The RFP Database
New business relationships start here

526-15-113 Renovate ICU


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 Number 526-15-113 Renovate ICU. This Project will design a complete and fully functional ICU at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

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 $7.5 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2017. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vendor Information Pages (VIP) (www.vetbiz.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 VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns . In order to assure compliance with this clause, all firms submitting a SF 330 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).

LOCATION
This Project will design a complete and fully functional ICU at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

SCOPE OF SERVICE REQUIRED
A/E will supply all labor, materials and services to include but is not limited to Architectural Specifications, electrical, plumbing, mechanical, clinical, structural, Value Engineering, progress phasing scheduling and estimating as well as other design considerations, to design for a complete and fully functional ICU. Design will include but is not limited to the following:

Modify ICU

Modify 8C ICU ward as necessary inclusive of ICU entrance, staff lounges, staff locker rooms, on call rooms, sleeping quarters, 20 patient beds rooms, offices, conference rooms, nurses station, storage rooms, linen rooms, medical supply, defibrillator crash carts, computer stations, clinical monitors, ABG rooms, etc.
This project is not a total renovation. Design for as minimal renovation and utilize existing walls, layouts as much as necessary to minimize downtimes and keep costs down. ICU has a lot of portions in reusable shape.
Renovate existing Waiting room. Modify space for efficient waiting room and corresponding offices. Look into possibility of interconnecting corridor between offices. Include all television and furniture layout.
Install intercom in waiting room for staff to communicate with family/visitors from ICU nurses station or reception area.
All office area to be as per VA design guide space criteria. Utilize as minimum criteria.
Replace existing nurse call system with hospital standard and tie into existing centralization network. Install most up to date Nurse Call system. Turnover of each area to service for each phase is to have functioning nurse call system and staff trained.
Ceiling tiles to be reused as possible except for patient rooms.
Patient rooms are to have more of a comfortable home environment as possible.
Sky Factory or equal digital scenery changing panels to be installed in each patient room, waiting room, ICU hallways and bereavement room. To be installed on patient walls or appropriate open equivalent space.
All sliding doors to be completely removed and replaced. No curtains to be used. Look into concept of E-glass, black out glass, or similar for privacy.
Add new bathrooms for patient rooms 10 and 11.
Negative pressure rooms 8, 9, 12 & 13 will remain negative pressure rooms but the replacement doors must have proper seals to properly maintain negative pressure while doors are closed.
Make rooms 10 and 11 isolation rooms with anitroom before going into the patient room. Patient room to be negative pressure. Install all required mixing boxes.
Utilize x-ray spaces before patient rooms of 10 & 11 for antirooms.
Connect to existing exhaust fan and duct for room 10 & 11 if possible. If this is not adequate, look into designing extra exhaust fan for 10 & 11 and making new exhaust duct to roof. If duct has to be installed, use path which such as MER rooms which will not inconvenience office or equivalent spaces.
Install ball and tube indicator for four existing negative pressure rooms and 2 new isolation rooms.
All existing bathrooms to be completely renovated.
Bathroom in Physicians suite to have another entrance door built leading to on call room. Exiting entrance door to remain. Shower to be built in bathroom as well.
Installation of regular walls instead of glass inside the patient rooms. Reduce exiting glass between rooms to smaller glass panel.
Replace all glove boxes with new more appealing boxes.
Look into the possibility of installing bed pan washers in each patient room or as much as technically possible in the area.
Design for space of label maker in each room.
Allocate efficient space for garbage cans using methods such alcoves, recessed walls, etc.
Change all flooring with infectious control ratings. Look into concept of Epoxy or Stonehard floor or equal for patient care areas. Waiting rooms, Bereavement rooms can be wood vinyl tile.
Appealing and space efficient storage cabinets by sinks. Cabinets and storage bins to have locks.
All countertops for the entire area to be replaced with Corian.
Sink countertops to be changed.
Nurses station countertops to be changed. Reinstall all outlets, IT connections as necessary.
Sinks to have sensors and to eliminate touching sink for better infection control.
Lights to have dimming capabilities and other lighting methods for better comfort for patients.
Look into options for lights to turn off upon staff, family leaving, etc. leaving patient room.
Look into reusing Arjo lifts in patient rooms as they were just installed.
Look into reusing cameras to Nurses Station for clinical monitoring. Replace and/or modify as necessary.
Linen closets to be accessed from inside patient rooms and outside corridors. With as much storage space as possible. Top half to be used for linen and bottom half to have drawers for isolation PPE. Drawers are to be opened from the corridor.
Un-utilized sinks in computer bays by patient rooms to be removed.
Install eye wash stations and water fountains as necessary. Look into concept of duel stations with eye wash and water fountains.
Phones to have minimal noise as possible. (Coordinate with in-house IT as they may have to provide phones)
All rooms to have new flat screen TVs. Flat screen monitors to be furnished by VA. Specify type flat screen monitor for VA to purchase.
Provide all necessary connections for the TVs to properly function. Show all electrics, cable TV, nurse call wiring hook up configurations as necessary for new flat screen monitors to fully function.
Contractor to install the electrics for all TVs in each patient room and provide conduit, cable, trey , etc from nearest cable splice box to each television.
Design or note for contractor to determine with existing Nurse Call provider for specific wiring adapter for the existing nurse call system which the TV will need for pillow speaker to properly operate TV volume, channels, etc.
Ohio panels to be removed and replaced with booms with gas connections, outlets, all other utilities currently existing, etc. Booms to have exterior cover that is not prone to deterioration or rusting. Booms must not corrode due to use of cleaning chemicals.
Look into installing new dialysis connections made of a new durable material other than plastic to prevent possible breaks when the machine is moved.
Methods to prevent sewage backups from bathrooms and sinks into ICU.
Modify AHU as necessary to meet HVAC air exchanges and requirements for an ICU.
Utilize existing four negative pressure rooms. Install ball and tube indicator for these four rooms.
Install new temperature regulators in each room.
Design for more patient bathrooms as possible.
Replace all locker rooms for men, women, nurses, residents, etc. Make utilization of space and benches more efficient.
Replace staff lounge and dining rooms and make it more functional. Install new kitchenette and new countertops. No Formica.
Replace staff shower rooms for male and female.
For staff lounge, dining area, locker room, shower room install door with pre-installed electric wiring for electric locks and keypads with no batteries to be utilized for easier maintenance.
Supply room by staff lounge has lead lined walls. Walls are to be reutilized.
Central nurse s core to be renovated and overall concept utilized inclusive of linen rooms, ABG rooms, medical supply, X Ray if necessary, housekeeping room, etc.
Eliminate X Ray rooms space as much as possible to make room for fellows and grievance rooms.
Space for charts, assignment boards, binders, manuals, logs, etc at core area. Assignment boards to be electronic.
New hand rails and cove bases.
Current Sleep lab will remain. Adjacent office will be made to be a part of the main sleep lab space for storage of sleep lab materials, equipment, etc.
Make current on call space into 3 on call rooms. Currently it is split into 2 rooms. One large section and one small section. The small section will stay as is and the larger one will be split into 2 sections. Renovate this entire space inclusive of bathroom.
Install intercom system from nurse s core to visitor waiting area.
Modify clinical alarms as necessary. Look to utilize present concept and system as much as possible.
Allocate defibrillator crash cart spaces in common core area for both sides of ICU.
New offices for all staff (Only within ICU core).
Design for phasing to minimize impact to ICU. Half of ICU to operate at all times.
Minimize visitor waiting room space as present one is too large. Utilize space for possible offices.
Install glass doors for ICU entrance.
ABG room with space for associated equipment and personnel to comfortably work.
Existing room 8C-27 specific use to be determined by user and overall design team during design.
Efficient space for computer bays for nurse use by patient rooms as existing layout.
Minimize lighting from Nurses station and core area to patient rooms as much as possible.
Dedicated room for housekeeping to clean specialized equipment.
Consolidate offices in one area as much as possible to make room for ICU functions and needs.
Renovate for new conference room. Install Sharp Aquos Board Interactive Display System or equal in conference room. Install all necessary IT Cat 5 or 6 and electrical needs.
Interactive Display System must have the following:
60 in diagonal measurement.
Be a Smartboard screen display with multi-touch abilities
LED backlit flat panel
1080p display
Include at least one HDMI input, one DVI input, one VGA input

The wall mount for Interactive Display system must have the following:
Be ultra-slim design
Able to mount a display with a measurement of 46
Able to support a max load of 250 lbs.

Efficient space for oxygen tanks and standing machines not to take spaces.
Dedicated room for SPD supply, specialty items, IV supply. Medication, and supplies sensitive to specific temperatures to be put into specific temperature rooms with thermostats and temperature alarms.
All supply rooms to be installed with more efficient cabinets, shelving, etc.
Make existing medication rooms more efficient for storage of medical supplies. Room dimensions will remain the same.
Design for new furniture layout in offices, conference rooms, bereavement rooms. Furniture to be provided by VA.
Non-movable furniture such as cabinets, storage, nurses stations, countertops, etc will be furnished by contractor.
Any bear steel beams found to be fireproofed with spray on fireproofing utilizing Hilti or approved equal. Designer to verify this as much as possible in an active ICU.
Reinstall PA system speakers and all other equipment not being removed in this project.
Repaint entire area. Utilize hospital standard of Benjamin Moore.
Change all doors with fire rated doors as per NFPA 101.
All locks to be Stanley best locks. All offices to have storeroom functions. Supply, staff areas to have electric keypad locks with preinstalled electric wiring.
Look into the concept of possibly using copper hardware or hardware that has an infection control consideration.
Reinstall Johnson Control system as necessary unless determined to remove completely in ICU area.
Utilize existing electrical panels for life safety, essential equipment, critical and normal loads.
Include notes and methods as possible to reduce noise and vibration as ICU will still be around construction site.
Include notes for PPE equipment and OSHA certification requirements for all workers on construction site.
Utility shutdowns to be isolated to area of work only. Medical Center and/or other areas not to be affected.
Notes to coordinate with project engineer and in-house trades shops for sprinkler shutdowns, electrical, water, sanitary, HVAC, welding and cutting etc a week prior to shutdowns.
Create drawing for and notes for rigging in new equipment and old equipment away.
Provide common, path of egress, dead ends, smoke barriers walls, fire ratings, etc drawings for life safety.
Provide infection control drawing as per VA and in-house policies. Label group and risk. Clearly state requirements of contractor on drawing. Provide clear path for removal of debris.
If any work has to be done in an active location contractor is to use mobile enclosed tent or plastic enclosure to prevent and/or minimize the spread of dust and other germs by opening the ceiling tiles to install system.
Include training for any possible new equipment for medical staff and maintenance staff.

B) All design to be done as per VA specifications, NFPA 99, 101, NEC, VA design manuals, ANSI/TIA and BICSI standards.
C) Coordinate all construction with Project Engineer prior to start of work.
D) All penetrations made during installation around wiring, conduits, junction boxes, pull boxes; pipes, etc must be sealed with Fire Sealant Caulking and/or materials. Hilti fire sealant is hospital standard.
E) Provide patchwork, paint, replacement of ceiling tiles, etc to any area destroyed during construction. All materials must match existing type.
F) Any drawings provided by the Government are for reference only and it is the responsibility of the contractor to field verifies all drawings, installation methods and dimensions for accuracy.
G) Must clean construction site on a daily basis.
H) Contractor is to furnish all warranties, operation and service manuals for the job and new equipment prior to final payment. All warranties begin when approved and accepted by Bronx VA.
I) Contractor is responsible for securing the construction site, while maintaining the integrity of the Medical Center security.
J) Contractor must comply with all necessary James J. Peters Bronx VA Medical Center policies in regards to Security issues, Parking, Safety Procedures, Infection Control Measures, Construction Waste Management, Ethical Conduct, etc.

CONTRACT SECURITY
This contract involves VA sensitive information. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies.

COST RANGE
Estimated Construction Cost Range: Between $2,000,000.00 and $5,000,000.00.

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 are as follows:

ITEM DATE
Receive Notice to Proceed from (NTP) TBD

Deliver 35% Schematic Review material 30 Calendar days from NTP

Review 35% Schematic Material 40 Calendar days from NTP

Deliver 65% Design Review material 70 Calendar days from NTP

Review 65% Design Material 80 Calendar days from NTP

Deliver 95% Design Review material 110 Calendar days from NTP

Review 95% Design Material 120 Calendar days from NTP

Deliver 100% Final Review material 150 Calendar days from NTP

Review 100% Final Material 160 Calendar days from NTP

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
The Department of Veterans Affairs shall evaluate each potential contractor in terms of its

Required
Criteria
Weighting
X
Professional qualifications and disciplines of all assigned staff proposed for the satisfactory performance of required services.
20
X
Examples of specialized experience and technical competence in various disciplines required for specific project.
10
X
Capacity to Accomplish the work in the required time. Ability to respond to all correspondence in a timely manner. What techniques are used to meet keep project on schedule?
10
X
Past experience and performance on government contracts.
5
X
Proximity of firm or working office providing professional services to the facility.
10
X
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
5
X
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
5
X
Volume of VA work within the past 12 months based on fees received.
10
X
Qualifications and performance of sub-consultants proposed for the project.
2.5
X
Cost control capabilities and level of estimating effectiveness including specific examples. What techniques are used to control cost?
5
X
Current projects being performed for government agencies, health care facilities (including psychiatric) and private industry.
2.5
X
Computer capabilities, including drawings on AutoCAD 2013/2014 and specifications on Microsoft word using the VA Facilities Management Master Specification Format.
5
X
Proposed management plan for the design phase and construction phase
10
`
Total
100.0%

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 (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members 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;

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
Specialized 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.

CAPACITY
This factor evaluates ability of the AE Structural 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:
A-E Contractor Appraisal Support System (ACASS),
Contractor Performance Assessment Report System (CPARS), or
Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.
If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects.

A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Richard Adu via email at Richard.Adu@va.gov prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations shall be attached to the SF330, behind the SF330 Part II document.

LOCATION
The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is
an evaluation criteria.
v. This distance is determined according to http://maps.google.com/
vi. This factor evaluates the distance the AE firm's design office or offices lies from the
location of work. Please provide the address (es) and distance of your closest office to
the address listed below.

ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA.

LIMITATIONS
VA NOTICE OF TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service Disabled Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

SUBMISSION REQUIREMENTS
Qualified Service Disabled Veteran Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from (www.gsa.gov/forms) and Two (2) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than Monday March 20, 2017 at 3:00 PM, EST, including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Richard Adu (10N2NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904.
The submission must include an insert detailing the following information:
1. Dun & Bradstreet Number;
2. Tax ID Number;
3. The e-mail address and phone number of the Primary Point of Contact and;
4. A copy of the firms CVE verification as a Veteran Owned Small Business.
The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Richard.Adu@va.gov; telephone inquiries will not be honored.
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.
ATTACHMENT 1 - PAST PERFORMANCE QUESTIONNAIRE AND COVER LETTER

Complete one set of letters and forms for at least three projects identified in your firm s Section F of the SF 330, which will 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 Questionnaire
FROM: [Insert Company Official Name, Title, and Company Name]
SUBJECT: Past Performance Questionnaire for Contract(s):
[Insert Company Name] is currently responding to the Bronx NY VA Medical Center s request for SF 330, Architect-Engineer Qualifications for the Renovate ICU . 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 the Bronx NY VA Medical Center 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 Monday March 20, 2017 at 3:00 PM, EST directly to the VISN 2/Network Contracting Office (NCO) Contracting Officer. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail.
Richard Adu
Contract Specialist
VISN 2 Networking Contracting Office (10N2/NCO)
James J. Peters VA Medical Center
130 West Kingsbridge Road Room 9B-67
Bronx, New York 10468
Email: Richard.Adu@va.gov

The 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 2 NCO point of contact identified above.
Thank you,
[Insert Company Official Name and Title]







A. GENERAL INFORMATION
A-E FIRM TO BE EVALUATED:
Firm Name: ________________________ Telephone: __________________________
Address: __________________________ 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 o Prime Contractor o Sub-Contractor/Consultant/Team Member

Percent of work performed by A-E Firm: Other (Please describe) __________________
B. EVALUATOR INFORMATION:

Evaluator s Company or Agency
Name: ____________________________ Evaluator s Name: _____________________
Address: __________________________ Title of Evaluator: _____________________
__________________________ Telephone: __________________________
__________________________ E-mail: ______________________________
__________________________


C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO:

Richard Adu
Contracting Specialist
VISN 2 Networking Contracting Office (10N2/NCO)
James J. Peters VA Medical Center
130 West Kingsbridge Road, Room 9B-67
Bronx, New York 10468
Email: Richard.Adu@va.gov
















D. PERFORMANCE 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.




A-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.

Item


FACTORS TO BE RATED
Exceptional (5)
Very Good (4)
Satisfactory (3)
Marginal (2)
Unsatisfactory (1)
N/A

Design 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/team






5.
A/E s effectiveness and responsiveness in interfacing with the Client s staff






6.
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)

YES


NO


Number 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)



Item
COMMENTS

Richard Adu

richard.adu@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP