Page of pages



Yüklə 1,91 Mb.
səhifə3/24
tarix12.01.2019
ölçüsü1,91 Mb.
#95310
1   2   3   4   5   6   7   8   9   ...   24

All demolition, modification, and construction work for any task order under this project will be performed in accordance with the Department of Veterans Affairs construction master specifications, which can be found at: http://www.cfm.va.gov/til/spec.asp

Contractor will ensure areas under modification are sealed to avoid dust and dirt from spreading to other areas of the facility. Contractor will ensure all areas, under modification, are cleaned up on a daily basis.


Project Requests:
VAMC Project Manager, Contracting Officer Technical Representative (COTR), or designee will outline individual project Task Orders to include timelines. Contractor will be asked to bid on individual project scopes as a percentage of R.S. Means. Each project Task Order will be provided to the contractor in writing by the Contracting office for pricing.


  1. SCOPE OF WORK

Contractor will perform all projects within the project timelines. Work to be performed under this contract may include, but is not limited to all divisions as listed:



  • Division 0 - Special Sections

  • Division 1 - General Requirements

  • Division 2 - Existing Conditions

  • Division 3 - Concrete

  • Division 4 - Masonry

  • Division 5 - Metals

  • Division 6 - Wood and Plastic

  • Division 7 - Thermal and Moisture Protection

  • Division 8 - Doors and Windows

  • Division 9 - Finishes

  • Division 10 - Specialties

  • Division 11 - Equipment

  • Division 12 - Furnishings

  • Division 13 - Special Construction

  • Division 14 - Conveying Equipment

  • Division 21 - Fire Suppression

  • Division 22 - Plumbing

  • Division 23 - Heat, Ventilating, and Air Conditioning

  • Division 25 - Integrated Automation 

  • Division 26 - Electrical

  • Division 27 - Communications

  • Division 28 - Electronic Safety and Security

  • Division 31 - Earthwork

  • Division 32 - Exterior Improvements

  • Division 33 - Utilities

  • Division 34 - Transportation

Sections within the divisions may be found at: http://www.cfm.va.gov/TIL/spec.asp. Tasks may include one or several divisions simultaneously. Contractor must obtain the ability and resources to perform design-build services and turnkey medical equipment site preparations. Contractor must be knowledgeable of Historical Preservation requirements.
Potential Projects:


  • New sidewalks for improved walkways thru the parking lots

  • Revisions to existing parking areas

  • Added or changed use of existing operational spaces

  • Changes to walls, doors and finishes for changed office uses

  • Revisions to doors and windows in existing spaces

  • Add flash sterilizers to operating room scrub areas

  • Electrical power upgrades for added equipment

  • Changes to nurse call, public address, phone, data, fire alarm and security systems

  • Move or relocate existing operational equipment

  • Installation of new operational equipment

  • Install/relocate new data boxes/plates to include RJ45 data ports and Cat 6 cabling. Cable to be run from data closet to designated room and punched down.

  • Install/relocate new power outlets as needed. Outlets to be run from the designated electrical closet or circuit as needed.




  1. LOGISTICAL SUPPORT,RELATIONSHIP AND RESPONSIBILITY

The contractor will be responsible for all the logistical support during each project, cleaning up work site on a daily basis, and ensure a safe work environment. Contractor will be responsible for following all Occupational Safety and Health Administration (OSHA) guidelines and regulations. The Contractor will work under the direction of the VAACC Project Manager, COTR or designee.



SCHEDULE A – CONTRACT COEFFICIENTS

Services to be furnished under this contract shall be in accordance with the standards, clauses and provisions of this document. The initial contract period shall be from the date of contract award with Base Year and Three (3) one-year options for renewal.



COEFFICIENT

Normal working hours: ____________

(8:00 A.M. to 4:30 P.M. - Monday thru Friday)

Other than normal working hours: ____________

(4:30 P.M. to 8:00 A.M., Monday through Friday;

All day Saturday and Sunday; and all Federal

Holidays.)


NOTE: The contract coefficients shall apply to the base year and all option years. The Government reserves the right to exercise three (3) 1-year option periods.

INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS



1. GENERAL INSTRUCTIONS, CONDITIONS & NOTICES TO OFFEOR:


    1. The conTRACTOR SHALL HAVE THE ABILITY TO HAVE A PERSON WITH AUTHORITY TO ACT ON THE COMPANY’S BEHALF RESPOND TO THE PROJECT SITE WITHIN ONE HOUR OF NOTIFICATION OF PROBLEMS/CONCERNS AT THE PROJECT SITE. Failure to meet this requirement shall be cause for a default termination of the contract.



    2. THIS WORK IS BEING PREFORMED IN A HEALTHCARE ENVIRONMENT; THEREFORE:

A. The Contractor's performance of this contract shall not interfere with Patient Care.


B. If necessary for reasons of patient care/facility operation, the VA (COTR) may direct the Contractor to stop work or limit the types of work that can be performed. This may occur with little or no advance notice.


    1. METRIC PRODUCTS: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, provided they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this contract are met.

1.4 SOLICITATION INFORMATION:


a. Interested parties MUST go to the following web site: http://vsearch1.fbo.gov/servlet/SearchServlet to obtain copies of the solicitation, specifications, and bidder’s mailing list.
b. Amendments to the solicitation will be posted electronically to the above listed website.
1.5 READ THE ENTIRE SOLICITATION CAREFULLY!!!!!
- To be eligible to participate in this procurement, the SDVOSB contractor shall be registered in the following data bases:


  • Vet Biz Registry: www.vetbiz.gov




  • Vets 100 (DOL) at http://www.dol.gov/vets/programs




  • Central Contractor Registration (CCR) http://www.ccr.gov.




  • On Line Representation and Certifications at http://orca.bpn.gov.

1.6 PROPOSAL SUBMISSIONS SHALL INCLUDE:




  1. Complete Standard Form 1442, blocks 14, 15, 16, 17, 20A, 20B and 20C, and fill in the blanks in Schedule A (page 6).




  1. Complete ALL “REPRESENTATIONS AND CERTIFICATIONS” via On Line Representation and Certifications (ORCA) at http://orca.bpn.gov.




  1. Acknowledge any solicitation amendments in block 19 of the Standard Form 1442.




  1. Each offer will have two (2) parts:

1. Technical Proposal


2. Price Proposal.
NOTE: Each part is to be submitted to the Contracting Officer in separate sealed envelopes/packages. Submit an original and one (copy) of the Technical Proposal. Submit and original and one (1) copy of the Price Proposal which includes the Representations and Certifications.
1.7 Technical Proposal:
a. Offerors should describe how they would fulfill the requirements of this solicitation and how their offer will meet the needs of the Government. The Technical Proposal will be used to determine the offeror’s qualifications and capability to furnish the services called for by this solicitation. It should be concise, but complete, since it must provide sufficient information to demonstrate your capability to meet or exceed contract requirements.
b. Technical Proposals shall be organized as follows:
1. Cover Letter: Section 1 shall be a Cover Letter and Introduction (maximum of two pages). It should include the name and address of the organization submitting the proposal, together with the name, address and telephone number of the individual who has the authority to make representations relative to the proposal/resultant contract; and sign the proposal/contract for the organization.
2. Narrative response to Evaluation Factors:
3. Attachments: Any attachments or supplemental material will not be evaluated unless they directly relate to one of the evaluation factors.
1.8 Price Proposal: The Price Proposal shall consist of the following pages from this solicitation completed by the offeror:


  1. Pages 1, 2 & 6 of solicitation with information entered as required; and



  1. The Representation & Certifications on pages 43 – 47 are required unless the offeror submits Representations and Certifications electronically in accordance with FAR Clause 52.204-8.


1.9 PreparATION OF PROPOSAL ENVELOPES:
a. Upper left corner of envelope - enter your name and return address
b. Center of envelope - enter the VA mailing address (Department of Veterans Affairs, Dayton VA Medical Center, Construction & A/E Contracting; Attn: Bob Ivey (NBC); 4100 W. Third Street, Dayton, OH 45428-9000.
c. Lower left corner - enter "Solicitation RFP VA-250-12-R-0006, Proposals Due no later than January 9, 2012 at 3:00 P.M. (Local Time).
d. Identify each envelope as “Price Proposal” or “Technical Proposal”
1.10 Technical Questions: Offerors should submit all technical questions concerning this solicitation to the Contracting Officer in writing as soon as possible after issuance of this Request for Proposal (RFP); but no later than December 30, 2011 - COB. All responses to questions, which may affect other offers, will be incorporated into a written amendment to the solicitation.
1.11 Award Based On Initial Offers: Pursuant to clause 52.215-1, the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.
1.12 HAND CARRIED PROPOSALS: Deliver to: Department of Veterans Affairs, Dayton VA Medical Center, Construction & A/E Contracting Division (NBC); 4100 W. Third Street - Room 100; Dayton, OH 45428-9000.
1.13 Construction Wages: Minimum rates of wages, required by the Davis-Bacon Act (40 U.S.C. 276a), as amended, to be paid the various classes of laborers and mechanics employed on this work. New wage determinations will be incorporated at the time each option year is awarded, however the co-efficient will not change. Any resultant wage increases will be covered by the annually updated RS Means “Facilities Construction Cost Data”.
1.14 CENTRAL CONTRACTOR REGISTRATION: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from solicitation VA-250-11-RP-0171 pursuant to FAR Clause 52.204-7 which is incorporated in the solicitation under the Clauses Section.
1.15 JOINT VENTURE: When offers are submitted by Joint Ventures, the Joint Venture agreement must be submitted to the Contracting Officer for review and approval ten (10) calendar days prior to proposal due date.
2. PROPOSAL EVALUATION CRITERIA:
2.1 Selection Criteria and Weightings: Proposals will be evaluated by the VA on the basis of the technical evaluation criteria listed below and the offerors proposed co-efficient.
2.2 Price Evaluation: Evaluation of the proposed co-efficient will be separate from the Technical proposals


    1. Technical Evaluation: The following technical evaluation factors will be used to evaluate the contractor’s offer. Contractor’s experience is approximately equal in importance to Past Performance. Past Performance is significantly more important than Organization. Organization is approximately equal in importance to Quality Control.




    1. Past Performance: Prospective bidders/offerors are hereby notified that past performance evaluations will be conducted using the above requested information as well as information obtained from the Contractor Performance System (CPS), Past Performance Information Retrieval System (PPIRS), and /or any other sources deemed appropriate.


Responses to each factor shall be numbered in the exact same manner noted below.
          1. CONTRACTOR’S EXPERIENCE:

A.1 Contractor shall demonstrate the overall qualifications and experience of the key personnel to include but not limited to the; 1) owner, 2) project estimators, 3) project managers and, 4) project superintendents. Contractor shall demonstrate each key personnel and their experience and qualifications related to but not limited to the following: 1) familiarity with codes, 2) safety, 3) infection control, and 4) historical preservation.


A.2 Contractor shall list all the projects as a prime contractor completed or currently accomplishing over the past three years to include; 1) Agency or owner, 2) Project Scope, and 3) Project Dollar Value.
A.3. Contractor shall list all subcontractors and projects completed or currently accomplishing over the past three years to include; 1) Agency or owner, 2) Project Scope, and 3) Project Dollar Value.
B. PAST PERFORMANCE:
B.1 List all Contracts for hospital repair/renovation that were completed over the last 3 years where offeror was the prime/general contractor and the work involved multiple subcontractors with multiple projects running concurrently. Contractor shall provide owner reference (name, title, organization, address, phone number). Send “Past Performance Data Collection Form” (page 215) to each owner referenced and instruct him/her to complete form and return to VA prior to solicitation response due date.
B.2 Contractor shall be evaluated on the sub criterion listed below. The five (5) sub factors listed below are all approximately equal in importance.
B.2.1 How did the contractor perform related to providing a reasonable approach for items of change?
B.2.2 How did the contractor perform regarding the provision of feedback on design work in advance of work?
B.2.3 How did the contractor perform relative to completing the project in a timely fashion?
B.2.4 How did the contractor perform relative to completing the punch list in a timely and thorough manor?
B.2.5 What quality did the contractor achieve for the overall project?
C. ORGANIZATION: Contractor shall be evaluated on the following sub factors. The sub factors listed below are all approximately equal in importance.

C.1 Contractor shall demonstrate sufficient resources and depth to accomplish current and future projects both with the VA and other customers.


C.2 Contractor shall demonstrate the contractor’s individual project bonding capability and total bonding capability.
D. QUALITY CONTROL: Contractor shall demonstrate the Quality Control processes used by the contractor to ensure safe and quality projects are accomplished.
2.5 Evaluation of Proposal:
1. The Government will evaluate the information submitted in response to the evaluation factors listed:
Contractor Organization & Technical Approach; Past Performance; Relevant Experience; and Contract Coefficients (price).
The technical (non-price related) evaluation factors are listed in descending order of importance.
Each of the sub-factors listed under the factors for Contractor Organization and Technical Approach are approximately equal in importance.
While the coefficients (price) evaluation factor is significantly less important than the Technical (non-price) factors, price will still be a substantial factor to determine overall value in the evaluation for award. The greater the equality of proposals, the more important price becomes in selecting the best value to the Government. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposals.
2. Proposals submitted in response to RFP VA-250-12-R-0006 shall include sections addressing Contractor Organization & Technical Approach; Past Performance; Relevant Experience, and Contract Coefficients (price). An Offerors failure to provide the information specified in solicitation may result in that proposal not being considered for award. The proposal shall represent the Offerors best effort to respond to the solicitation.
NOTE: The VA will use the general criteria in proposal evaluation as outlined in FAR 15.3.
2.6 Basis for Award:


  1. As a basis for award, all technical evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED CONTRACT COEFFICIENT(S). However, the degree of importance of price as a factor could become greater depending upon the equality of the proposals for factors evaluated. The greater the equality of proposals, the more important price, and other price factors become in selecting the best value to the Government. Unreasonably high or low proposed prices may be grounds for eliminating a proposal from competition either on the basis that the Offeror does not understand the requirement or the Offeror has made an unreasonable/unrealistic proposal.




  1. Submittal requirements for the evaluation are contained in the “Evaluation Factors for Award” section of the solicitation. Offerors will also be required to separately submit their price proposals.




  1. The Trade-Off process allows the flexibility to subjectively compare technical and cost factors to determine the value of relative strengths, weaknesses, and risks of the proposals. The tradeoff process is essential to evaluate and compare factors in addition to price in order to select the most advantageous proposal and obtain the best value to the Government.

Yüklə 1,91 Mb.

Dostları ilə paylaş:
1   2   3   4   5   6   7   8   9   ...   24




Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©muhaz.org 2024
rəhbərliyinə müraciət

gir | qeydiyyatdan keç
    Ana səhifə


yükləyin