BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Northampton, Massachusetts. Contact the soliciting agency for additional information.

Combined Synopsis Solicitation Northampton VAMC EHRM Infrastructure Support, Base plus two option years (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24124Q0594 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. (iv) This requirement is being issued as a set aside for IDIQ holders. The associated NAICS 541330 and small business size standard is $25.5 million. (v) The Government intends to award a firm-fixed price award for EHRM Infrastructure Support at the Northampton VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide EHRM Infrastructure Support IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Northampton VAMC as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: No site visit will be scheduled. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to carissa.sarazin@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 11-June- 2024 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:A Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.A Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.A The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner.A Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 13-June- 2024 by 12:00 PM EST. RFQ responses must be submitted via email to: carissa.sarazin@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 EHRM Infrastructure Support 1.00 JB __________________ __________________ 1001 EHRM Infrastructure Support 2001 EHRM Infrastructure Support GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 3 Performance Work Statement 1.0. OBJECTIVE The objective of this task order is to provide the Government with the required professional support services utilizing the Office of Construction and Facilities Management (CFM) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The support requested and the associated number of hours per CLIN is the following: Table 1: Requested Labor Categories and Quantity of Hours CLIN Description # Requested CLIN Total Hours Per CLIN 1002 Staff Architect (CM-SA) 1 300 1003 Civil Engineer (CM-CE) 1 150 1004 Structural Engineer (CM-SE) 1 100 1005 Electrical Engineer 1 250 1006 Mechanical Engineer (CM-M) 1 150 1007 Mechanical Engineer Plumbing (CM-M) 1 100 1008 Estimator QAS Professional (CM-MP) 1 150 1011 Construction Administrator (CM-CA) 1 1920 1015 Construction Project Manager (CM-CPM) 1 1920 The required support is needed to meet the Electronic Health Record Modernization (EHRM) infrastructure upgrades across VA Central Western Massachusetts Veterans Affairs Medical Center (VAMC). The services include, but are not limited to, Construction Management (CM) services, Construction Administration (CA) services. The CM Services contractor shall have the capability of providing a comprehensive program of Project Engineering, Planning, Scheduling, Design reviews and Value Management Assessments, Safety Compliance Reviews, Monitoring and Testing Compliance, Record Keeping, Cost Estimating /Budget Control, and Change Management Documentation Management. Additionally, the CM Services contractor shall have the capability to perform Constructability Reviews, Quality Assurance Monitoring, and monitoring a contractor s adherence to standards to meet the specifications and to avoid deficiencies in the work. Other requirements include the level of work performed daily, performing weekly and monthly reviews and reports; change order proposal reviews and schedule development adherence; and recommendations pertaining to the integrated master schedules, written and oral communications and coordination efforts as required. The intent of this contract is to expand the VA s capabilities for contract management oversight of projects and project support services to the EHRM projects. 2.0. SCOPE The government requires a broad range of professional and technical consultative with construction period service support for EHRM Infrastructure Project. This includes assistance in the areas of project management, project engineering, planning, scheduling, code compliance, testing, record keeping, quality control, cost control, and general oversight of EHRM construction projects. The Contractor will assign a Project Manager who will coordinate all services to be performed for the facility and will be responsible for the management of all Contractor Employees assigned to the facilities EHRM projects. The project support is solely limited to the EHRM project performed at the main hospital campus and will not include any non-EHRM Non-Recurring Maintenance (NRM), Minor or Major project support. The Contractor will provide to the Contracting Officer s Representative (COR) monthly breakdown of the hours spent on the EHRM project. Note: The contracted employees shall not perform inherently governmental functions as defined in the Office of Federal Procurement Policy (OFPP) Letter 92-1, Inherently Governmental Functions and FAR 7.5, Inherently Governmental Functions. It should also be understood that no government employee will be supervising any contract employee and no contract employee will be supervising any government employee under this contract. Lastly, the contractor shall represent themselves as a contracted employee when engaged in official communications regarding government related program matters . 3.0. TASK AREAS A list of work elements to be accomplished in this contract is provided below. This list is not considered all-inclusive and may be modified in the specific task orders. The CM services will be used to support the construction period services portion of the Infrastructure EHRM Project. TASK 1. Pre-Design/Design Phase Not Applicable TASK 2. Construction Period Phase Project financial data and budgetary cost accounting assistance Construction phase scheduling Progress meetings Assisting in issue resolution Performing additional construction related services 3.1. CATEGORY, PHASE AND WORK ELEMENT DEFINITIONS 3.1.1 TASK 1. Pre-Design/Design Phase This phase establishes the scope of the design effort and preparation of construction documents. NOT APPLICABLE 3.1.2 TASK 2. Construction Period Phase During this phase the construction contractor is constructing the facility, commissioning may occur, and post completion items may be performed. This phase typically ends with the occupancy of the facility. Project Financial Data and Budgetary Cost Accounting Assistance Services may include but are not limited to: Assisting in the documentation of the administration of construction contract change orders (e.g. preparing cost estimates, reviewing cost proposal, leading preparation of change order packages from initial instigation or RFI through to finalized modification). Construction Phase Scheduling Services may include, but are not limited to: reviewing current project schedules, including change order proposed schedules. Contractor (CM) shall address all schedule slippages to the COR and make recommendations for adjustments in the project. Progress Meetings Attend project meetings as required to review and monitor project and project schedule. Assisting in Issue Resolution Contractor shall keep thorough records of occurrences, contracts, and other construction related matters of the project to assist the VA in conflict resolution. Perform scheduling and document regular progress meetings with all interested parties to review project status, discuss problems, and resolve issues accordingly. Performing Additional Construction Related Services Services may include but are not limited to; performing routine inspections of construction as work proceeds, taking action to identify work that does not conform to the contract requirement, and notifying the VA and general contractor when work requires correction; compiling documentation through thorough site inspections, lists of defects and omissions related to the work performed and providing these lists to the contractor for correction and COR for record; administration of construction contract change orders (preparing cost estimates, reviewing cost proposal, reviewing project schedule effect); Submittal Review; Request for Information Review and Responses; Daily Walk-Through Log when on-site; Review and tracking of material and equipment delivery; other services as may be required by the VA. 3.2 WORK HOURS Work hours will be associated with the requirement of the project, to include day, nights, and weekends. 3.3 NUMBER OF HOURS PER WEEK Contractor will provide a CLIN 0015, Construction Project Manager and CLIN 0011, Construction Administrator, for a minimum of 40 hours per week, from Monday to Friday. All other Part-time contract staff will be authorized hours based on individual task(s). 3.4 LOCATION OF WORK Construction Project Manager / Task Order Lead and Construction Administrator will be located on-site at VA Central Western Massachusetts. Other CLIN will be required to visit Edward P. Boland Department of Veterans Affairs Medical Center as needed for engineering, change order review, etc., however may complete office work remotely. 4.0 TASK ORDER SITE LEAD Contractor shall assign a Task Order Site Lead to oversee all aspects of the contract and contract personnel under this Task Order. The Task Order Lead shall report to the COR, and CO. The COR, and CO as necessary/appropriate will provide the Contractor Task Order Lead instructions of what is needed for each task, and it will be the Task Order Lead responsibility to ensure all contract employees adhere to terms and conditions of the Construction Management and Related services contract and its orders. The Task Order Lead will be the contractor's authorized point of contact with the CO and be the supervisor for contractor employees assigned to the Task Order. Task Order Lead will ensure that all project documentation developed by contract personnel is kept on VA servers and available to COR. 5.0. POSITION QUALIFICATIONS The contractor shall provide subject matter support services that meet or exceed the qualification(s) as defined in Attachment A, Professional Discipline Qualifications for Key Personnel in the Department of Veterans Affairs CFM IDIQ.

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

1

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
529
Active Projects
313
Bidding Soon
4,190
All Active Projects
1,706
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 26, 2024

July 26, 2024

img_map_placeholder

421 N Main St, Northampton, MA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.