Posted: Nov. 4, 2021, 8:03 a.m. EDT
Requests for Information Q.1. Can you clarify the scope of work for 36C25021R0194 AE Design Services Convert Dining to Outpatient Care? The title includes Converting the Dining to Outpatient Care, but the scope reads differently. This project will renovate space in our Nutrition and Food Service formerly used as a Dining Hall to be utilized for a healthy teaching kitchen, associated accessible restrooms, additional office area for VA staff and storage related to the teaching kitchen. Kitchen area is to include minimum of 8 cooking center units that provide induction cooking with mobility. In addition, the cooking area must include a demonstration countertop with an industrial sink, garbage deposal, undercounter industrial dishwasher, double oven, microwave, sneeze guard, and handwash sink. Within the kitchen room a separate industrial refrigerator and freezer to be placed with locking capability, storage cabinets and drawers that have locking capability. Electrical outlets and lighting that has localized dimming within the space is to maximize access and usage of space. A mirror that is viewable above the demonstration area to all audience members as well as televisions that connect to recording of demonstration for audience to see. These TVs are to also have capability for one input and two output connections. The kitchen area is to have finishes that are durable, and washable. The room is meet code requirements for fire suppression needs. Doors to kitchen area are to be lockable. The audience area is to have a range of capacity of 12-24 people with at least two handwash sinks accessible. A.1. This is an AE Design to convert the dining room to an outpatient care space for the Nutrition and Food Service. By their definition and standards, outpatient care covers the purpose of the future use for this space (i.e., teaching and training). Q.2. We are working on this solicitation and I have a few questions. The scope of work seem more like a kitchen addition / renovation rather than anything to do with Outpatient Care. In Factor 1 (Technical Capability) it states that you want to see the team working together on projects such as Inpatient, Ambulatory Care settings, etc. Is that accurate? Or do you want to see more work of Kitchens (Nutrition & Food Services) and VA Cafeteria s and such? Any information would be greatly appreciated. A.2. All relevant specialized experience and technical competence presented will be considered. The intent is for specialized experience and technical competence in the type of work indicated in this solicitation statement of work be presented.
Posted: Oct. 25, 2021, 9:03 a.m. EDT
Page 2 of 5 REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 552-21-101, A/E Design Convert Dining Room to Outpatient Care at the Dayton VA Medical Center, 4100 W. Third Street, Dayton, Ohio 45428. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: Provide complete design services, including all necessary schematics, design development, surveys, cost estimates, construction drawings and specifications, and construction period services (CPS) for solicitation to Convert Dining Room to Outpatient Care Space, B-411 on the Dayton VA Medical Center, 4100 West Third Street, Dayton, OH 45428. See attached Statement of Work for further requirements Period of Performance: 201 Calendar Days after Contractor s receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $1,000,000 and $5,000,000 (See FAR 36.204) NAICS Code: 541310 Size Standard: $8 Million 3. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.gov/ Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. Page 5 of 5 4. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Past Performance Location The government will evaluate information based on the comparative evaluation procedures authorized in FAR Part 13.106-2 Evaluation of Quotations of Offers using the following evaluation criteria: Factor 1 - Technical Capability: The evaluation process will consider whether the proposal demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. Professional Qualifications necessary for satisfactory performance of required services. Provide resumes for all key personnel required to complete the services indicated in this solicitation. Professional disciplines are required to be licensed, registered or certified by a US state, the District of Columbia or a US territory. Specialized experience of personnel proposed for assignment to the contract and their record of working together as a team. Provide specialized experience and technical competence with healthcare related designs in inpatient, ambulatory care settings, in the type of work indicated in this solicitation. Factor 2 - Past Performance: The offeror quote must include a summary description of at least three but no more than five prior contracts/orders per team member/sub-contractor for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity, and scope. These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number The Offeror must indicate whether they were the prime contractor, sub-contractor or other teaming arrangement. Prime shall indicate which aspect they are directly responsible for of this requirement. The Offeror is required to provide references for the above projects. In the event the company itself does not have relevant past performance; references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references that the Offeror lists. Factor 3 - Location: The Offeror must indicate how far their company is located from the Dayton VA Medical Center by stating the timeframe to be onsite for this project in response to an emergent need. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews may be held with at least three of the most highly qualified firms. After discussions have concluded (if held), the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAM 836.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via e-mail: a. See attachments for procedures (i.e., eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2); b. Size limitation is 20MB; The SF330s are due on Monday, 8 November 2021, at 2PM EST. Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. 8. No Fax or Telephonic Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Angie.Carpenter@va.gov. 9. VA Primary Point of Contact: - Angie Carpenter - Contract Specialist - Email: angie.carpenter@va.gov