The RFP Database
New business relationships start here

Analysis Services of Pathology Laboratory


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

Page 2 of 8
A.1. PROJECT TITLE
Analysis, Audit, and Review of Settlement and Claim, Critical Path, of Renovate Pathology Laboratory (Construction) Project Number 632-07-128
THIS SOURCES SOUGHT 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.
SOURCES SOUGHT SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AND VETERAN OWNED SMALL BUSINESS.
U.S. Department of Veterans Affairs, VA Medical Center (VAMC) Northport, NY issues this this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for analysis, audit, and review of settlement and claim for a construction project. The result of this market research will contribute to determining the method of procurement. VA is seeking potential sources for expert analysis services review of settlement and claim submitted against project number 632-07-128. This notice is set aside for veteran owned small business and service disabled veteran owned small business.
Qualified responders/offerors shall be experienced in VA specific Analysis and Review of Settlement and Claim, Critical Path, submitted against Project Number 632-07-128 and shall display capability of said services. Submission of interest shall be based on the scope of work below in sufficient detail for the VA to determine organization possesses the necessary expertise and experience to compete for this acquisition. Being a Sources Sought Announcement, no evaluation letters will be issued to responders/offerors.
PROJECT TITLE: Expert VA specific Analysis and Review of Settlement and Claim, Critical Path, and submitted against Project Number 632-07-128.
PROJECT LOCATION: Northport VA Medical Center, 79 Middleville Road, Northport, New York 11768.
NAICS Code: 541611 Administrative Management and General Management Consulting Services with a size standard of $15.0 Million.
This announcement has a deadline response date of Friday August 17, 2018 at 11:59 PM ET. Submit responses with capability statement to Joseph Ercole, Contracting Officer, via email to: joseph.ercole@va.gov
Statement of work
Scope of Work
Provide all professional consultant services necessary to analyze and review and develop complete construction schedules, project phasing, investigations, Critical Path Analysis, expert witness, litigation support, and overall settlement and claim analysis for assessment of claim against/ termination of project number 632-07-128 Renovate Pathology Laboratory at VAMC Northport NY. This project location is Building 200 VA Medical Center Northport, 79 Middleville Road, Northport, New York 11768.
The services intended included, but are not limited to:
Analysis, Audit, Delay Analysis, Settlement Analysis and Claim Analysis, of Renovation of Pathology Laboratory Project Number 632-08-128

Scope of Work
Provide all professional consultant services necessary to review and develop complete construction schedules, project phasing, investigations, Critical Path Analysis and overall claim analysis for assessment of claim against/ termination of project number 632-08-128 Renovation of Pathology and Laboratory. This project is located at Building 200 of the Northport VA Medical Center, 79 Middleville Road, Northport, New York 11768.
The services intended included, but are not limited to:
Review of project Renovate Pathology and Laboratory project number 632-07-128, at VA Medical Center Northport NY, (Construction), with Contract documents, claim documents, settlement request and all other documentation necessary to establish and provide an independent assessment of the construction duration via a Critical Path Analysis as well as a thorough analysis of the contractor s claim.
Provide a timeline analysis of construction and contract activities as they relate to the actual project and to analyze project delays.
Provide Critical Path Analysis to determine the project s critical path for each phase/critical intervals, and provide the Critical Path based upon the original project scope and an analysis and review of the effect of actual Critical Path which occurred due to either VA or Contractor delays, actions, or inactions. List effects/ duration of VA delays and list effects/duration of Contractor caused delays. Provide an overall assessment of the time associated with each VA attributed delays and Contractor attributed delays.
Provide a chronological listing of all impacts which affected the Critical Path and the attributable cause. Such items include but are not limited to VA responses to submittals/RFI, legitimacy of the RFI and Contractor s timeliness in providing submittals/RFI s (such as submittal of an RFI after critical path already impacted) Provide an analysis of proper staffing for the project by the contractor, and whether the contractor appropriately staffed this project throughout (including, but not limited to, whether there were the appropriate trades and staffing present at each critical event.
Review all submitted schedules (approved, disapproved, and unapproved) and updates for changes in critical path, changes in activities, activity duration, etc. and analyze/report on the validity of each of these. Provide information that supports or refutes the need for each change.
Prepare an analysis/rebuttal to the Contractor s Time Impact Analysis prepared by Primary Colors Contracting Inc. which will include, but not be limited to, specific items of inaccuracies for review and comment as well as areas of agreement.
Prepare analysis/rebuttal of Contractor s claim that Specification, Drawings and scope of work were defective or, if accurate, areas of agreement.
Assist the VA in determining a justifiable negotiation position for all mediations and/or support through expert testimony your analysis in litigation related to this claim.
Testifying in front of the Civilian Board of Contract Appeals. This will be an Option item and should be priced separately. If the VA does not have a live hearing, this item will not be exercised nor funded.

Description of Work
2.1 General
Conduct preliminary meetings and site survey investigations and review VA and Contractors documents to define the necessary elements of the project scope of work fulfilling the goals of the VA s project team (Engineering Service, Contracting and Legal Counsel). Based on meetings and information prepare a detailed project plan description report pertinent to the project requirements and consistent with the VA s team goals. Through the course of the document review phase, it will be necessary to interface with the VA project team to ascertain the details required to prepare the independent Critical Path analysis.
2.2 Project Development
The Consultant shall provide all services required to prepare documents and reports for the subject task consistent with the VA s goals as prioritized during project meetings, field surveys and document reviews. The completed report shall then be submitted for review to Legal Counsel.
2.3.1 Purpose
The report, rebuttal of the contractor s report, and critical path analysis are intended, ultimately, to be used by VA to decide the best course forward with mediation/litigation and to establish a justifiable and defensible position against both the claim made by the contractor as well as VA s decision to terminate for default.
3. General Description of Services
3.1.1 Phasing and Construction Schedules
Schedule Format: The construction schedules and analysis provided shall identify/analyze:
the major construction activities required to perform the work;
the duration of each of the major construction activities;
the critical path to achieve the work at each critical project point
the key milestones and review periods;
the responsible entity (VA or contractor) for the duration (including cause and effect); and
Changes (official or unofficial) enacted and/or necessary as a result of construction progress.

Also, during the mediation process, the Consultant is required to assist in answering all inquiries pertaining to the schedule. If clarifications are required, the Consultant will prepare the required clarifications. The Consultant, however, shall not receive or respond to any direct inquiries from contractors, sub-contractors, or architects/engineering firms..
3.1.2 Analysis of Documents
The construction schedule, analyses, and reports provided shall also include information as determined by:
A review of construction submittals (including products that have been listed and contractor substitutions, resubmissions/rejections), samples, shop drawings, and submittal logs focusing on timely and correct submission of submittals, VA turnaround times, contractor resubmission times, and the like. This will include the impact to the project schedule.
A review of RFI s focusing on subject matter and timeliness as compared to the project's critical path. Include consideration of VA turnaround times and construction progress in analysis of RFI s.
A review of contractor's daily and performance logs and sheets, construction meeting minutes, etc. focusing on subject matter and timeliness as compared to the project's critical path.
A review and estimate of time/impacts and recommendations relative to design omissions, construction plan deviations, presence/lack of contractor staff onsite, slow/untimely responses to submittals, RFI s, informal requests for information, etc.
3.1.3 Post-Report Support Services
The consultant shall provide post-report support services to the VA in the following areas:
Assist and answer all inquiries related to the critical path analysis and reports during mediation and/or litigation, including pre- and post-mediation/hearing timeframes. Prepare all clarifying amendments/additional information documents as necessary.
Assist in the analysis of any future submissions/clarifications provided by the contractor in response/related to mediations and/or formal litigation actions.
3.2 Errors and Continued Support
3.2.1 The Consultant is required to support the VA should errors or omissions in the documents created by the Consultant create problems in mediation or litigation. As needed, the Consultant will clarify the critical path analysis intent and correct any errors or omissions in the original documents. The corrections shall be done in a timely manner at no additional cost to the VA. The Consultant shall incorporate amendment changes on the original documents when requested to do so at no extra cost to the VA. Also, during the mediation period, the Consultant is required to assist in answering all inquiries pertaining to the critical path analysis. If clarifications are required, the Consultant will prepare the required amendment.
4. Submission Schedule
Refer to Supplement A.
VA has a very aggressive schedule.
a) Preliminary Submission (Preliminary project scope meeting, field surveys, and any findings)
Submit no later than 20 calendar days after notification of contract award.
Submit all preliminary project schedules that have been developed, reports, tables, charts, findings, analyses, etc. in Microsoft Word and Adobe PDF format.
Allow 2 business days after submission for VA review and comment
b) Final Submission (100% Submittal)
Submit no later than 45 calendar clays after receipt of contract award.
Submit all final findings and analyses including, but not limited to:
All independently constructed/reconstructed project schedules showing critical path, activities, activity durations logic, etc. Submit paper copies of all schedules in Gantt chart format. Provide a useable/workable electronic copy of all schedule files in MS Project 2010 format. If another software package was used to develop the schedule/critical path ( such as Primavera, etc.) also provide an electronic copy of the native file(s).
Submit all reports and narratives in Microsoft Word and Adobe PDF files
5. Authorized Changes
The Consultant shall only accept instructions and/or directions from the assigned Contracting Officer. Changes to the project scope of work must be authorized in writing by the VA Contracting Officer.

SUPPLEMENT A
Submissions of Review Material
All Submissions should be submitted in electronic format on CD-R disks with quantities as indicated below:
FIRST REVIEW (Preliminary Project Scope Meetings & Field Surveys)
4 Sets of preliminary documents.
FINAL REVIEW (100% Submittal Final submittal)
4 Sets of Adobe PDF and Word documents
4 Sets of full size documents
4 Sets of reduced size documents
4 Sets of Microsoft Word and Adobe PDF documents
4 Sets of Microsoft Word and Adobe PDF narratives

LIMITATIONS

VA Notice of Total Veteran Owned Small Business Set-aside (Dec 2009) Definition For the U.S. Department of Veterans Affairs, Veteran Owned Small Business Concern (1) 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 Veteran Owned Small Business OR Qualified Service Disable Veteran Owned Small Business is required to submit capability statement no later than Friday August 17, 2018 at 11:59 PM ET. Response must be submitted to the attention of VA Contracting Officer, Joseph Ercole, via email to: joseph.ercole@va.gov
Submission response must include detailed Capability Statement based on the statement of work that must include 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;
5. A copy of the office CVE verification as a Veteran Owned Small Business or Service Disabled Veteran Owned Small Business.
The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing or mistyping email address or illegibility of the information or failure to deliver by deadline. All responders will receive an acknowledgment response from Joseph Ercole, Contracting Officer. NOTE: Any questions or request for assistance with submission or other procedural matters shall be submitted via email only to: joseph.ercole@va.gov
Telephone inquiries will not be honored to maintain integrity of the process and provide fair and equal treatment of prospective responders.
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.
-END-

Joseph Ercole
Via Email: joseph.ercole@va.gov
U.S. Department of Veterans Affairs, NCO2

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP