The RFP Database
New business relationships start here

A&E IDIQ MATOC VISN22 (All VISN 22 Sites) This Acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Concerns Only!


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

SF 330 Announcement - VISN 22 A & E IDIQ - Amendment A0001

The purpose of this amendment to the Special Notice Announcement for the subject requirement is to extend the "Response Date" for the SF 330 package until October 17, 2018 by 2:00 PM AZ local time.
Additionally, the deadline for receipt of Past Performance Questionnaires has been moved to October 16, 2018 at 11:00 AM AZ local time.
A copy of the original announcement is attached as courtesy for all interested Service Disabled Veteran Owned Small Business concerns to ensure as many viable firms get an opportunity to be considered as possible.    
THIS IS A REQUEST FOR STANDARD FORM (SF) 330, NOT A REQUEST FOR PROPOSAL (RFP)


1.    North American Industrial Classification System (NAICS) codes are Architect or Architect/ Engineer Firms with an approved NAICS Code of 541310 which has a size standard of $7,500,000 in average annual receipts or 541330, Engineering Services, which has a size standard of $15,000,000 in average annual receipts. This announcement is being competed as a 100% Service-Disabled Veteran Owned Small Business set-aside (SDVOSB) only. Any resultant contract awarded in response to this request for SF 330 packages will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract to provide Architecture and Engineering (A/E) Services and expert consultant services related to: architectural design, construction administration services, building systems design, interior and exterior renovations, new building design, medical equipment installation, landscape design, space programming, mechanical engineering, electrical engineering, civil engineering, structural engineering, and fire protection engineering.


2.    A/E shall provide services that include: Development of Design Programs; Schematic Design, Design Development; Construction Documents Peer Review; Specialty Consultant; Constructability Review; QA/QC; Construction Submittal Review; RFP for Design-Build; Facility Condition Assessments; Electrical Studies; Design Services for Minor and Non-Recurring Maintenance Projects, Value Engineering; Commercial office building design, Commercial interior space planning, furniture design and layouts and signage and wayfinding. Drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, digital models to communicate concepts to users, physical space mock ups, and preparation of statement of work (SOW). A/E shall prepare site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services & reports, attend site visits, validation of clinical program workloads and related data (VA provided or other healthcare market analysis) as necessary to provide applicable design and construction solutions.


3.    The multiple award contracts are for licensed architectural, multi-disciplined engineering and design (A/E) services for the following types of projects:
•    facilities demolition
•    repairs
•    alterations
•    new construction
•    utility/infrastructure upgrades
•    leases


And contracts for all types of new and existing facilities including, but not limited to medical centers, hospitals, clinics, community based outpatient clinics, administrative/office buildings, training and education buildings, medical research facilities, community living centers, domiciliary, parking garages, central plants, support buildings, and campus infrastructure and utilities.
4.    Standards: Work will be prepared in compliance with VA/CFM standards, guidelines and criteria, such as PG 18-15 and Space and Equipment Planning System (SEPS), which can be found on the VA/CFM Technical Information Library (http://www.cfm.va.gov/til/index.asp) and the statement of work associated with each task order issued. Successful firms must be able to demonstrate experience and success in working with these standards, or similar system wide standards from other Federal, State, private healthcare systems or corporations.


5.    The location of the project sites are within VISN 22, the "Desert Pacific Healthcare Network." VISN 22 is split into two regional areas. VISN 22-Gilbert or East, is made up of all VA sites located in Arizona and New Mexico. VISN 22-Long Beach or West, is made up of all VA sites in Southern California. It serves nearly 2 million veterans residing in those coverage areas. It is supported by eight VA medical centers/health systems, one domiciliary, (58) Community Based Outpatient Clinics, (11) Outpatient Clinics, (30) Vet Centers and three Care Coordination and Referral Centers. The eight VA medical centers are identified below:


Arizona:        Phoenix VA Health Care System, Phoenix Arizona
Northern Arizona VA Health Care System, Prescott Arizona
Southern Arizona VA Health Care System, Tucson Arizona


New Mexico:    New Mexico VA Health Care System, Albuquerque, New Mexico


Southern CA:    Greater Los Angeles Health Care System, Los Angeles California
Loma Linda Health Care System, Loma Linda, California
Long Beach Health Care System, Long Beach, California
San Diego Health Care System, San Diego, California


6.    To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. Representations and Certifications must be completed electronically via this site as well. Register via the SAM Internet site at www.sam.gov or by contacting the SAM Customer Service at 1-866-606-8220. All firms will be required to comply with Veteran Affairs Acquisition Regulation 852.219- 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (http://www.va.gov/oal/library/vaar/vaar852.asp). Firms must also be registered in Veterans Information Page (VIP) database (https://www.vip.vetbiz.gov/) at the time of submission of SF 330. Firms who are either not listed in the VIP database or have expired registrations, will not be considered for award.


7.    CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (Public Law 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The VA anticipates awarding multiple SDVOSB set asides IDIQ A&E contracts for the described area of performance. Firm Fixed Price (FFP) contracts will be negotiated and awarded for a base period of performance of not to exceed 365 Calendar Days, followed by the award of up to four (4) one-year option periods, if exercised. The amount of IDIQ contract award and total contract capacity shall not exceed $15,000,000.00 per contract awardee over the life of the contract. If the capacity is exhausted before the five (5) year time frame, the respective IDIQ contract will be considered complete. The minimum guarantee amount shall be $2,500.00 for the life of the IDIQ award. The minimum will be paid if the respective contractor has not been awarded at least that amount prior to the expiration of the final awarded period of performance. The contract is anticipated to be awarded in 2018 and completed in 2023. Work will be issued by negotiated firm-fixed price task orders. Each task order will include the deliverable schedule. In accordance with FAR 52.216-19 - Order Limitations, the minimum order shall not be below $2,000 and the maximum single order shall not be greater than $1,5000,000. If remaining capacity falls below $2,000.00, the Government will consider the contract complete. Profit will be proposed, evaluated, and negotiated per task order.


8.    The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor, Wage and Hour Division, under the Service Contract Act Labor Standards, as determined relative to the employee's office location (not the location of the work). Also, in accordance with Executive Order 13658 the current minimum wage for certain Federal contractors are $10.15 per hour. Each respective offeror shall determine the place of their performance and indicate the address, to include the county, to ensure the Contracting Officer has the correct Wage Determination necessary for the performance of the contract.
Task Group 1 - Assessments
Pre-Construction Documents - Technical Studies:
Example of the tasks includes but not limited to: Preparation of studies involving systems evaluation. Reports on the inspections of VA facilities assessing site development, utilities investigations, Federal, State, and Local permit requirements and recommendations. Analyses of existing and selected systems also, including determining available capacity involving structural, electrical, and HVAC systems. Evaluation of equipment proposed for VA facilities. Development of cost comparison studies on building systems, renovation alternatives versus building additions versus new buildings. Develop time analyses studies of different phasing alternatives.


Deliverables: The Contractor will provide the Contracting Officer with one original reproducible and two copies of all reports developed within the task order. Delivery dates will be established by the Contracting Officer.


Facility Condition Assessments (FCA):


Example of the tasks includes but not limited to: Provide consulting, assessment, and inspection services utilizing experts skilled in appropriate technical areas necessary for the evaluation of existing VA facilities. (Reports will indicate all systems, conditions, life expectancies, etc.)


Deliverables: The end product will be reports, and data involving the investigation and evaluation of the VA facilities inspected.


Utility Studies:


Description of work to be performed: See link for description of services to perform: http://www.cfm.va.gov/ti l/aeDesSubReq.asp A/E design Submission Requirements, Site, Topographic, Utility, Landscape, and Soil Surveys Scope of Services.
Deliverables: Reports, studies and data development involving design, investigation and evaluation of the issues described above.
ASSESSMENT CONSULTING SERVICES


Example of the tasks include but not limited to: Provide assessment consulting services and technical studies on a wide variety of facility design and construction issues including seismic studies indoor air quality, national codes and standards review, cost estimating, facility operations, control of indoor air quality, impact of facility standards on building performance and facility life cycle, interoperability electronic standards for facility design, construction, operation, project documentation and construction management. Services may require on- site inspections.


Deliverables: Reports, studies, and data development involving design, investigation and evaluation of the issues described above.


Energy Analysis:


Example of the tasks include but not limited to: Perform analysis and provide studies of energy usage including electric, gas, steam solar or other systems utilized or proposed to be utilized in the assigned facilities and medical center complexes.


Deliverables: Reports, studies, and data development involving design, investigation and evaluation of the issues described above.


Façade Studies: Example of the tasks includes but not limited to: - Perform both non- destructive and destructive evaluations of existing and proposed building facades.
Special emphasis should be placed on methods used, determining longevity, thermal properties and description of aesthetic themes and intent.


Deliverables: Reports, studies and data development involving design, investigation and evaluation of the issues described above.


Seismic Studies:


Description of work to be performed:    Perform seismic research on the locations identified to indicate current seismic zones; analyze existing building structure for compliance with current seismic criteria. Determine needed improvements to meet current requirements and estimate cost of compliance. See guidance on the VA TIL website: http://www.cfm.va.gov/til/seismic.asp
Deliverables: Reports, studies and data development involving design, investigation and evaluation of the issues described above.
Infrastructure Assessment:
Description of work to be performed: Perform analysis of existing or proposed infrastructure on medical center complexes to including defining and documenting: utility capacities, physical security elements in place, fencing, pedestrian and vehicular roads, sidewalks and amenities, all associated elements of the built environment composing the medical center campus. The intent of the studies are to identify supporting facilities and conditions to accommodate proposed future expansions, renovations, and new construction. See the TIL for guidance regarding Physical Security studies: http://www.cfm.va.gov/til/dManual.asp


Deliverables: Reports, studies and data development involving design, investigation and evaluation of the issues described above.

Site survey, soil/geotechnical investigation: See link for description and instructions of services to be performed: http://www.cfm.va.gov/til/aeDesSubReq.asp also follow ASCE industry standards.
Deliverables: Reports, studies and data development involving design, investigation and evaluation of the issues described above.


Task Group 2 - Professional Reviews


Peer review - Schematic through CDs:


DESIGN REVIEWS THROUGH DESIGN DEVELOPMENT STAGE
Example of the desired tasks include: The evaluation, review and recommendation on all architectural and engineering disciplines' designs, calculations, specifications, reports, system analyses, conformance with sustainable design criteria and thorough completeness and coordination based upon development of the final approved Schematic Plan. Evaluations will be based upon the submission requirements established in PG-18-15. Site visits to VA facilities for participation in reviews and meetings with CFM personnel in Washington, DC.


Deliverables: The Contractor will provide the Contracting Officer one reproducible original and two copies of their report(s) in accordance with VA CFM schedule developed for the project.


CONSTRUCTION DOCUMENT REVIEW


Example of the tasks include but not limited to: The evaluation, review and recommendations on the complete drawings and specifications, soil borings, VA testing lab recommendations, and other documents necessary for the bidding and construction of this project. These documents will be provided by the project A/E from the approved design development documents. The A/E IDIQ shall evaluate and ensure the coordination of the drawings between disciplines; conformance with
sustainable design criteria; identification of errors, omissions or conflicts found within or between drawings and specifications. The A/E IDIQ shall evaluate the schedule to meet the operating plan due dates for the Request for Proposal or Invitation for Bids and award dates. Review and comment on project phasing. Evaluate market conditions that may affect bidding. Review any resubmitted construction documents with recommendations as to their acceptability in accordance with PG-18-15.


Deliverables: Review, evaluation and recommendation of construction documents in accordance with PG-18-15. Provide both a written report and annotated comments on reproducible drawings received from VA AE in accordance with VA FM review date.
One reproducible original and two copies of all written correspondence will be delivered to the Contracting Officer.


Constructability Review


Example of the tasks includes but not limited to: The Contractor will provide a detailed analysis of the construction documents to assure clarity, accuracy, coordination and completeness of the documents. The review will focus on the suitability of the drawings and specifications for ease of construction and the placement and maintenance of equipment. Review will identify conflicts and/or claims that may arise during construction.


Deliverables: The Contractor shall provide report(s) evaluating the constructability of the contract documents to the Contracting Officer, prior to the VA CFM construction document review. One reproducible original and two copies will be submitted as stated above.


Task Group 3 - Technical expertise/studies Task Group 3 - Technical expertise/Studies


Cost Estimates - Description of work to be performed is found on the VA TIL website Manual for preparation of Cost Estimates. http://www.cfm.va.gov/cost/index.asp
On site Construction Support; QA/QC: Construction Change Support; Submittal Review


Example of the tasks include but not limited to: Provide on-site quality assurance and control through witnessing performance tests of various types of structural, electrical, HVAC equipment, elevators, sprinkler systems, fire alarm, communication systems and other systems integral to a fully operational building system. Prepare reports associated with on-site inspections or analyses of test reports, review of submittal material and evaluation of contract modifications, cost estimates, daily logs, and preparation of requests for information (RFI), monitoring of submittals and other duties assigned by the Senior Resident Engineer (SRE). Prepare reports associated with on- site investigations of materials, equipment and systems components. Test performance and operation in compliance with contract requirements.


Deliverables: The Contractor shall provide test reports, product literature responses, cost estimates, review of-product submittals, daily logs, inspection reports, review of certified payroll statements at such intervals as directed by the SRE. One original and two copies of the reports will be delivered to the SRE or Contracting Officer.


Medical Equipment Planning and Design: Description of work to be performed is found on the VA TIL website. See PG-18-9 and other Design Guides for information. http://www.cfm.va.gov/ti l/planning.asp, http://www.cfm.va.gov/til/space.asp


As-built preparation/updates: Description of work to be performed is similar to industry standard as-built preparation services. In some cases, updating as-builts will be required whereby measuring existing facilities and reviewing completed contract documents are required to update the as-builts. Work will be performed in accordance with VA CAD Standards, information can be found on the VA TIL.


Preparation of BIM documentation: Description of work to be performed is found on the VA TIL at http://www.cfm.va.gov/til/projReq.asp
Laser Measurement: Description of work to be performed: Provide laser measurement of existing facilities. Provide CAD and electronic submittals of results that may be used to create BIM files of existing facilities and or updates to as-built documents.

Update Corporate Facility Standards and Guidelines
Description of work to be performed: Investigate industry standards, current CFM requirements, trends and functional needs, as necessary to prepare new DVA Design and Construction specifications, standards and guides. Provide recommendations to detailed updates and revision of the existing CFM Master Specification, Design Guides, Space and Equipment Planning System (SEPS) criteria and any other design and/or construction standard as maintained by CFM.


Deliverables: Space and Equipment Studies, Design Guides, Criteria, Master Specifications and Presentations.


Physical Security: Description of work to be performed: In accordance with the latest version of the VA Physical Security Design Manual found on the VA TIL website.


Traffic Studies: Description of work to be performed: Provide analysis of vehicular and pedestrian circulation in designated areas of medical center campuses and surrounding areas. The traffic studies shall be produced in compliance with industry standards and accepted by local government authorities.


Structural Studies: Description of work to be performed: In accordance with the latest version of the VA Design Requirement H-18-8 on the VA TIL website.
http://www.cfm.va.gov/ti l/seismic.asp


Operations and Maintenance Systems and Information support (MAXIMO is VA standard platform): Prepare, compile and provide comprehensive OMSI support information in compliance with the construction contract requirements. Provide in MAXIMO when directed.


Health Care Design Research: Conduct research and submit reports on current trends, concepts and best practices in various areas of the health care industry concerning design and construction. Research may also involve studies of staff circulation patterns and best practices in patient care.


Mock ups: Design and construct mockups of various areas typical in medical centers. Areas may include patient rooms, treatment areas, BIM simulations, etc.


Destructive Testing: Conduct forensic testing and provide written reports and recommendations to resolve and correct deficiencies in existing conditions in built facilities. Testing and investigations may require removal of some building materials to unveil areas that require examination.


Task Group 4 - DESIGN
Space programming, evaluation and planning: Develop project space programs in the VA/DoD Space and Equipment Planning System (SEPS), using available workload and space data and information (demonstrated ability to use SEPS, or similar system, required). The current SEPS system produces BIM outputs which could be used as

rudimentary schematic design. Space programs may require modification to account existing facility conditions or templated departments. Perform health care operation simulation and/or modelling to assist in cost/benefit decision processes. See guidance on the TIL: http://www.cfm.va.gov/ti l/planning.asp


Schematic, Concept, Design Development:
Description of work to be performed: Perform and prepare designs utilizing planning documentation, evaluations, review and recommendation of all architectural and engineering discipline calculations, specifications, reports, system analyses, drawings, cost estimates meeting the approved space program, compliance with established sustainable design criteria, Facility Development Plan (FDP) and Design Program in accordance with the minimum requirements for A/E Submissions, Program Guide PG-18-
15.    Perform services to identify and make recommendations for correction of
submissions to meet the requirements described in PG-18-15. Site visits to VA facilities and meetings with Office of Facilities Management (CFM) personnel in Washington,
DC. Produce the various levels of design required for major medical facilities in
accordance with the TIL PG-18-15. http://www.cfm.va.gov/til/aeDesSubReq.asp


Construction Documents for projects up to $20M: Produce construction documents for the design of minor medical facilities in accordance with the TIL PG-18- 15 and other guidance found on the TIL. http://www.cfm.va.gov/til/aeDesSubReq.asp
RFP Preparation: Meet with VA officials, review and analyze any prepared documentation for proposed new VA facilities. Conduct necessary background preparation then produce Design Build Request for Proposals for major medical facilities or other facilities as determined to be acquired and owned by the VA.


DB and Lease: Meet with VA officials, review and analyze any prepared documentation for proposed new VA leased facilities. Conduct necessary background preparation then produce Design Build Request for Proposals for said lease facilities or other facilities as determined to be acquired by the VA.


Interior Design: Description of work to be performed is found on the VA TIL website. http://www.cfm.va.gov/ti l/dManual.asp


Wayfinding: Description of work to be performed is found on the VA TIL website. http://www.cfm.va.gov/ti l/dManual.asp
Graphic Design: Description of work to be performed is found on the VA TIL website. http://www.cfm.va.gov/ti l/dManual.asp



9.    SELECTION CRITERIA: The selection criteria are listed below. Factor 1 and Factor 2 are equal in importance. Factor 1 sub-factors are listed in descending order of importance.
A.    Factor 1-Technical Capabilities

I) Key Personnel (See Appendix I): Resumes for qualified personnel should be presented in
Section E of the SF 330 for the following key personnel. All key personnel shall be shown on the organizational chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer (registered with evidence of successful completion of Fire Protection Examination), geotechnical engineer, land surveyor, historical preservation engineer, and environmental engineer. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator/engineer, medical equipment planner, and space planner. Registration or certification for all is encouraged.


(a)    Professional Qualifications: Submit a matrix of proposed design team(s),
including alternatives, that contain the following data about the members assignment: members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: BS, mechanical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm. Also for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years.


(b)    Specialized and Technical Experience: Using the Task Groups above provide a description of relevant, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years. Indicate how each project is relevant to the Task Groups described herein.


(c)    Membership or certifications and accreditations in these associations will be taken into consideration: American College of Healthcare Executives (ACHE); The American Academy of Healthcare Interior Designers (AAHID); American College of Healthcare Architects (ACHA); American Society of Healthcare Engineers; Evidence-based Design Accreditation and Certification (EDAC) from CHD, Green Building Certification Institute (GBCI), International Facility Management Association (IFMA), National Council for Interior Design Qualification (NCIDQ); Planetree Visionary Design Network (VDN); U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED) Green Building Rating Systems.


II) Firm's Professional Qualifications: (i) the firm or team must show that the proposed team successes working together for the firm and the firm's involvement working on those projects. The firms or team shall provide projects that are relevant and recent to the Task Groups along with client contact information. (ii) Describe the firms' experience with specification writing software. (iii) The firm or team experience with Building Information Modeling (BIM) in developing projects from its initial conception through completion of documentation.


III) Location: Successful firms will have a strong local presence in the Desert Pacific Region area of responsibility, and a history of local affiliations. Provide a list of relevant projects completed by the firm or joint venture partners and appropriate subcontractors in the areas of responsibility (Eastern region) in the past five years (projects in construction can be included). Provide appropriate

information on Part II of SF 330 for all Branch offices which may be supporting task orders issued under this contract.


IV)    Commitment to small business: Use of small business concerns as sub-consultants.
Demonstrate commitment and use of small business concerns as sub-consultants on this contract. (Demonstrated commitment is pre-awarded contracts and agreements with small businesses to perform on this requirement. Provide a chart with each small business category; identify the proposed names of the small businesses and subcontracting the prime anticipates subcontract to each firm. The government will also evaluate the A/E firm's SF330s to the extent the A/E includes the use of Service- Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs), 8(A), Hubzone, Woman-owned or any other small business. Evaluation of the A/E's proposed SDVOSB or VOSB involvement will be based on the information presented in the offeror's proposal and on the registration information in the VetBiz.gov VIP database (http://www.vetbiz.gov) at the time of the offeror's submission.


V)    Capacity: The A/E shall demonstrate it has the necessary capacity to accomplish task
Order work required over the base year and any option years exercised. The A/E shall provide
details of all its current work (public/private) including the duration of the contracts, and how it
anticipates on taking on additional work required under the subsequent contract award in NCO 22.


VI)    Other Factors: Provide insurance carrier's name and type and amount of liability
insurance carried. Also provide the number of claims in the last five (5) years, stating the types of
claim, and claim amounts distributed. Only provide claims in which claims were paid by the
insurance carrier. If no claims please provide a negative response.


B. Factor 2 - Past/Present Performance:


The firm shall provide a description of relevant and recent projects, a minimum of three but no more
than five examples of similar work for each task group listed above, (except Task Group 3 -
Technical Expertise/Studies - for which you may provide up to seven examples) the firm has
completed in the past five years (projects under construction may be included). Include as a
minimum, a description of the work (including role played), the project size, cost, type of contract (e.g. task order) Client contact information, and duration. Additionally, provide a tabular listing of all relevant and recent projects with excellent performance ratings and letters of commendation from both private and Government clients, including VA (designate your role: prime, consultant or joint venture partner). These ratings should be dated 2015 or later and include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). Interested firms must list on the SF 330, Part II, block 10, the type, amount and dates of all fees for relevant A/E Services awarded and negotiated with awards between 2015 and the present. Past/present performance questionnaires (Appendix III) should be sent to clients provide under Factor 1. Technical Capabilities, II). Firm's Professional Qualifications and III) Key Personnel (b) Specialized and Technical Experience. Past/present performance questionnaires should be sent directly to Gregory D. Manning, ONLY from the client, via email at Gregory.Manning2@va.gov Past/present performance questionnaires should be received via email before the closing date and time. Any past/present performance questionnaires received after the closing time will not be accepted. FAR 15.208(b) will apply to past/present performance questionnaires.

10.    SUBMISSION REQUIREMENTS: Responses shall reference the pre-solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit five (5) electronic copies of your current completed SF 330 Part I for the prime firm and five (5) electronic copies of SF 330 Part II, one hard copy for the prime firm and all consultants. Include the firm's DUNS number in SF 330, Part II, Block 4. Your response shall be tabbed in accordance with the outline in the SF 330. Other information required by this notice shall be provided in Part I, Section H of the SF 330. The other information required by this notice will be tabbed according to the description in the notice. Offerors shall also submit one (1) hard copy and (5) electronic copies of the submitted package. Please Note: Any time you see a reference for an electronic copy, it is referring to a CD or DVD. Absolutely NO USB Flash Drives are acceptable. All must be in searchable PDF format.


Part I of the SF 330 should not exceed 65 pages (single sided), including Section H. Font size shall be 10-point Times New Roman Font or greater. All pages shall be 8 ½" x 11". Resumes in Section E and example projects in Section F (Complete one Section F for each project) shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the sub-contractors in the past five (5) years. (Use WWS to indicate you have worked with subcontractor in the last five years.) In Section G.26, include the name of firm each of the key personnel is associated with. SF 330 Part II, General Qualifications, past/performance questionnaires sent in by clients, signed letter of intent to form a joint venture (JV), and Commitment to small business, demonstrated commitment pre-awarded contracts and agreements with small businesses will not be counted toward the page limit. Cover letters and extraneous materials (brochures, etc.) will not be considered. No other general notification to firms under consideration for this work will be made, and no further action is required. Questions concerning submissions should be directed to Gregory Manning at Gregory.Manning2@va.gov by September 17, 2018. Any questions submitted after that date may not be answered prior to the submission deadline and no extension to the deadline will be granted unless the Contracting Officer believes it is in the best interest of the government. Personal visits for discussing this announcement are not permitted.


Offerors shall provide all documents listed and comply with all proposal instructions for their proposal to be considered "responsive" to this notice. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified. A VIP unverified SDVOSBs will be considered non-responsive as it is deficient and therefore will not be evaluated.


Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposals. If documents are being hand delivered via postal services, or sent via a carrier the physical address is Department of Veterans Affairs, SAO-W / NCO 22-G, C/O: SAVAHCS (Mail Code: 9-90C), 3601 S. 6th Ave. (Bldg 45, Rm #108), Attn: Gregory D. Manning, Tucson AZ 85723. Facsimile or electronic transmissions will not be accepted.


Submissions must be received no later than 1:00 p.m. Pacific Standard Time (PST) on October 3, 2018. Any submissions received after the stated time will be considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision and Withdrawal of Proposals.


Note 1: If the combining of two or more companies (joint venture (JV)) for the purpose of this requirement, then include each company's role under Part I, Item H of the SF 330. If the JV partners have never worked together on similar jobs, so indicate. The JV will be evaluated as one. The experience of each JV partner will be evaluated based on each partner's role in cited past projects and in the proposed JV role for this project. To identify the JV, provide the DUNS number for each entity and the JV entity. A signed letter of intent to form a JV can be included with the SF 330. However, if chosen to negotiate there must be a signed JV agreement in place before negotiation. Failure to submit a signed copy of the JV agreement will result in the JV's submission being excluded from consideration for award. It is the Prime vendors responsibility to thoroughly understand all requirements of JV partnership and its effects on each member. Questions should be addressed to your local Small Business Office at www.sba.gov or the VA Office of Small & Disadvantaged Business Utilization at OSDBUAcqSupport@va.gov or by telephone at (202)632-5378.
Note 2: If selected for this contract and if contractor has recent Defense Contract Audit Agency (DCAA) audit results supporting proposed overhead and G&A rates the contractor will be required to submit them. All sub-contractors not listed in the initial proposal must be approved by the Director of Contracting, NCO 22-Gilbert, prior to issuance of any task order.


ATTACHMENT: APPENDIX I - PAST AND PRESENT PERFORMANCE QUESTIONNAIRE
See attached document: S 02(


Gregory Manning, Email Gregory.Manning2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP