Www.vendorportal.ecms.va.gov



5. PROJECT NO.CODE7. ADMINISTERED BY2. AMENDMENT/MODIFICATION NO.CODE6. ISSUED BY8. NAME AND ADDRESS OF CONTRACTOR4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DATE9A. AMENDMENT OF SOLICITATION NO.9B. DATEDPAGE OF PAGES10A. MODIFICATION OF CONTRACT/ORDER NO.10B. 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 telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR AC- KNOWLEDGMENT 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. 10-83)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 telegram or letter, provided each telegram or letter 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 NSN 7540-01-152-8070PREVIOUS 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.)(No., 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)(If applicable)(SEE ITEM 11)(SEE ITEM 13)(X)(X)13. 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) 1 18A0000109-10-2012693-12-4-594-0185693-12-22200693Department of Veterans AffairsWilkes Barre VAMCAcquisitions (049E)1111 E End BlvdWilkes Barre PA 18711-003000693Department of Veterans AffairsWilkes Barre VAMCAcquisitions (049E)1111 E End BlvdWilkes Barre PA 18711-0030To all Offerors/BiddersVA244-12-R-141308-22-2012XXX121 Sep 2012 by 3:00PMX1The purpose of this amendment is to provide:1) answers to the Site Visit conducted on 29 Aug 2012;2) changes to drawing on page 2 and 3 identified by a red box. Upgrade CLCProject # 693-12-222Pre-Solicitation Site Meeting Minutes 29 Aug 2012 Introduction:Contract Specialist: Everett ShaverProject Manager/COR: Andrew CullipherEstablished rules of communication and the roles of the CO & COR: All questions and answers shall be directed at the Contract Specialist to recordContracting Officer will address questions concerning the contractCOTR will address questions concerning scope of the projectProvided solicitation highlights such as the following: NAICS Code: 236220 Commercial and Institutional Building ConstructionSize Standard: $33.5MMagnitude of Construction: Between $250,000 and $500,000Type of Set Aside: CVE Certified as 100% Service-Disabled Veteran Small Business (SDVOSB)GPS: NONEGFP: NONEDavis Bacon: YESBrand Name Clauses: NONEBid Deducts:Proposal Deduct No. 1 - All items listed in the base proposal, excluding item #6; Renovate Patient Bathroom Floors and Common Bathroom FloorsProposal Deduct No. 2 - All items listed in the base proposal, excluding item #7; renovate Dining Room Floor 2-146.Proposal Deduct No. 3 - All items listed in the base proposal, excluding item #6 and item #7.STATEMENT OF WORKUPGRADE COMMUNITY LIVING CENTER SECOND AND THIRD FLOOR PROJECT# 222REVISED: 7 SEP 2012General:The scope of work shall generally consist of, but not necessarily be limited to, providing all labor, materials, tools, equipment, permits, testing, and reports required for the renovation of corridors and rooms on the 2nd and 3rd floor of the Community Living Center (CLC) at the Wilkes-Barre Veteran Affairs (VA) Medical Facility. Any work determined by the contracting officer’s representative (COR) as having a significant impact on the operations of the facility shall be conducted on an after-hours schedule or limited hours schedule. All federal, state, and local code/regulations/standards shall be followed. The work shall be coordinated through the designated COR. All submittals including colors selection, material and products shall be approved by the COR.The work shall consist of renovating corridors and rooms listed in tables below and shown on attached drawings. The work consists of wallpaper removal, carpentry, installation of new doors, drywall repair, painting, cabinet installation, plumbing, counter top installation, installation of epoxy floors and installation/modification to patient privacy curtain system(s). The contractor shall site verify the project for obtaining and verifying all existing conditions details and dimensions of all sizes and any and all materials that will be need to complete the renovation.The scope of work is intended to describe the project in general. The contractor shall abide by all Infection Control Risk Assessment (ICRA) guidelines when performing this project. The contractor shall protect the floor from all construction demolition.All work shall be performed during normal business hours 8:00AM to 4:30PM Monday to Friday excluding national holidays. Exceptions to normal business hours work may be necessary to work in the within the Dementia ward and common use areas such as the dining hall. All exceptions will be approved by COR, the contractor shall make a request 72 hrs prior. All contractors shall have a company identification badge displayed at all times with their name and company clearly identified.Patient Privacy Curtains Modification:The contractor shall design and install a commercially available system to allow the uses of cubical curtains without conflicting with the operation of ceiling mounted patient lift(s). Currently, the curtain track is mounted on the ceiling, above the patient lift and often has to be left open or pulled over the patient lift system. The contractor shall modify the patient privacy curtain(s) systems listed in table 1.The existing curtains are made of an anti microbial fabric and have 18in of mesh material measured from the ceiling and are hemmed 12in above the floor. Should the contractor have to replace the existing curtains; then the replacement curtains shall meet the same specifications. Additionally, the replacements shall match the valances otherwise the contractor shall replace the valances to match the new curtains. Carpentry:The contractor shall remove and replace patient room, patient bathroom doors and other doors identified in table 2. The contractor shall replace the doors that open to the corridor(s) with 20 minute fire rating doors. All doors shall be impact resistant “Acrovyn door” or equivalent product with respect to the following. Door shall be designed to withstand twice the Window & Door Manufacturing Association (WDMA) requirements for extra heavy duty per TM-7; 2,000,000 duty cycles.Door surface material shall not support microbial growth (fungus & bacteria) resistant and be tested in accordance with ASTM G 21-96 and ASTM G 22-96 with a finding of “zero/no growth”. Fire doors shall comply with National Fire Protection Association (NFPA) 80 for clearance and fitting tolerances. Door Tolerances not specified in NFPA 80 shall comply with WDMA I.S.1A-04 for pre-fit tolerances. Door construction shall have a solid core, bonded rails and stiles. Tops and bottoms of doors shall be sealed to prevent moisture intrusion.Doors shall have impact resistant, field replaceable stiles. Doors faces shall be PVC free impact resistant surface that has a uniform composition throughout. Door face shall have been tested and passed ASTM D4060-90 for 28,000 cycles for resistance to abrasion. Door face shall have been tested and passed ASTM D-4226 (86 in/lb) for impact resistance.Door face shall have at least 6 faux wood finishes for selection. Door shall have the capability of installing an optional kick plate. The contractor shall install new copper alloy antimicrobial door handles on all patient room doors. The contractor shall remove and replace the existing protective door frame coverings on the patient rooms, patient bathrooms, and common rooms as identified in table 2. The contractor shall replace the protective door covering with new equipment with a design such as “Acrovyn B2 Frame Protector” or equivalent product with respect to the following. The protective door coverings shall be compatible with door frame (s) that may have hospital stops.Door frame protector shall not support microbial growth (fungus & bacteria) resistant and be tested in accordance with ASTM G 21-96 and ASTM G 22-96 with a finding of “zero/no growth” Door frame protector shall be designed and tested to with stand 10,000 cycles of Taber abrasion resistance testing per ASTM D 4060-7 without surface texture abrasion.Door frame protector shall be designed and tested to with stand 6” failure height when tested in accordance with ASTM F 476-84. Wallpaper Removal & Paint:The contractor shall remove the wallpaper from the corridors and rooms identified in table 3. The contractor will repair any damage to the wall, sand, smooth, prime and paint the walls with 2 coats of low VOC paint. (VOC; Volatile Organic Compound) The walls shall be two tones.The contractor shall paint the patient rooms, bathrooms (drywall & tile), doors, door frames and common areas identified in table 3 & 4. All colors will be chosen by VA.The contractor shall remove the paper murals in Corridor 2-4, repair any damage to the wall and paint the walls. The contractor shall procure and install new paper murals. The new mural shall be printed on materials designed to reduce the possibility of asphyxiation if removed from the wall and ingested. Contractor shall provide mural sample designs and material specification sheet to the government for approval. Renovate Rooms: (3-156 / 2-155 / 3-142 / 2-114)The contractor shall remove existing shelves, cabinets, counter tops and replace them with new as described in this section. Rooms 3-156 and 2-155 have counter top laboratory sinks.The contractor shall install new 22 ?”deep cabinets (minimum) and an L shaped counter tops in rooms.Counters shall be made of a non-porous acrylic material throughout. Laboratory sinks will remain in the same location and be installed/plumbed in the counter tops. The contractor shall design the cabinetry to accommodate the existing equipment such as the sink, refrigerator, and secure medication storage.Counters shall be made of a solid surface with the following minimum characteristics. Counter shall be manufactured with a uniform non-porous acrylic material throughout. The counter shall be non-porous surface with a smooth seamless construction.The Counter material shall have tensile strength > 5,500 psi per the ASTM D 638 test. The Counter material shall have flexural strength > 9,500 psi per the ASTM D 790 test. The Counter top shall have Rockwell hardness (M scale) >84. The Counter material shall not support microbial growth (fungus & bacteria) resistant and be tested in accordance with ASTM G 21 and ASTM G 22; with a finding of “zero growth”.The counter top material shall have been tested in accordance with ANSI Z124.3 and ANSI Z124.6, for wear, clean ability and stain resistance, and have passed. The contractor shall install open shelf wall mounted cabinets on the wall opposing the door. The cabinets will include a corner cabinet located near the sink and continuing along the wall. The minimum dimensions of the mounted cabinets will be of 13” deep, 30” high and run the entire length of the wall. The cabinets will have at least 4 shelves.The contractor shall provide and install one open shelf storage cabinet per room, the minimum dimensions of 18” deep, 84” high and 35”long. Storage cabinets will be mounted to the wall and behind the door(s) in rooms 3-156 and 2-155. The cabinets will have at least 6 shelves.All cabinets shall be manufactured with the same material(s) and will color/pattern coordinated. Contractor shall provide color samples.The contractor shall design the cabinetry to accommodate the existing equipment such as the sink, refrigerator, and secure medication storage. The contractor shall be responsible to coordinate relocation and/or installation of data or control wire associated with existing equipment within the rooms.The contractor shall repair any wall damage and paint the medication rooms, color to be chosen by VA.Room 3-142 The Contractor shall install new 24”deep cabinets and counter top along the south wall of the room. The counter top should be at least 8’ long. Counters shall be made of a solid surface with the following minimum characteristics. Counter shall be manufactured with a uniform non-porous acrylic material throughout. The counter shall be non-porous surface with a smooth seamless construction.The Counter top material shall have tensile strength > 5,500 psi per the ASTM D 638 test. The Counter top material shall have flexural strength > 9,500 psi per the ASTM D 790 test. The Counter top shall have Rockwell hardness (M scale) >84. The Counter top material shall not support microbial growth (fungus & bacteria) resistant and be tested in accordance with ASTM G 21 and ASTM G 22. The counter top material shall have been tested in accordance with ANSI Z124.3 and ANSI Z124.6, for wear, clean ability and stain resistance, and have passed. The contractor shall install open shelf wall mounted cabinets above the counter top. The minimum dimensions of the mounted cabinets will be of 13” deep, 30” high and 8’ long. The cabinets will have at least 4 shelves.The contractor shall provide and install one open shelf storage cabinet, the minimum dimensions of 18” deep, 84” high and 35”long. The cabinet will be mounted to the wall.All cabinets shall be manufactured with the same material(s) and shall color/pattern coordinated. The contractor shall be responsible to coordinate relocation and/or installation of data or control wire associated with existing equipment within the rooms.The contractor shall repair any wall damage and paint the medication room. Room 2-114 (Kitchen day room)The contractor shall remove existing shelves, cabinets, counter tops, sink and replace them with new as described in this section. The Contractor shall install new 24” cabinets and counter top along the north wall of the room. The counter top should be at least 12’ long. And integrate the existing stove and dish washer in to the design. The contractor shall plumb and make all electrical modifications necessary to integrate the appliances on the north wall. The contractor shall replace the existing sink with new kitchen sink. Counters shall be made of a solid surface with the following minimum characteristics. Counter shall be manufactured with a uniform non-porous acrylic material throughout. The counter shall be non-porous surface with a smooth seamless construction.The Counter top material shall have tensile strength > 5,500 psi per the ASTM D 638 test. The Counter top material shall have flexural strength > 9,500 psi per the ASTM D 790 test. The Counter top shall have Rockwell hardness (M scale) >84. The Counter top material shall not support microbial growth (fungus & bacteria) resistant and be tested in accordance with ASTM G 21 and ASTM G 22. The counter top material shall have been tested in accordance with ANSI Z124.3 and ANSI Z124.6, for wear, clean ability and stain resistance, and have passed.The contractor shall install wall mounted cabinets above the counter top; located on the north wall. The minimum dimensions of the mounted cabinets will be of 13” deep, 30” high and 8’ long. The cabinets will have at least 4 shelves. The intent of the government to create a “home kitchen” look. The Contractor shall install new 24” cabinets and counter top along the east wall of the room. The counter top should be at least 14’ long. And integrate the existing stove and dish washer in to the design. The contractor shall plumb and make all electrical modifications necessary to integrate the appliances on the north wall. Existing 120 volt electrical outlets are to remain to service small kitchen appliances. Counters shall be made of a solid surface with the following minimum characteristics. Counter shall be manufactured with a uniform non-porous acrylic material throughout. The counter shall be non-porous surface with a smooth seamless construction.The Counter top material shall have tensile strength > 5,500 psi per the ASTM D 638 test. The Counter top material shall have flexural strength > 9,500 psi per the ASTM D 790 test. The Counter top shall have Rockwell hardness (M scale) >84. The Counter top material shall not support microbial growth (fungus & bacteria) resistant and be tested in accordance with ASTM G 21 and ASTM G 22. The counter top material shall have been tested in accordance with ANSI Z124.3 and ANSI Z124.6, for wear, clean ability and stain resistance, and have passed. The contractor shall install wall mounted cabinets above the counter top; located on the east wall. The minimum dimensions of the mounted cabinets will be of 13” deep, 30” high and 14’ long. The cabinets will have at least 4 shelves. The intent of the government to create a “home kitchen” look.Renovate Patient bath room floors and common bathroom floors:The contractor shall remove/resurface the existing flooring system in the CLC patient bathrooms and common bathrooms as identified in table 5.The contractor shall install an epoxy floor system specifically designed for hospital bathrooms. The epoxy shall have manufacturer added antimicrobial compounds. The floor system shall have surface laded aggregate for traction and texture. The aggregate shall be rounded in shape, not angular, to facilitate cleaning. The epoxy shall be a low odor formula. The contractor shall provide a product specifications, marketing information and manufactures data on chemical/stain resistance in the request for proposal for evaluation by the government.The contractor shall remove baseboard trim and repair wall damage as needed.The contractor shall create a baseboard (Flash Cove) by using the epoxy flooring additive (s) to thicken the epoxy to create a seamless transition between floor and walls. The epoxy baseboard shall be at least 6 inches tall in patient bathrooms.The contractor shall install a non slip transition strip between the patient bedroom and the bathroom. The contractor shall install moisture resistance drop ceiling system common bathrooms. (2-121, 2-138, 3-122, 3-139) The contractor shall install the epoxy flooring in such a way that the slope facilitates draining of the showers. Within the common bathrooms the contractor shall install a non-slip transition strip between the shower(s) and bathroom.The Contractor shall replace existing toilet partitions with new system. Color to be chosen by the VA.The Contractor shall re-caulk and/or seal the existing wall panels/tile and create a flash cove between the epoxy shower floor and the walls.The contractor shall provide two maintenance manual to government providing manufactures information on cleaning and repair of flooring system.The cost for the renovation and installation of the patient bathrooms floors, section 6, shall be included in the bid as a “bid deduct”. The proposal shall include a break out of the cost for this specific section; such that the cost and associated work of the floor renovation can be removed from the overall bid in the event the government needs to reduce cost of the contract.Renovate dining room floor, Room 2-146:The contractor shall remove the existing flooring system in room 2-146, patient dining room.The contractor shall install a commercial homogenous sheet flooring system specifically designed for use in a hospital dining room application. The contractor shall provide a product specifications, marketing information and manufactures data on chemical/stain resistance in the request for proposal for evaluation by the government. The contractor shall remove baseboard trim and repair wall damage as needed. The contractor shall replace the baseboard trim with new trim.The contractor shall provide two maintenance manual to government providing information on cleaning and repair of flooring system. Additionally the contractor shall have manufactures representative provide an onsite training on repair and cleaning on the floor. The cost for the renovation and installation of new flooring in 2-146, section 7, shall be included in the bid as a “bid deduct”. The proposal should include a break out of the cost for this specific item; such that the cost and associated work of the floor renovation can be removed from the overall bid in the event the government needs to reduce cost of the contract. Miscellaneous:Contractor shall protect the floor from all debris during construction. The floor is not being replaced, if damaged the contractor shall be responsible for replacing the floor.The contractor shall remove and replace all wall attachments during the renovation(s) as necessary to complete the work identified above. Wall attachment may include but are not limited to signs, automatic hand sanitizers, handrails, switch plates, plastic door and wall protection devices. In the rooms that new cabinetry is installed the wall attachments may need to be relocated at the direction of the COR. The CLC will remain open during the renovation and the contractor shall plan to perform construction around the hospitals activities. The Government will release up to four bed spaces at any one time. Reference drawings for the number of beds per room. The contractor shall plan to erect infection control barrier, make renovation(s), clean work area after construction, remove infection control barrier, and allow government to occupy the space before subsequent rooms are released to the contractor for renovation.Table 1. Patient privacy curtains modificationTable 2. Replace Protective Door Frame coverings and DoorsTable 3. Wallpaper Removal & PantTable 4. Rooms to be Painted **** Patient rooms listed in table, patient bathrooms attached to listed rooms shall also be paintedTable 5. Bathroom Floors Renovation by Room Number ** * Note: C2-129 and C2-130 are located adjacent to C2-14A in the original building.** Patient rooms listed in table, patient bathrooms are attached to listed rooms. Typically patient bathrooms do not have room number placards but are shown on facility drawings as a subset of the room. e.g. 2-117 (bedroom), 2-117A (attached bathroom)Evaluation Criteria – Upgrade CLCProject # 693-12-222PROCEDURES FOR SUBMITTAL OF OFFERS AND PROPOSAL EVALUATION CRITERIA1. Overview.The intent of this solicitation is to select one contractor to provide professional construction services per attached Scope of Work (SOW) for: UPGRADE COMMUNITY LIVING CENTER SECOND AND THIRD FLOOR; Project# 693-12-2221.2 The Government intends to use the “Best Value” tradeoff process source selection approach in accordance with FAR 15.101-1. Award will be made to the responsive responsible offeror whose offer in conformance with this solicitation, results in the best value to the Government, price plus other factors considered. The Contracting Officer will award a firm fixed price contract to the responsive responsible offeror whom the Source Selection Authority determines conforms to the solicitation, is fair and reasonable and offers the best overall value to the Government, all factors considered. The Government reserves the right to accept other than the lowest priced offer or to reject all offers.2. Submittal of offers.2.1 Offerors submitting proposals for this project should limit submissions to data essential for evaluation of proposals, so that a minimum of time and monies will have been expended in preparing information required herein. However, in order to be effectively and equitably evaluated, the proposals must include information sufficiently detailed to clearly describe the offeror's experience, technical approach, and management capabilities to successfully complete the project. Proposals should follow in the order of sequence set forth in the Request For Proposal (RFP). Information provided out of sequence may not be evaluated and may result in the offeror's disqualification from award. Requirements stated in this RFP are minimums. Innovative, creative or cost-saving proposals that meet or exceed the requirements should be clearly noted and justified in the proposal; moreover, they are encouraged and will be rated accordingly. 2.2 Offerors must comply with the detailed instructions for the format and content of the proposal; proposals that do not comply with the detailed instructions for the format and content of the proposal may be considered non-responsive and may render the Offeror ineligible for award.2.3 Offerors shall submit their proposals to Everett Shaver at the VA Medical Center, 1111 East End Blvd, Wilkes-Barre, PA 18711, Room C6-60.2.4 All proposal materials shall be submitted with a table of contents and tabbed section dividers. The sections should parallel the submission requirements identified below. Volume I: Section 1Volume I: Section 1 Narrative must be typed using 11- point Times New Roman font. Narratives that are handwritten will not be evaluated and will result in a lower rating.Volume I: Section 2Volume I: Section 2 Provide three references for the past performance identified in 5.2.2 A. Selected past projects should be similar in size, scope and dollar value. Reference information should include project name, location, owner’s name, point of contact and telephone number. Prepare and send a reference questionnaire package for each project listed on your Section 2. Form for Contractor Past Performance is included attached to this document as “P09 PP Questionnaire”. Offerors must use this form as part of the submission. Volume II: Section 3Volume II: Section 3 shall be submitted as an original only, and shall be placed in a separate envelope, included in the proposal package.2.5 The construction magnitude for this project is between $250,000 and $500,000. The Government cannot guarantee that additional funds can be made available for award. Offerors are under no obligation to approach this cost range.3. Proposal Evaluation Process. 3.1 A Source Selection Evaluation Board (SSEB) comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. The identities of the SSEB personnel are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions required, as well as information obtained from other sources, e.g. past performance information. Offerors are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical/quality proposals are reviewed and rated without knowledge of the price offered. The number and identities of offerors are not revealed to anyone who is not involved in the evaluation and award process or to other offerors. Proposals will be evaluated based on the factors described herein, and award will be made to the responsive responsible offeror whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered.3.2 The evaluation process essentially consists of four parts: Proposal Compliance Review with Responsibility Determination, Technical/Quality Evaluation, Price Evaluation and Cost/Technical Trade-off Analysis.3.2.1 Proposal Compliance Review: This is an initial review to ensure that all required forms and certifications are complete and that a proposal was received.3.2.2 Technical/Quality Evaluation: The SSEB will evaluate and rate those proposals passing the first review, above. Proposals will be evaluated against the Evaluation Factors and Criteria identified in Par. 4.0 and Pars. 5.1.2, and 5.2.2.3.2.3 Price Evaluation: The CO will evaluate price proposals independent of the technical/qualityevaluation. The SSEB will not have access to price information until completion of the technical/quality evaluation.3.2.4 Cost/Technical Trade-off Analysis: After all above evaluations are complete, the SSEB willcompare the relative advantages and disadvantages of technical proposals and weigh against the prices. Note – Statement of Work (SOW) identifies project scope. The SSEB will then consider all factors to select the proposal offering the best value to the Government.4.0 Evaluation Factors4.1.1 Proposals will be evaluated in accordance with the Evaluation Factors identified below. Evaluation Factors are listed in descending order of importance with Factor 1 being the most important and Factor 3 being the least important. Technical and Past Performance, when combined, are significantly more important than price.Evaluation Factor 1 – Technical Capability - narrativeEvaluation Factor 2 – Past PerformanceEvaluation Factor 3 – Price4.1.2. As demonstrated in their proposals, Offerors shall be evaluated in terms of the Offeror’s ability to meet or exceed the project’s requirements as identified in the SOW, and those proposals demonstrating an ability to exceed specified requirements may be rated higher in those areas than proposals demonstrating only the ability to meet requirements. Offerors are reminded to include their best technical and price terms in their initial offer and not automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. The Government intends to make award to an Offeror submitting a conforming proposal without discussions, if deemed to be in the best interest of the Government.4.2 Volume I - Technical Proposal Section 1Technical Capability 1stSection 2 Past Performance 2nd4.3 Volume II - Price ProposalStandard Form 1442, Proposal Pricing Page 5.0 Volume I - Technical Proposal5.1 Section 1 – Technical Capability5.1.1 Submission RequirementsA. NarrativeProvide a clear, concise narrative (not to exceed 4 pages) describing the following features: The narrative shall include key features that will address:Design approach for replacement and or modification of patient privacy curtain system allowing the full operation and function of patient lift equipment while maintain patient privacy.The past experience and current capability to complete minor construction activities in an occupied nursing home environment with minimal impact to residents and staff.Design/layout of medicine storage rooms; including the selection of countertop, storage cabinets, shelves and overall functionality.The capacity and the experience to complete the project in 120 days, including a phasing plan and schedule showing the ability to complete the project within the specified time given the government’s constraints identified in the RFP.Design and material selection for new floor systems identified in the RFP.Also note any improvements exceeding the RFP requirements or betterments provided, including an explanation of proposed systems, as outlined in SOW.5.1.2 Evaluation CriteriaA. NarrativeThe Narrative will be evaluated for completeness and thoroughness, functionality and safety. Proposals that offer system preferences and demonstrate a complete understanding of the project requirements in SOW may receive additional consideration. Pages beyond the limited specified in paragraph 5.1.1 A, will not be read or evaluated.5.2 Section 2 – Past Performance5.2.1 Submission RequirementsA. Contractor Past PerformanceProvide three references for the past performance identified in 5.2.2 A. Selected past projects should be similar in size, scope and dollar value. Reference information should include project name, location, owner’s name, point of contact and telephone number. Prepare and send a Past Performance Evaluation Questionnaire for each project listed on your Section 2. See attached “P09 PP Questionnaire”. For Government contracts, send to Contracting Officer or Technical Representative. For commercial references send to personnel with duties similar to those for Government contracts. It is your responsibility to follow-up and to encourage your references to send in their questionnaire. If you have multiple references at one location, send one cover letter and questionnaire for each contract you want a reference for. The Government may also use other tools such Federal Awardee Performance and Integrity Information System (FAPIIS), etc. to gather documentation on past performance. Use as many forms as necessary to meet the criteria. Failure to use these forms will result in submission not being evaluated and may result in the offeror's disqualification from award. 5.2.2 Evaluation CriteriaA. Contractor Past PerformanceThe SSEB will evaluate the degree of successful completion of the recent and relevant experience identified in the proposal in response to Section 2. Documentation of satisfactory performance of projects similar in size, scope, and dollar value will be considered to have met the minimum requirements of the RFP. Conversely, offers which do not achieve satisfactory performance of projects similar in size, scope and dollar value will not be considered to have met the minimum requirements of the RFP. Projects that are not determined similar in size, scope and dollar value will not be considered. The Government reserves the right to check any or all cited references to verify supplied information and to assess owner satisfaction. The Government may also use other tools such as Federal Awardee Performance and Integrity Information System (FAPIIS) etc. to gather documentation on past performance. Past Performance will be evaluated in accordance with FAR 15.305(a)(2). Offerors may submit past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant procurement. Offerors without a record of relevant past performance or for whom information on past performance is not available may not be evaluated favorably or unfavorably on past performance and shall receive a neutral rating for Past Performance. Offerors may provide information on problems encountered on the identified contracts and the corrective action taken, if desired. Past Performance will be evaluated in accordance with FAR 15.305(a)(2).Offerors may submit past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant procurement. Offerors without a record of relevant past performance or for whom information on past performance is not available may not be evaluated favorably or unfavorably on past performance and shall receive a neutral rating for Past Performance. Offerors may provide information on problems encountered on the identified contracts and the corrective action taken, if desired.6.0 Volume II - Price Information - Submit in original only.6.1 Section 3: Price6.1.1 Submission RequirementsThe offeror shall complete and submit Standard Form 1442, Proposal Price Schedule. 6.1.2 Evaluation CriteriaThe price will be evaluated by the Contracting Officer for reasonableness and realism through the use of cost/price analysis.Questions & Answers?Are the shower ceilings included within the scope of work? Yes,?Section 6. fWhat will stay within room 3-156? Room 3-156 is the small medication room on the third floor.? The contractor will have to design and install the items listed in section 5. a.? The design will need to accommodate a? counter top? height refrigerator that measures 24 inches wide and 25.5 inches deep.? The refrigerator must be plugged in to emergency power outlet and be connected to a local area network for controls.? The contractor shall make all necessary plans to move outlets based on their proposal.? Additionally, this room contains two (2) medication karts that are rolled out to dispense medication throughout the day, but are normally stored in the room when not in use.? The carts measure 24 inches by 36 inches and have a height of approximately 62 inches.? The carts are normally plugged in an emergency outlet to charge the batteries.??????????? Does the shower laminent stay within room 3-139? YesDoes the tile stay within room 3-139? Room 3-139 is a common bathrooms/shower that has tile on the walls in the shower.? The contractor shall clean and reseal the grout/tile walls and paint the shower tile similar that of a patient bathroom that has tile on the walls.? Does the lift motor traverse the rails? Yes.Who is the manufacturer of the rail system? The Patient lift system is manufactured by Liko who is a subsidiary of Hill-Rom. Who is the manufacturer of the curtains? The curtains were manufactured by InPro Corporation of Muskego, Wi.Is it required to reroute the electrical wiring to accommodate the relocation of the stove in room 2-114?? Yes, the contractor will need to reroute the electrical supply for the stove from the east wall to the north wall. How long does Housekeeping require to clean a room? 2 hours.Is there any concern about odors or fumes??Yes, the contractor shall when practical utilize windows as an exhaust in addition to ICRA requirements. The contractor shall use Low odor epoxies products.All questions must be submitted by COB Friday, 31 Aug. No additional site visits.Proposal Due by 3:00PM on Friday, 21 Sept 2012 See attached document S02 UPGRADE CLC PROJ 222 REV1 2012-09-07. See attached document S04 SIGN-IN SHEET. ................
................

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

Google Online Preview   Download