Www.vendorportal.ecms.va.gov



5. PROJECT NUMBER (if applicable)CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NUMBERCODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NUMBER3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NUMBER9B. DATEDPAGEOF PAGES10A. MODIFICATION OF CONTRACT/ORDER NUMBER10B. DATEDBPA NO.1. CONTRACT ID CODEFACILITY CODECODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of OffersE. IMPORTANT:is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAYis not extended.12. ACCOUNTING AND APPROPRIATION DATA(REV. 11/2016)is required to sign this document and return ___________ copies to the issuing office.is not,A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.15C. DATE SIGNEDB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:D. OTHERBYContractor16C. DATE SIGNED14. DESCRIPTION OF AMENDMENT/MODIFICATION16B. UNITED STATES OF AMERICAExcept as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.15A. NAME AND TITLE OF SIGNER16A. NAME AND TITLE OF CONTRACTING OFFICER15B. CONTRACTOR/OFFERORSTANDARD FORM 30 PREVIOUS EDITION NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.243(Type or print)(Type or print)(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)(Number, street, county, State and ZIP Code)(If other than Item 6)(Specify type of modification and authority)(such as changes in paying office, appropriation date, etc.)(If required)(SEE ITEM 11)(SEE ITEM 13)(X)CHECKONE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT(Signature of person authorized to sign)(Signature of Contracting Officer)118A0000108-17-201736C776Department of Veterans AffairsProgram Contracting Activity Central6150 Oak Tree Blvd, Suite 300Independence OH 4413136C776Department of Veterans AffairsProgram Contracting Activity Central6150 Oak Tree Blvd, Suite 300Independence OH 44131To all Offerors/Bidders VA701-17-Q-014008-11-2017 XXX1The purpose of this amendment is to: 1) update the following attachments that have been changed since solicitation posting. Deletions are designated by struck through text and additions are designated by yellow highlighted text. ATTACHMENT A - IDIQ PWS V3.1 Task Order 1 V2.1 Task Order 2 Warehousing V3.1 2) change language in Section E.2 Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items3) answer contractor questions. All other terms and conditions remain unchanged. Heidi Gallaher CONTINUATION PAGESee attached document: ATTACHMENT A - IDIQ PWS V3.1.See attached document: Task Order 1 V2.1.See attached document: Task Order 2 Warehousing V 3.1.The following language has been changed in subsection (F) of Section E.2 Addendum to FAR 52.212-1 Instructions to Offerors – Commercial Items of the solicitation:Language has been changed from:(F) Information to be Submitted(1) Technical Submission: The technical submission must demonstrate that your company has a thorough understanding of the work to be performed and the technical capability to perform the work. The technical submission is limited to 20 pages, not including Key Personnel resumes. The technical submission should include:a. How you propose to meet the Government’s schedule for this requirementand has been changed to:(F) Information to be Submitted(1) Technical Submission: The technical submission must demonstrate that your company has a thorough understanding of the work to be performed and the technical capability to perform the work. The technical submission is limited to 20 pages, not including Key Personnel resumes. The technical submission should include:a. How you propose to meet the Government’s schedule for this requirement based upon the current information provided.SOLICITATION QUESTIONSVA701-17-Q-0140SAN DIEGO IOT&A IDIQQuestion: In the Attainia report it does not list JSN’s please provide these since this is the VA standard and available in Attainia.Answer: The JSNs are listed in the Attainia PLAN. They are not included on every report. Reports can be provided to include this information after contract award.Questions: You have left out equipment planner as a key personnel – has?all equipment been specified including all configurations- make/model/ and options?? If not please include this as key personnel since it is very important.Answer: Section B.3 allows you to add proposed labor. Attainia Professional Services will be validating the FF&E listing per the responsibility matrix (Attachment K), but will not be performing full equipment planning. Question: Is there a new facility design for both facilities?Answer: We currently only have Concept Plans for both Chula Vista and San Diego. Once the award is made, the contractor will provide plans specific to the site selected. We do expect from a design standpoint that there will be different “flavors” between the two facilities regarding the overall design look.? The developer/architectural work will drive a lot of our work which also follows the VA Standards.? We don’t know who will get either lease award at the moment, I’ve seen it go from being very bare bones basic?in design to very elaborate – far more than expected.? Note that furnishings are to follow the new standards rolling out in La Jolla.? The goal is flexibility and continuity with standards. ?We are inputting into Attainia right now our basic standards and we already have most of the finishes, brands, and items needed on the furnishings side specified Question: My suggestion based upon the experience in other VA facilities is that an inventory needs to be taken prior to user?group meetings and finalizing design in order to present the available and recommended reuse based upon the VA’s 2 years?of useful life at transition process. Please present this inventory? If it has not yet been taken, my suggestion is that?you add that requirement to the PWS as it will certainly save the government money, time, and risk.Answer: See answer to question 3.Question: I see equipment planning listed in the scope but not key personnel – suggest you change this.?? There should be an equipment planner with the same federal healthcare experience as other key personnel (not PMP)Answer: See answer to question 2. Question: Do you intend to have?all key?personnel required?to be onsite local area ?(at contractor provided office space or alternate work site(s) (i.e., the warehouse, old clinic space, VA Medical Center Campus). Normal workdays are Monday through Friday, except US Federal Holidays. Typical work days are eight (8) hours per day, 40 hours per week) or when deemed necessary by the Pre-planning contractor since this is a performance based contract?Answer: Personnel on-site will be up to the Contractor to determine. Each task order will require a labor mix, to include personnel responsible for completing the work. The Contractor will determine the “who, what and where”. There is an expectation that Key Personnel be on-site and available to fulfil the requirements of each Task Order and to be available to the Government activation team during the “normal workday” hours listed in the PWS.Question: Sir it will greatly enhance the success of the project to mandate federal healthcare experience? for all personnel – they will then understand the use of JSN’s which is a VA? standard.? Without this it will be very difficult to achieve the success you?are seeking. Answer: The only Key Personnel that doesn’t have a requirement of “federal” healthcare experience is the senior designer and the Warehousing Supervisor. If your personnel have that experience, then make sure it’s included in their resumes. The Contracting Officer feels that to allow adequate competition amongst SDVOSBs, there are Key Personnel with a requirement of experience in healthcare facilities but not necessarily federal healthcare facilities. The use of JSN numbers can be learned. See Section 5 Applicable Documents “LL” in the IDIQ PWS for the link to JSN numbers.Question: The senior designer does not need federal healthcare experience currently in the RFP.? This should be changed to required – we are dealing with drawings that?will be done with JSN’s on the drawings.? Without federal healthcare experience, it will be impossible for the designer to do this successfully.Answer: See answer to #7 above. The experience requirements for the Senior Designer include healthcare facility experience. Contractors may propose a Senior Designer with federal healthcare experience. The minimum qualifications are those that are listed. Key Personnel experience is listed so to allow adequate competition amongst SDVOSBs.Question: What will the PM do fulltime?onsite for 5 years? This seems very excessive??? Suggest instead that the PM be onsite to lead all user group design meetings which should not take over one year.? After design is?done then what will the PM do fulltime onsite until the actual activation?? Answer: The PM is not onsite for 5 years. The PM will be the overall responsible party to the work requirements of each individual task order. The IDIQ Period of Performance is 5 years, i.e., the ordering period of the IDIQ. Period of Performances will be set for each task order. The PM should be “on-site” for the period of the task order if required. See changes to PM on-site requirements in the IDIQ PWS section 13.2.1 “Project Management Support Services”Question: The design by the Pre-planning contractor cannot take place until the land lords architect provides the building design and SID. When will this be complete??Answer: design development plans, those will come after the award of the clinics. Chula Vista is scheduled to be awarded by September 30,2017 and San Diego by March 2018.Question: Based upon the information in the solicitation if lease for Chula Vista is awarded 9/2017 when will the land lord have?Revit drawings to provide to the pre-planning contractor to start design?Answer: The land lord/contractor will not provide REVIT?drawings. The REVIT drawings are to be developed through this contract.? We anticipate having updated designs within 3 months from award. Revit drawings can be developed from the concept plans for now.Question: User group meetings should not start until we can create a design.? There will be nothing to see. Is there some other tasks you?require prior to the landlord design being completed?? I strongly suggest a complete inventory be completed of all existing spaces.Answer: The concept plans are the basis of design for both clinics. We will focus on the FF&E information for the different types of rooms in the clinics and we will refine when the updated design is provided. Yes- the current inventory is something we will do immediately.User group meeting should begin as soon as possible.? Though we have the standard space standards the actual specific solutions for an item may not have been identified yet.? For example, the On Stage/Off Stage arrangement is new to VA San Diego.? Comments back so far from existing exam room configurations are that the Ergotron mounted computer mounts are not adequate in exam rooms.? To find the best solution the mock-ups will provide opportunities to try various manufactures’ solutions. We know we need a small writing surface, that the computer has a standup/sit down capability, that the practitioner can face the patient while sited at the end of the exam chair/table and that to view a screen there needs to be almost a triangle configuration.? ?We need problem solving support which to hear and understand the users’ needs will require user group meetings.? Your role will also include preparing presentations of options and sourcing various options for mock-up and hands on testing.Please note that no furniture, with the exception of some more recently purchased exam tables will be used in the new facilities.? The inventory will give a snap shot of what they are familiar with now, a list to compare to of what not to forget to plan for or provide an alternate solution for, and used primarily for planning for vacating the old spaces including quantifying for re-use later by the facility.Through the user meetings you will find that exam rooms will house little storage so discussions on how the functions of restocking, inventory, the logistics of specific carts and supplies, linens, cubical drapes, etc. all need to be part of an operational discussion which drives how we specifically outfit with specific furniture each space.? This is just one example how user groups need to begin immediately to gather information, propose alternate?“out of the box” healthcare solutions and provide the group an opportunity to experience alternate solutions prior to final determinations for purchasing.There will be little “design” – meaning architectural or FF&E material finishes involved in this project.? The AIA has already proposed finishes and we have our standard furniture finishes so that we have full flexibility for managing same furnishings as our main hospital is upgrading to.? We will need fabric selection options which will require furniture/finish testing to pass CTB133.? This alone may well limit our fabric options. Question: Signage and wayfinding services both external and internal?? Do you?have signage standards you can provide?? Are we validating the land lord signage package or providing a complete new one?Answer: Yes, the signage and wayfinding is for both internal and external. Yes, the VA has signage standards available at: (See Section 5 “RR” for added link).The contractor will provide a limited signage plan that we review and fill in the gaps where needed. Both validating and providing design input is part of this contract. The signage schedule will be filled out by this contract. Signage/Wayfinding will tie-in to the artwork plan that is to be provided by this contract. ?Wayfinding can be accomplished in various ways – do keep this in mind that it may not just be signs and artwork.? We are seeking ideas and solutions that we may not be aware of.? The contractor will assist with innovation, research, design development, contract development and execution.? Once the construction contract is awarded we will know what influence we have on the interior (and exterior to some extent) signage design or “look” in particular.? The VA Signage standards does not limit us on the “design look – colors, materials” rather we must keep to the formats, font, spacing, flexibility, insert sizes, justifications, etc.? We have recently limited signage options here at the hospital and making improvements to a newer sign system that did not meet VA standards… to bring our new signage into VA compliance.? Most of the contractor’s work will involve the creation, reviewing of the numbering plans (per VA Signage Guide) with VA designer support for continuity between facilities along with the development of complete signage schedules including all insert messages.? The VA also has what is called “space files”, which limits what we can refer to spaces as – and is used for various work-order and reference purposes.? Contractor will be expected to also create the Excel file or the Space File schedule for uploading into our VISTA system. ?These two “schedules” are similar but different.? ?At this time, I believe the construction contract provides the signage itself but the contractor will look to us for guidance that meets the TIL requirements.? Question: Are you looking for just?hourly rates for activation support services since there is no real scope yet?Answer: When “activation support services” are ordered, the contractor will be expected to use the hourly rates and labor categories awarded under the IDIQ to price the firm fixed price deliverables. If the task requires labor categories that are not awarded in the IDIQ, a modification may be done to incorporate the required labor and rates (determined fair and reasonable at time of modification).Question: It is impossible to provide pricing for relocation services without the following information up front with this solicitation without the below information:? Otherwise what would the quote be based upon?? Or do you just want?a ROM and understand the number will change during the design process and user meetings as we finalize reuse vs new,? etc..?Answer: Relocation services will be priced at the task order level when those services are ordered.Question: Why would reuse be coming from a warehouse? Answer: It’s possible that the Government wishes to store reuse equipment in the space for any given period, should there be enough space. The Government has that option.Question: Number of personnel to move by department from existing to new facility (this determines number of cartons per person-which equates to volume and man hours)Answer: These requirements will be determined when the need arises and a task order is issued with those details.Question: Linear footage of existing files to be packed, moved and unpacked. Answer: These requirements will be determined when the need arises and a task order is issued with those details.Question: Listing of?reuse equipment currently scheduled to be moved Answer: These requirements will be determined when the need arises and a task order is issued with those details.Question: Location of new building vs existing Answer: The addresses of the new buildings are not available until the leases are signed. The existing building addresses are provided in Task Order 2 -Warehousing services Section 5 Place of Performance page 2. The new building lease requirements in the lease solicitation are below.Chula Vista: Mission Valley/San Diego:Question: Are we bidding the cost of the warehouse upfront?? For how long?? How much space?? Or are we to determine the warehouse requirements during the design process?? Then price with a Task Order?Answer: Per section 7 Page 3 of the Task Order 2 – Warehousing services “. The contractor shall determine and propose the actual space requirements (i.e., square footage) based on the attached FF&E list (Attachment C1 and C2). Task Order 2, Section 8 Space Requirements, Page 3 states “The VA is seeking usable square feet (SF) of floor space TBD by the contractor. The usable SF should be expandable and shrinkable based on need and lifecycle of the activations project. Refer to the construction schedule (Attachment L) to determine monthly size needs. The contractor shall determine and propose the total square footage needed, to include the amount of racking needed.” Per Section 3 Period of Performance, Page 2 “The period of performance under this task order shall be from Date of Task Order Award for a period of three years.” This the task order for Warehousing requirements, Contractor shall price the task order as required.Question: The Attainia database requires more information regarding the responsible party to provide:? Example built in millwork is 99% of the time provided by the general contractor.? In this solicitation it says contractor but that could mean the general contractor or the pre planning contractor.? Do you have more information so we can evaluate real costs?Answer: See Attachment K FF&E Responsibility Matrix for contractor responsibilities as they pertain to FF&E and the Attainia Database.Question: I see furniture is listed being provided and installed by the owner in Attainia reports provided with the solicitations.?? Does?that mean the government will both do the acquisition packages and the installation? Answer: Contractor is responsible for installation for any items where installation services are not included in the purchase of the FF&E. Contractor will assist with the acquisition packages.Question: For our mock up requirements will we be able to price out the FF&E required?? Is it your thought that the mock up sites be installed after the pre planner has fully designed the space and you are looking for sample FF&E to be installed for VA personnel to use? for work flow training?? Or are you thinking the mock up requirement will be completed prior to final design to make sure?the final design takes into consideration comments from the mock up tours? Answer: This will be determined by the site. If they need a mock-up after the pre-planning and/or prior to final design, it will be performed. It can be either or both, depending on what is needed by the site. See section 9.5 of Task Order 2 for mock up requirements.Question: Assuming Task Order # 1 PM support item 9.? TO1-27 should say Warranty instead of warrant?Answer: Yes Question: Where do you?want all the pricing for this solicitation?? I did not see a pricing spreadsheet.Answer: See page 37 (F)(3) Pricing Submission for instructions on pricing in the solicitation. Each Task order requires Firm Fixed pricing under the Task/Delivery and Invoicing section. The only pricing required on the IDIQ is under Section B.3 Labor and Labor Rates proposed.Question: Where do you want us to price ODC’s (Travel) What do we base this on?Answer: Per Section 11 (page 6) of the IDIQ PWS (Attachment A), first sentence of the section “Travel shall be in accordance with individual Task Order requirements. Cost reimbursable-not to exceed (NTE) travel will be funded at the Task Order level.” Task Order 1 and Task Order 2 does not have any requirements for travel, as stated in the “Travel” section of each Task Order PWS.Question: Are we to price the warehouse?up front?Answer: See answer in Question #21Question: Are we to price movers, installers, trucks, drivers, etc?up front or just?the hourly cost for each position then during the design phase and updated project information timeframe we will learn more and the government will provide a more formal request for these services?? Answer: The Transportation task is hereby deleted from Task Order 2 – Warehousing services and will be ordered under a future task order when updated project information becomes available. Labor Categories for Transportation services should be included under the Labor and Labor Mix matrix for future pricing.Question: A Basis of Estimate worksheet to show detail of the proposed labor mix of each deliverable for both Task Orders. Can you provide an example of what you are looking to see?Answer: It is up to the Contractor to submit their own worksheet (excel spreadsheet) for each task order that provides for the labor and labor rates (labor mix) for each deliverable to show how the firm fixed price was calculated, using the Labor and labor rates proposed under Section B.3 of the IDIQ PWS should be used.Question: Are we pricing hourly rates for labor positions per year? Then specific task order will be developed and we are to answer using the rates we submitted?Answer: yes. Labor proposed under the IDIQ will be used to calculate firm fixed prices at the task order level. Section B.3 of the IDIQ allows for the proposal of escalated rates throughout the period of performance of the IDIQ.Question with answers: The dates you have provided do not have enough information to answer this question:?“How you propose to meet the Government’s schedule for this requirement”. Please provide the following dates if you want the answer to the question accurately or please let me know what you mean by the question?Contract Award Date to Pre-planner: This IDIQ includes Pre-Planning services. This IDIQ is a combo Pre-planning and IOT&A activation services. IDIQ contract award date with first two task orders is expected no later than September 30, 2017.Lease award date (When the VA will award the lease to the landlord for each facility – See “Attachment L Construction Schedule”Design by Landlord 35% ?date - TBDDesign by Landlord 65% date -TBDDesign by Landlord final date - TBDConstruction start date -TBDConstruction Completion Date – See Attachment “L Construction Schedule”First date to start outfitting the new space (BOD) - See Attachment “L Construction Schedule”Required date to see first patient (OFB- Open for Business) – See “1 Objective” under the IDIQ PWS Attachment A. First Day of Clinical Services is explained in the first paragraph of the IDIQ PWSContract End Date: This IDIQ has a five-year Period of Performance. Each individual task order will have its own separate task order.See updated language on the SF30 Amendment for “Instructions to offerors” ((F) Information to be Submitted(1) Technical Submission: The technical submission must demonstrate that your company has a thorough understanding of the work to be performed and the technical capability to perform the work. The technical submission is limited to 20 pages, not including Key Personnel resumes. The technical submission should include:a. How you propose to meet the Government’s schedule for this requirement based upon the current information provided.Question: How are these services currently being performed? Under contract? In-house?Answer: These services are not currently being performed at this siteQuestion: If these requirements are currently being performed under a contract, who is the Contractor?Answer: These services are not currently being performed at this siteQuestion: What is the contract number?Answer: See answer above in 33.Question: When does the contract expire?Answer: See answer above in 33.Question: What is the current contract value?Answer: See answer above in 33.Question: Can we use as references 2 of our subcontractors references as part of our 4?Answer: YesQuestion: With regards to key personnel – does the IDIQ mandate the PM be fulltime onsite at either location San Diego or Chula Vista?? Please define fulltime. Where do we show this price for?the 5 years of the contract?Answer: See answer to Question #9Question: With regards to the mandatory PMP for the PM, I don’t believe it was part of the pre-solicitation,?would you consider the PM attaining his?PMP within the first 6 mos of the contract?? This will increase the size of the pool of competition by the SDVOSB companies.Answer: The experience for the PM in the IDIQ under Key Personnel has been updated to reflect “certified within 6 months of contract award” Question: Since the requirement to follow the Milstd 1691 nomenclature – ?I suggest you change the requirement for the designer to ?must have federal healthcare experience if you are expecting the pre planner to do the layouts and JSN’s on the? drawings. Without this knowledge of the JSN nomenclature and logic? it will almost be impossible for the designer to be successful.Answer: The use of JSN numbers can be learned. See Section 5 Applicable Documents “LL” in the IDIQ PWS for the link to JSN numbersQuestion: The only pricing that?you are expecting with the IDIQ is the table Labor and Labor Rates is that accurate?Answer: Yes. Refer to Section page 37 (F)(3) Pricing Submission for instructions on pricing in the solicitationQuestion: Can we submit some past performance from some of our sub contractor teaming partners or can we utilize non -federal healthcare projects?Answer: It’s up to you to decide what projects to submit for Past performance. Refer to Section E.7 Evaluation of Offerors Section 2. “The Government will evaluate the offeror’s past performance on active and physically completed federal contracts. The Government will contact the Offeror’s submitted references on government contracts. The Offeror should provide up to four references for similar services that they have provided under government contracts within the past five years. “Question: Are we writing technical responses to both projects?Answer: One technical response for both Chula Vista and Mission Valley Projects. Task Orders will be issued under this IDIQ for both projects.Question: In the “Labor and Labor Rate Matrix”, are we allowed to add categories?? Or are there?specific ones you want to see outside of the key personnel?Answer: Key Personnel should definitely be included in the matrix along with any labor category the contractor feels is essential in providing services under the IDIQ to meet the PWS requirements.Question: Where do we show the pricing for all ODC’s in our offer?Answer: ODCs are identified at the task order levelQuestion: If not all tasks or deliverables are mandated unless ordered how do we estimate our?staff?? Based upon this statement how can a PM be fulltime? Answer: Staffing should be determined at the Task Order level. See answer to question #9 for changes to the IDIQ PWS regarding PM.Question: Task Orders will require personnel experienced with the following labor disciplines:? Project Management, Clinical Operations, Facility Planning, Systems Engineering, Fire Protection, Data management, Interior Design, Space Planning, Medical Equipment, Transition/Relocation, Low Voltage Systems, Information Management/Information Technology (IM/IT), Logistics, Procurement, and Biomedical Equipment. Does the?above statement mean we need to propose labor categories that include the specialties above at the IDIQ level?? Answer: It is up to the contractor to propose labor categories they plan to use to meet the requirements of the PWS. That statement gives you an example of the personnel that will be needed.Question: Is the kick off meeting a task within the task order?? If not how do we get travel authorization and price the effort?Answer: The Kick-off meeting is not a deliverable. The Kick off meeting is part of the administrative effort. There is no reimbursable travel involved. The kick off meeting will take place once contract personnel has been mobilized to the site to begin work. The Government does not pay the Contractor for on-site meetings when the Place of Performance under the Contract is local to the site of the kick off meeting.Question: Are?we creating the art package to include picking out the images?creating the cut sheets , locations, and the acquisition package? Answer: The PWS describes the work “ The Contractor shall develop the artwork package. ?Artwork involves a detailed design process which includes selection of the artwork, sizing, and placement. ?Each piece of art shall be single matted and framed. ?The design shall include the selection of the artwork, matting, glazing, and framing. ?Each piece of art shall be individually placed and mounted using approved security mounting. ?The design effort shall consider all types of artwork to include, but is not limited to mandatory postings displays, purchased art, themed art, wayfinding, installation/security, and matting/framing. ?Each piece of art should only be used once in the facility. ?The Contractor shall provide an artwork placement plan and artwork cut sheets. The Contractor shall present at a minimum of ten theme submittals with representative images of at least 50 image selections prior to sign-off by the Government.” ALL procurement packages will be done in a separate task order. The art procurement will be listed in the Acquisition plan. The Contractor will need to assist the site with the paperwork submittal to VACO for Artwork approval Submittal instructions and project budget limitations are outlined in the VA’s Artwork Directive 395. We anticipate the majority of the “art” will be simple photographic images standardly available for purchase through sources such as Shutterstock & Getty Images. Budget (based on the percentage of the construction contract) will dictate if any custom or limited addition art can be included in the Acquisition Plan.Question: Will it be our responsibility to take the Attainia equipment list and place into the drawing we are given?Answer: YesQuestion: If we are given the drawings by the VA and must input all the FF&E from Attainia what happens when some of it does not fit?Answer: During the design phase, the architect should be looking at the physical requirements of each piece of FF&E to be sure it fits in the room. There are many requirements such as rough-in and clearances that will make it necessary for the architect to do this.Question: When is the DB RFP due back to the contractor so we can include our comments?Answer: We aren’t looking for contractor comments on the Design Build RFP. Once we award the?DB contract, the design development drawings will be submitted for review per deliverable 016.Question: When will we receive the A/E SID package so we can include this information into our CID package?Answer: At the moment, the only available information is the conceptual drawings for the two clinics. We will share the floor plans in PDF and AutoCAD version at time of award.Question: Has someone vetted the Attainia list and already placed it in a drawing so we have a start from design?? Answer: The Attainia PLAN list will be vetted as far as content. The purpose of the Attainia Professional Services team is to validate the FF&E based on the end user’s needs. ?Attainia will not be doing the FF&E placement drawings.Question: Is the MEP included in the drawing we will be provided?Answer: This is determined by the architect and engineer. Generally, every set of drawings will include MEP information as a part of the submittals.Question: Please provide all drawings in REVIT instead of export to CAD – it is much more efficient and better to work within the same tool (REVIT) We suggest all firms work in REVIT.Answer: Noted. Details can be discussed after IDIQ award. Other contractors may have a different opinion.Question: Based upon the?number of changes during the user group meetings this will affect the time required to build and update the cut sheets – can we please make sure there is ample time to produce the required deliverables.? Creating accurate cut sheets takes a great deal of time.Answer: Timing can be discussed with the COR and the Government Activation team during the kick off and due dates can be adjusted via modification if necessary.Question: “The Contractor shall provide professional services to include all labor, materials, transportation, and equipment to conduct and provide IOT&A support services to accomplish the PWS tasks. The scope includes project support for planning, outfitting, and transitioning the staff and patients to the new Chula Vista and San Diego CBOCs during FY17 through FY20.”? This statement is included in the TASK Order description – I am confused by IDIQ period of performance of 5 years and a three year period of performance at the task order level?? I am confused by these durations – can you explain please what we should?expect and price for?Answer: The 5 year period of performance under the IDIQ is the ordering period. Each Task order will have its own period of performance. Task Orders will not be placed after the period of performance of five years on the IDIQ has expired. Please note, that once the minimum ordering amount on the IDIQ has been met (which it will with the ordering of Task Order 1 and Task Order 2), the Government makes no further guarantees on orders. However, it should be reasonably expected that task orders will be issues until projects are completed.Question: Are you truly looking for us to price 37 task orders individually?? If so an example above for?the Kick off meeting is?not included?? User?group meetings are not included. ?If all?cut sheets are?due 60 days after notice to proceed for both projects that is not enough time.Answer: Only deliverables included at the Task Order level should be priced. Timing can be discussed with the COR and the Government Activation team during the kick off and due dates can be adjusted via modification if necessary.Question: Inventory is due 30 days after NTP would mean that the team would have to onsite two week after NTP and inventory both sites compile all the information,?create the reuse report in time for the?user?group meetings?? Answer: See answer to #60 above.Question: Please provide information as to who is providing the design documents stated in the task order?? Is this the A/E for the Landlord or is this the IOT contractor?? Answer: Per section 7.7 of Task Order 1 “ The Contractor shall consider the COR the final source for needed Government documentation”Question: Please provide existing facility drawings showing current departments, room numbers?Answer: Will be available after Contract awardQuestion: Please provide current inventory of both sites in excel to evaluate the cost of conducting the?inventory and to review the current state of equipment that might be reused? Answer: See Attachments C1 and C2 Question: Where do we price the actual warehouse, move and transition labor that is described in the PWS but not in the task order?? Answer: Refer to the Warehousing Task Order #2. Actual warehouse is included under deliverable TO2-059. When the move and transition services are required, a Task order will be issued and pricing will be required at that time. Please see answer to Question #29.Question: How do we price the mock up?? What is expected by the IO Contactor?? Answer: You use your labor categories and proposed labor prices with a number of hours to complete to come up with a firm fixed price of mock up services. Mock up services are explained under Task Order 2 Section 9.5. Task Order 2 Section 9.5 is hereby modified to include ODCs to allow costs associated with the Supplies and materials for mock up services.Question: When do we need to get the warehouse or do we if a task order does not exist?? Answer: Pricing for the warehouse will need to be included as part of your quote. However, once an award is made for the IDIQ and the Task Orders, the Contractor will be expected to procure the Warehouse at time of award per task order #2 requirements. Question: Are there specific submission instructions (e.g., what should be on the cover, font size, typeface). We did not see any specific requirements other than page length under “Technical Submission” on page 36 of the Solicitation.Answer: There are no specific submission requirements for layout, font size, type face, etc. Task Order 1 and Task Order 2, pricing, resumes are not part of the page limitation. The page limitation is only for the technical portion of the IDIQ. Question: Will the VA consider changing Project Manager qualification factors to consider experience and education in lieu of PMP certification?Answer: No. The PMP Certification requirements have been changed to 6 months after IDIQ award.Question: Under section 22. Contractor Furnished Equipment, what is the maximum number of laptops that the contractor will need to provide to the San Diego Health Care System activation team? Answer: Section 7.8 of Task Order #1, page 9 first line: “Contractor shall furnish six tablet computers”Question: Does the government have a list of available equipment that should be evaluated for reuse or should the IOTA contractor plan to provide inspection services to identify and evaluate the equipment in the existing equipment to determine a reuse recommendation?Answer: See Section 13.2.5 Deliverable #28 for details on the Reuse PlanQuestion: Does the IOTA contractor need to be prepared to help in the disposal of the equipment that remains in the existing buildings that will not be reused in the new clinic?Answer: See answer to question #71Question: Based on the number of solicitations being advertised by your office for IOT&A services, would you consider an extension of proposal due date by one week?Answer: This San Diego IDIQ PWS will not be extended. However, we may give consideration in extending other solicitations for similar projects out of our office.End of Document ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download