Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

C1DZ--36C77621R0194 - Construct Eye Clinic Minor Design - Mather

Process Number 36C77621R0194

USA

Dates:


Notice ID:

36C77621R0194

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

PCAC HEALTH INFORMATION (36C776)

Office:

PCAC HEALTH INFORMATION (36C776)

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

nov 16, 2021 07:02 am est

Original Published Date:

0000-00-00 00:00:00

Updated Response Date:

dec 01, 2021 02:00 pm est

Original Response Date:

dec 01, 2021 02:00 pm est

Inactive Policy:

manual

Updated Inactive Date:

mar 10, 2022

Original Inactive Date:

mar 10, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

service-disabled veteran-owned small business (sdvosb) set-aside (far 19.14)

Product Service Code:

c1dz - architect and engineering- construction: other hospital buildings

NAICS Code:

541330 - engineering services

Description:


Original Set Aside:

The purpose of this mod to previous pre-sol is to provide responses to the technical questions received: Question 1: We are interested in pursuing the above referenced project, but we have a question about the Design Within Funding Limitation of $716,853. Is that the cost for construction, or for the design? VA Response: That would be for design.The $716,853 amount listed was a typo and is to be disregarded. Question 2: Is it safe to assume that all the references in the Pre-solicitation Notice and the SOW to Hematology/Oncology, USP800/797 pharmacy compounding units, cancer treatment facilities, infusion centers, and renovation space are erroneous? VA Response: Please see the answer to question #4 as this has now been updated. Question 3: The construction budget for a new 11,500sf two-story facility of $8,500.000 seems light based on our recent experience at Loma Linda and Tucson with new construction. Can we assume that the Design Funding Limitation of $716,853 was based on this budget? VA Response: The Design Within Funding Limitation and Construction Budget amount is $8.5M. The $716,853 amount listed was a typo and is to be disregarded. Question 4: Can you also clarify the following section, is this a carry over from another submission? This project is for and Eye Clinic not blood lab or USP 800 correct? Specialized experience and technical competence in the design, construction, and construction period services provided for Hematology /Oncology Infusion Center. Provide specialized experience examples in healthcare planning and delivery. Any provided past performance information on projects should include relevant work with Hospitals, Civil, Architectural, Mechanical, Structural, Electrical, and physical security upgrades/installation. Include no more than six (6) Government and/or private projects that demonstrate relevant experience with project that are similar in size, scope and complexity, and experience with specialized building types requiring physical security measures. Offeror shall include at least two (2) examples of USP800/797 design experience. The A/E shall have completed at least two (2) different oncology / infusion centers and have the capacity and experience to design this type of healthcare facility. AE shall have at least five (5) years experience with designs in hospitals or other hospital related facilities. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. VA Response: This has been updated to: Specialized experience and technical competence in the design, construction, and construction period services provided for Hematology /Oncology Infusion Center. Provide specialized experience examples in healthcare planning and delivery. Any provided past performance information on projects should include relevant work with Hospitals, Civil, Architectural, Mechanical, Structural, Electrical, and physical security upgrades/installation. Include no more than six (6) Government and/or private projects that demonstrate relevant experience with project that are similar in size, scope and complexity, and experience with specialized building types requiring physical security measures. Offeror shall include at least two (2) examples of USP800/797 design experience. The A/E shall have completed at least two (2) different oncology / infusion centers and have the capacity and experience to design this type of healthcare facility. AE shall have at least five (5) years experience with designs in hospitals or other hospital related facilities. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Question #5 Can you clarify/elaborate on the Scope of Work to include the need for experience with USP800/797, as well as the need for Oncology/Hematology experience within the Eye Clinic? Clarification of the SOW will also allow us to determine if any additional Key Staff members will need to be included as a pertinent position related to the scope of work. VA Response: The following areas have now removed the reference for experience with USP800/797. The following areas now read as follows: Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. All submitted projects must be relevant in size and scope as they relate one or more of the following factors: Optometry/Ophthalmology and hospital experience shall be required experience in all submitted projects. The information for this factor shall be provided in Section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *Completed PPQs should be incorporated into the SF330 directly. PPQs should not be submitted to VHA PCAC directly. The PPQs will be counted towards the page limitations for this submission. PHASE II INTERVIEW PRESENTATION: Team Proposed for this Project: Provide an organizational chart of the team and discuss the roles of the key personnel for this project. If possible, include the assigned key personnel in the interview presentations. Describe the specialized experience and technical competence A/E Services to develop Construction Documents for site investigation/ renovation/ demolition/expansion of an existing Optometry/Ophthalmology Service and lessons learned / corrected from previous designs completed. Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Discuss ability, familiarization, or experience with VA design guides and directives and their interpretations and application to this design. Describe your specific experience with Optometry/Ophthalmology Service vs. VA requirements. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be approved by the VA. QUESTION #6 Reference Statement of Work, Section D. General Requirements, 14. Environmental (NEPA): Can you clarify the NEPA level of analysis required for this project? Are you pursuing Categorical Exclusion (CATEX), or are you pursuing additional services within the NEPA process? VA Response Categorical Exclusion (CATEX) would be what we are pursuing

Attachments / Links:


Document Size Updated date Download

Contact Information:


6150 OAK TREE BLVD SUITE 300

INDEPENDENCE , OH 44131

USA

Primary Point of Contacts:

Jason Schultz