Maryland Bids > Bid Detail

C1AZ--512A5-21-314 Improve Security Plazas at Perry Point - A/E

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159674303645928
Posted Date: Feb 13, 2023
Due Date: Mar 6, 2023
Solicitation No: 36C24523Q0300
Source: https://sam.gov/opp/6242fbb44e...
Follow
C1AZ--512A5-21-314 Improve Security Plazas at Perry Point - A/E
Active
Contract Opportunity
Notice ID
36C24523Q0300
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 13, 2023 02:19 pm EST
  • Original Response Date: Mar 06, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1AZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER ADMINISTRATIVE FACILITIES/SERVICE BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    VA Maryland HealthCare System – VISN5 Perry Point Campus Perry Point , MD 21902
    USA
Description
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 512A5-21-314 Improve Security Plazas at Perry Point. This Project will be located at VA Maryland HealthCare System VISN5 Perry Point - 59 Ave D, Perry Point, MD 21902.

This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $16.5 Million. Magnitude of Construction is between $1,000,000.00 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, 2023. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (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 VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to 48 CFR 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 SF 330 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).

SCOPE OF SERVICE REQUIRED
512A5-21-314 Improve Security Plazas at Perry Point

Provide all professional architectural and engineering (A/E) services necessary to develop complete condition surveys, construction bid drawings, construction bid specifications, cost estimates, project development site visits, and construction period administration services associated with a full renovation of existing Building 97 Gate House and reconfiguration of the main facility entrance at the Perry Point VA Medical Center, located in Perry Point, MD. Design and construction costs shall be within the constraints of the construction budget consistent with the Veterans Affairs (VA s) project team goals. Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies.
LOCATION
VA Maryland HealthCare System VISN5 Perry Point - 59 Ave D, Perry Point, MD 21902

COST RANGE
Estimated Construction Cost Range: Between $1,000,000 and $5,000,000.

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 and start and end dates for the construction are as follows:

ITEM DATE

Deliver Final Bid Documents 360 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/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. 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 two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope.
a. Project Manager: Proposed individual(s) shall have a minimum (5) years experience in this position, a minimum of (10) years experience in construction, and a minimum of a high school diploma or equivalent. At least one project in the past (8) years shall have been on a facility receiving physical security upgrades, under the direct supervision of this individual.
b. Quality Control Manager: Proposed quality control manager or managers shall, as a minimum, have (4) years experience at the journeyman level of any industrial construction trade or a 2-year technical degree and (5) years experience in this position. The QC Manager or any designated alternates shall be approved by the Contracting Officer.
c. Other key (non-specialized) Design staff.

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

Specifically, the offeror shall demonstrate proof of experience within the last (5) years that proposed prime or subcontracted company personnel have the required certifications and past experience in the following specialized technical fields:
Physical Security Designer (Certified Protection Professional (CPP) or Physical Security professional (PSP)), specifically with VA projects.
Historical Preservation Architecture and Section 106 Review.
Commissioning Agent.
Other Specialized Disciplines Asbestos VPIH, Registered Communications Distribution Designer (RCDD), Structural Blast Engineer.

CAPACITY
This factor evaluates the ability of the 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.

Contractor shall have ample primary and reserve staff available to complete the required
scope of work within the time frame allotted.

PAST PERFORMANCE: VISN5 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:
Contractor Performance Assessment Report System (CPARS), or
Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.
If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed 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 CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a 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, Lisa Lake, Contracting Officer, via email at lisa.lake2@va.gov, prior to the response date. A-Es shall not incorporate by references into their response 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 CPARS and PPQ evaluations will not be counted as part of the 50 page limitation and shall be attached to the SF330, behind the SF330 Part II document

Contractor shall furnish past performance information for at least (2) projects, but a maximum of (5) projects, similar in size or scope performed within the past (8) years. Firms shall submit at least two completed past performance questionnaires, (CPARS or PPQ). Firms that fail to furnish information requested will automatically be ranked as unacceptable in this category.

LOCATION
The A/E Firm proximity to the VA Maryland HealthCare System VISN5 Perry Point - 59 Ave D, Perry Point, MD 21902 is an evaluation criteria. Offices must be within a (200) mile radius of Perry Point VAMC.
This distance is determined according to http://maps.google.com/
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.

(6) The extent to which potential prime contractors identify and commit to the use of Service-Disabled Veteran-Owned Small Businesses, Veteran-Owned Small Businesses, and other types of Small Businesses as subcontractors. Use of in-house SDVOSB prime labor is also acceptable to meet socioeconomic goals.

(7) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.

PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified 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 1A to Part 1G and Part II of the SF330. The AE firm shall use Part 1H and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.

SUBMISSIONS THAT FAIL TO FOLLOW THE GUIDELINES ABOVE WILL BE CONSIDERED "UNRESPONSIVE"

LIMITATIONS
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2020) (DEVIATION)

(a) Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB:

(1) Means a small business concern

(i) Not less than 51 percent of which is owned by one or more service-disabled 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 service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition);

(ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran;

(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;

(iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA s Vendor Information Pages (VIP) database; and

(v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, provided that any reference therein to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB unless otherwise stated in this clause.

(2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

(3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).

(4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled Veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) above).

(b) General.

(1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered.

(2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award.

(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences.

(c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70.

(d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR part 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to the following:

(1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP- listed SDVOSBs.

(2) Supplies or products.

(i) In the case of a contract for supplies or products (other than from a non- manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs.

(ii) In the case of a contract for supplies from a non-manufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted.

(3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs.

(4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime may be paid to firms that are not VIP-listed SDVOSBs.

(5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For contracts referenced in (d)(2), (3), and (4) the cost of materials is excluded and are not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small businesses do not provide them. For additional information and more specific requirements on the limitations on subcontracting, refer to 13 CFR 125.6.

(e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows:

__X___By the end of the base term of the contract or order, and then by the end of each subsequent option period; or

_____By the end of the performance period for each order issued under the contract.

(f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.

(g) Precedence. Any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program takes precedence.

(h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406, Debarment).

SUBMISSION REQUIREMENTS
Qualified Service Disabled Veteran Owned Small Business firms are required to submit copies of the SF 330 (which can be downloaded from www.gsa.gov/forms) via email to the CO Richard Osborne at richard.osborne2@va.gov. All packages shall be submitted no later than: Monday, March 6, 2023 @ 3:00pm EST including Past Performance (CPARS) evaluations or Questionnaires (attachment 1).Â
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

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.osborne2@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 QUESTIONAIRE AND COVER LETTER

Complete one set of letters and forms for at least three projects identified in your firm s SF 330 Section F, Example Projects Which 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 Perry Point VA Medical Center request for SF 330, Architect-Engineer Qualifications for the Improve Security Plazas at Perry Point project. 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 Perry Point 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 March 6, 2023 directly to the VISN 5/Network Contracting Office (NCO 5) Contract Specialist. 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 Osborne, Contract Specialist
VISN 5 Networking Contracting Office (NCO 5)
Email: richard.osborne2@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 5 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 Osborne, Contract Specialist
VISN 5 Networking Contracting Office (NCO 5)
Department of Veterans Affairs
510 Butler Ave. Building 306A-9
Martinsburg, WV 25405
Email: Richard.osborne2@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







Attachments/Links
Attachments
Document File Size Access Updated Date
36C24523Q0300.docx (opens in new window)
34 KB
Public
Feb 13, 2023
file uploads

Links
Display Name Updated Date
Department of Veterans Affairs (opens in new window) Feb 13, 2023
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 13, 2023 02:19 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >