The RFP Database
New business relationships start here

Parking Lot Replacement and Expansion 526-17-107


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 526-17-107 Parking Lot Replacement and Expansion. This Project will include but are not limited to architectural, environmental, landscaping, exterior improvements, earthwork, utilities, other design considerations, construction period services, to create a new parking lot on the campus of 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 541330 Engineering Services and small business size standard of $15.0 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 SDVOSB concern as established by Code of Federal Regulations (CFR) 13 C.F.R. B' 125.12. NOTE - Offerors are referred to VAAR Clause 852.219-10(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 SF330 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 Parking Lot Replacement and Expansion at the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468-3904.

SCOPE OF SERVICE REQUIRED
A/E services will include but are not limited to architectural, environmental, landscaping, exterior improvements, earthwork, utilities, other design considerations, construction period services, to create a new parking lot on the campus of the James J Peters VA Medical Center. Programming should be provided for maximizing the number of parking spaces in the area shown on the site plan. Assessment of environmental impact on drainage and planning for new drainage system, lighting for the newly designed area similar to the existing facility parking lot lighting, regarding and soil retainage design as required, all earthwork preparation, paving, striping and signage design, a minimum of 10 site visits during construction period services, not including the final inspection. The A/E shall incorporate all VA, NFPA, and local and state code requirements in the design. The A/E services will include but are not limited to various phases of design starting with a site survey and a feasibility design analysis. After acceptance of the feasibility study the A/E will follow through with working drawings and construction specifications. The A/E shall analyze the existing areas in order to determine the renovations and modifications needed in each area to adequately modify such areas. The A/E is required to incorporate all VA architectural, mechanical, and electrical engineering standards and other federal, state, and local recommendations into their design. The A/E shall also provide drawings showing all areas after modification. The A/E shall be responsible for obtaining existing drawings on file. After completion of all work, the A/E will provide a new set of As-Built Drawings. This submission must be delivered to the VA on CAD (CAD requirements are attached to this scope). A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. The project shall be phased to provide minimum interruption to other occupants of the building and coordinated outage of utility systems during construction. The A/E shall date and certify all reports, studies and submissions. Design criteria shall be VA Master Specs, Life Safety Code and VA Fire Protection Manual. One set of drawings at each submission will be sent directly to the VA Regional FPSE, Peter Leszczak, for review.
The A/E shall develop an appropriate phasing and coordination plan for construction and develop an infection control plan as outlined in the VA Infection control policy 00-148. (See Attached Policy). In addition, the contractor shall provide a detailed Infection Control Drawing. The drawing shall outlining construction barriers and detailed requirements for exhaust negative pressure.
The A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall also be provided on AutoCAD Version 2014, on CD ROM with a minimum of 700 mb capability. All CD s shall be furnished by the A/E. The A/E shall provide the VA Master Construction Specifications in the current version of Microsoft Word format. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6298. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates should reflect 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate.

CONTRACT SECURITY
If the 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 Concept/preliminaries Review Material 20 Calendar days from NTP

Review Concept/preliminaries Review Material 25 Calendar days from NTP

Deliver 35% Schematic Review Material 50 Calendar days from NTP

Review 35% Schematic Material 65 Calendar days from NTP

Deliver 65% Design Review Material 95 Calendar days from NTP

Review 65% Design Material 120 Calendar days from NTP

Deliver 95% Design Review Material 150 Calendar days from NTP

Review 95% Design Material 170 Calendar days from NTP

Deliver 100% Final Review Material 200 Calendar days from NTP

Review 100% Final Material 220 Calendar days from NTP

Deliver Final Bid Documents 230 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

Selection Criteria
Weighting
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
15%

Examples of specialized experience and technical competence in various disciplines required for specific project.
20%
Capacity to Accomplish the work in the required time
10%
Past experience and performance on government contracts.
15%
Proximity of firm or working office providing professional services to the facility.
10%
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
10%
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
5%

Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.
15%
Total
100%

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 service disabled veteran-owned small business concern. (c) Agreement. A service disabled 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 service disabled 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 service disabled 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 service disabled 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 service disabled veteran-owned small business concerns. (d) A joint venture may be considered a service disabled veteran-owned small business concern if: (1) At least one member of the joint venture is a service disabled veteran-owned small business concern, and makes the following representations: That it is a service disabled 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 service disabled veteran-owned small business concern. (e) Any service disabled 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 June 12, 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 Project Number: 526-17-107 Parking Lot Replacement and Expansion . 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 June 12, 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