CODE IS 541330 AND THE BUISNESS SIZE STANDARD IS 7.5 MILLION. ALL OTHER INFORMATION ALL OTHER TERMS AND CONDITIONS IN THE SPECIAL NOTICE REMAIN THE SAME.SPECIAL NOTICE REQUEST FOR QUALIFICATIONS (SF-330)NAICS Code: 541330 Professional, Scientific, and Technical Services; 541330 Architect Engineering Services (Small Business size standard of $7.5 million dollars average annual gross revenues for the past three fiscal years)INTRODUCTION:The Department of Veterans Affairs Medical Center (VAMC); NCO 1 Contracting, West Haven, CT is requesting qualification statements from Architectural and Engineering Firms for a complete design package for construction of Tunnel Yard Drain Refurbishment, Project Number 689-15-104 to include the confirmation of existing conditions, investigate field conditions,
develop conceptual layouts and configurations as well as providing complete documents for presentations and design reviews.CONTRACT INFORMATION:NCO 1 intends to accomplish a firm fixed price contract as a result of this call for qualifications. The selected A/E firm shall provide services in accordance with FAR 2.101 definition of "Architect-Engineer services" as defined in 40U.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for a complete design package. This acquisition is a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside in accordance with VAAR 852.219-10 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the VETBIZ Vendor Information Pages (VIP www.vip.vetbiz.gov). VETBIZ will be used to determine SDVOSB Status therefore firms need to be registered with the applicable NAICS Code as 541330 at the time SF330 s are submitted. The total contract duration will be 195 calendar days from notice of award. The estimated magnitude of construction costs for this project ranges between $500,000.00 and $1,000,000.00. Prospective firms are reminded that in accordance with FAR 52.219-14 and VAAR 852.219-10, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract.THIS IS NOT A REQUEST FOR PROPOSAL:This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued.PROJECT INFORMATION: Provide full A/E Professional Services for survey, site visits, design development, construction documents, specifications, cost estimates and construction period services to correct the failed water infiltration for the Tunnel Yard Drain Refurbishment (Project # 689-15-104) at the West Haven VAMC, 950 Campbell Avenue, West Haven, CT 06516, and includes complete detailed designs for construction of recommended specific improvements within the limits of this project budget. Specific utility focus shall include investigation of the drain system and if a refurbished or new system is required to resolve the water infiltration issue in the tunnels. A/E(s) signing drawings must be licensed.EVALUATION SELECTION CRITERIA:Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order of importance will be as follows:Professional QualificationsReputation & Standing of FirmSpecialized Experience/Technical CompetenceTeamworkCapacityPast PerformanceCapability and commitmentLocationSELECTION CRITERIA DESCRIPTIONS:The selection criteria descriptions (1 through 8) are provided below.PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICESProvide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. In addition, provide resumes of other relevant team members or frequent subcontractor who will perform technical tasks under this contract including their record of working together. 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 three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. All proposed team members and supervisors shall have the minimum education, training, and experience as is normally expected of a company actively providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center Hospital.Additionally, the firm shall address the criteria for meeting the Limitations on Subcontracting.REPUTATION AND STANDING OF THE FIRM AND ITS PRINCIPAL OFFICIALSDocumentation supplied should allow the evaluation team to assess this factor with respect to professional performance, general management, and cooperativeness.SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCESpecialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.This factor evaluates the amount of experience the AE firm has in designing similar types of Tunnel/Yard drain systems and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm's experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Emphasize any specialized experienced the firm has in Tunnel Yard drain systems refurbishments or implementation plans (preferably at the VA or in a hospital environment.)TEAMWORKDocumentation supplied should include specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working together as a team.CAPACITYThis factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project 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; and any impact that may have on taking on absorbing a new project the scope of this Tunnel Yard Drain System design project.Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and if that workload would adversely impact a new project the scope of this Tunnel Yard Drain System design one, then demonstrate how the firm intends to increase its workload capacity to complete this project.PAST PERFORMANCENCO 1 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 Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice.Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract.Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities.Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non- Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state.Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired.Past Performance Questionnaires (Attachment 1 to this Notice):Respondents shall complete Section A (General Information) of the Past Performance Questionnaire and provide it to NCO 1 representative as part of the SF 330 submittal package.Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) identified in its SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract . Sections B through D of the questionnaire shall be completed ONLY by the contract customer.The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO 1 by the SF 330 submittal package due date identified in the Notice.Past Performance Questionnaire sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s contract customer.The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses.The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to NCO 1 at the address listed in this Notice, no later than the SF 330 submittal package due date designated in this Notice.E-mailed Past Performance Questionnaire Sections B through D is preferred from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail.Respondents are notified that NCO 1 may use any additional sources of information (such as, but not limited to the Architect-Engineer Contract Administration Support System (ACASS) or the Army Corp of Engineers central database of past performance) available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation.CAPABILITY AND COMMITMENTThe capability and commitment to provision accurate professional services during the construction period factor includes determining customer satisfaction, project cost, and meeting project schedule by:Reviewing the firms record on timeliness in replies to RFIs, review of submittals & shop drawings, periodic construction inspections, and timely completion of as built drawings.Determining the accuracy of professional services through a review of the history of services support, value engineering and any deficiencies which may have resulted in additional costs to NCO 1.LOCATIONThe A/E Firm must be generally located in the geographic area of the West Haven CT VA Medical Center.Please provide the address and distance of your closest office.The A/E Firm must have general knowledge of the locality of the project.QUESTIONS AND COMMENTS:Questions and comments regarding this notice must be submitted by email only to the Contract Specialist Chantel Guest at chantel.guest@va.govOral questions will not be answered.The deadline for questions is May 31, 2017 at Noon Eastern Standard Time.SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS:SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later than Noon on June 9, 2017.Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time.Qualified A/E firms are required to submit ONE (1) electronic copy via email to chantel.guest@va.gov, unless file size exceeds 7MB then firms are required to submit ONE (1) electronic copy via CD of their entire completed SF 330 packages to address outlined in Section K below.SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SFSubmission of information incorporated by reference is not allowed.Prospective firms shall address all selection criteria factors within their submitted SF 330 package.Submissions are limited to 85 pages.Absolutely no photographs shall be submitted.Title pages and tables of contents, if applicable, are excluded from the page count limitation.Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 1.A page is defined as one side of a sheet, 81/2" x 11", with at least one inch margins on all sides, using not smaller than 12 point type. Foldout sizes count as an equivalent number of 81/2" x 11" pages. The metric standard format most closely approximating the described standard 8-1/2" x 11" size may also be used. This does not apply to the SF330 form.Telephone or Fax inquiries will not be accepted.SF 330 PACKAGE CONTENTS:The SF 330 submittal packages shall consist of a completed SF 330 parts I and II, specific information addressing each of the EIGHT selection criteria described in this Notice; the additional information required by this Notice and past performance questionnaire section A.Respondents are required to meet all requirements in addition to those identified as selection criteriaSF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration.Any SF 330 submittal package, modification, or revision, that is received at the designated NCO 1 office after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and There is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or It was the only submittal package received.SF 330 PACKAGE PREPARATION:Qualified A/E firms are required to submit ONE (1) electronic copy via email to chantel.guest@va.gov, unless file size exceeds 7MB then firms are required to submit ONE (1) electronic copy via CD of their entire completed SF 330 packages to address outlined in Section K below.SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Electronic copy shall be in searchable PDF format of the SF 330 parts I and II, questionnaire Section A and additional information requested by this Notice.A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9 digit zip code, phone number, e-mail address, DUNs number, date of response, title and Notice identification.Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference.A table of contents shall be provided for ready reference to sections and figures.SF 330 submittal packages shall be consistent with the following structure and formatted accordingly:SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONSSections A through DSection ESection FSection GSection HSection IQuestionnaire section A onlyOther additional information and attachmentsSF 330 PART II GENERAL QUALIFICATIONS(Note: Respondents shall clearly label additional information and attachments).SF 330 CD SUBMITTAL PACKAGE MARKING AND DELIVERY:If your SF 330 submittal package requires delivery on a CD, it shall be delivered to the designated submittal package receiving office by one of the following methods:U.S. Postal ServiceCommercial Delivery ServiceDelivery by company employee or other individual agentRegardless of the method of delivery chosen, the respondent is responsible for delivery of the submittal package to the designated receiving office no later than the date and time specified in the Notice.Submittal packages submitted by commercial delivery service or hand carried packages must be delivered to: Chantel Guest, Contract SpecialistVISN 1 Network Contracting Office (NCO1) VA Medical Center950 Campbell Avenue, Bldg. 11West Haven, CT 06516-2770E-mail: chantel.guest@va.govFAR and VAAR:The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: https://www.acquisition.gov/far/index.htmlATTACHMENTS TO THE SPECIAL NOTICE:Attachment 1 Past Performance Questionnaire and Cover LetterEND OF SPECIAL NOTICEATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTERComplete one set of letters and forms for each project identified in your firm s SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for This Contract. Additional space or blank sheets may be added to answer any question.Transmittal Letter to Accompany Past Performance QuestionnaireFROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s):[Insert Company Name] is currently responding to Department of Veterans Affairs (NCO 1) request for SF 330, Architect-Engineer Qualifications for a complete design of a Tunnel Yard Drain System. This Request for SF 330 s requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance.[Insert Company Name] is providing past performance data to NCO 1 relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract.The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by directly to the NCO 1 Contracting Office Contracting Officer. The requested data may be submitted by mail, but the preferred method is email to the Government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail.Chantel Guest, Contract SpecialistVISN 1 Network Contracting Office (NCO1) VA Medical Center950 Campbell Avenue, Bldg. 11West Haven, CT 06516-2770E-mail: chantel.guest@va.govThe information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 1 NCO point of contact identified above.Thank you,[Insert Company Official Name and Title]GENERAL INFORMATIONA-E FIRM TO BE EVALUATED:Firm Name: Address: Telephone: Email address: Point of Contact: Firm Cage Code: Firm Tax ID Number: Firm DUNS Number:Project Title:Description of Project:Description of A-E Firms Responsibilities:Contract Number: Dollar Amount: Contract Period of Performance:The A-E Firm performed as the Prime Contractor/Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) Page 10 of 12EVALUATOR INFORMATION:Evaluator s Company or AgencyName: Address: Evaluator s Name: Title of Evaluator: Telephone: E-mail: SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO:Chantel Guest, Contract SpecialistVISN 1 Network Contracting Office (NCO1) VA Medical Center950 Campbell Avenue, Bldg. 11West Haven, CT 06516-2770E-mail: chantel.guest@va.govPERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary.Exceptional (5)Very Good (4)Satisfactory (3)Marginal (2)Unsatisfactory (1)N/A-Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective.-Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective.-Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems.Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective.-Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions.-Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective.-Not applicable or rater has not observed performance in this area.Page 12 of 12A-E FIRM S NAME: PROJECT NAME: Contract Period of Performance: Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc.Place an X in the appropriate column using the definitions matrix on page 4.ItemFACTORS TO BE RATEDExceptional (5)Very Good (4)Satisfactory (3)Marginal (2)Unsatisfactory (1)N/ADesign Services:1.Overall skill level and technical competence of A/E s personnel.2.A/E s ability to identify and resolve design issues expeditiously.3.A/E s responsiveness to design review questions.4.A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team5.A/E s effectiveness and responsiveness in interfacing with the Client s staff6.Overall accuracy, completeness and coordination of final design documents. (Quality)7.A/E s ability to provide detailed, accurate cost estimates.8.A/E s ability to meet contract schedule.Follow-On Construction Support Services:9.Thoroughness and timely review of construction submittals.10.Timely resolution of construction design issues.11.Overall quality, responsiveness and timeliness of A/E follow-on construction support services.LEED (If Applicable):12.Overall accuracy, completeness, timeliness and coordination of LEED documentation.13.A/E s ability and understanding of the overall LEED process.BIM (If Applicable):14.Overall accuracy, completeness, timeliness and coordination of BIM documentation.15.A/E s ability and understanding of the overall BIM process.Owner s Representative on Design/Build Projects (If Applicable):16.Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents.17.A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project.Overall:18.How would you rate the A/E s ability to control cost?19.How would you rate the A/E s overall management performance on this contract?20.How would you rate the A/E s overall technical/quality performance on this contract?21.Would you use this A/E again? (If No , please comment in the Narrative Summary)YESNONumber of A/E Design Errors & Omissions on Project:Increased Project Cost Due to A/E Design Errors & Omissions: CONTRACTOR S NAME: PROJECT NAME Contract Period of Performance: Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc.NARRATIVE SUMMARY (Use this section to explain any rating from the previous page)ItemCOMMENTS Contact Information: Chantel Guestchantel.guest@va.govchantel.guest@va.gov Office Address :U.S. Department of Veterans Affairs;West Haven VAMC;NCO 1;950 Campbell Avenue;West Haven CT 06516 Location: Department of Veterans Affairs Connecticut Health Care System Set Aside: N/A

Department of Veterans Affairs Connecticut Health Care SystemLocation

Address: Department of Veterans Affairs Connecticut Health Care System

Country : United StatesState : Connecticut

You may also like

CONTRACT FOR DESIGN SERVICES FOR THE PROJECT GAMBOA REFURBISHMENT OF FACILITIES BLDG 56.

Due: 30 Sep, 2030 (in about 6 years)Agency: SMITHSONIAN INSTITUTION

PROJECT 550-24-102 REPLACE AIR HANDLERS B102 AE

Due: 01 May, 2024 (in 11 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAISC: 541310 GSA CLASS CODE: C