Department of Veterans Affairs Network Contracting Office (NCO) 21

Slides:



Advertisements
Similar presentations
U.S. Pretrial Services and Probation Office Northern District of Ohio.
Advertisements

Procurement.
PROCUREMENT SERVICES DEPARTMENT “How We Do Business”
Washington Metropolitan Area District Office SBA.
RFP Overview Alan A. Phillips, CPPB CTPM Texas Southern University Summer 2012.
Office of Business Development Training
Partnership Agreements Delegation of SBA’s Contract Execution Authority to other Federal Government Agencies.
Washington Metropolitan Area Transit Authority Pre-Proposal Conference Sourcing and Contracts Management System (CMS) Solution Request for Proposal FQ
1 ROLES, RESPONSIBILITIES, AND TIMELINES FOR CONTRACTING ADMINISTRATIVE GUIDELINE NUMBER 3 Harpers Ferry Center Office of Acquisition Management August.
Sole Source Training.
1.  Overview of the WOSB program  Eligibility requirements  Certification  Reviews & Protests  What you can do now  Resources and Q&A 2.
Do you know your SBA financing options?  small business loans  loans for land and buildings  surety bonds for small and minority construction contractors.
U.S. Small Business Administration
School District Purchasing. Purchasing Authority Arizona Statutes Arizona Statutes Arizona Administrative Code Arizona Administrative Code  Primary source.
GENERAL SERVICES ADMINISTRATION USAContact Program Multi-channel Contact Center Services Pre-solicitation Conference Robert H. Corey Contracting Officer.
Pre-Proposal Conference
MULTIPLE AWARD CONSTRUCTION SERVICES TASK ORDER CONTRACT PRE-PROPOSAL CONFERENCE 19 January 2012 NY ANG Hancock Field NY.
Contractual Assistance Procurement Methods 4 Set-aside awards 4 Sole source awards 4 Awards through full and open competition using the price preference.
Washington Metropolitan Area Transit Authority (WMATA) Invitation for Bid/ Contract Number – FQ12210 December 12, :00 AM JGB Board Room Rehabilitation.
FAR Part 2 Definitions of Words and Terms. FAR Scope of part (a)This part – (1) Defines words and terms that are frequently used in the FAR; (2)
GWAC Ordering Procedures Overview
Welcome to the Johnson Space Center Financial and Business Management Services Virtual Industry Day 1.
Aerospace Ground Equipment (AGE) Support Services Pre-Proposal Conference/ Site Visit Kari M. Alvarado Contract Specialist NASA-DFRC November 8, 2006 Dryden.
PROCUREMENT SERVICES DEPARTMENT “How We Do Business”
COMPETITION REQUIREMENTS
Indiana Hoosier Lottery Lottery Draw Witness Pre-Proposal Conference September 14, 2012 Stan Judson IDOA Strategic Sourcing Analyst.
Pre-Proposal Conference NASA Langley Research Center October 26, 2009.
1 Procurement. 2 Overview Every municipality should keep procurement records that allow an auditor or other interested party to track the specific nature.
WELCOME TO UNB. MARK McGEEHAN Assistant Manager, Procurement Services 3 plus years with UNB 28 years in Healthcare Procurement Current member of APPA.
Acquisition Overview for Johnson Space Center Grounds Maintenance and Pest Control Services (GMAPS) July 18, 2013 The information provided is pre-decisional1.
I heard it through the Grapevine….PIM 29 Presented by Gladys Right and the PIMS.
Indiana State Personnel Dept. CDL/Non-CDL Controlled Substance and Alcohol Testing Pre-Proposal Conference September 24, 2012 Greg Moorman IDOA Strategic.
UPGRADE RUNWAY & ELECTRICAL VAULT PRE-PROPOSAL CONFERENCE 12 July WG/LGC SELFRIDGE ANG BASE MI.
Elevating the Quality of Life in the District Contracting and Procurement Division Information Session 2 Request for Proposal November 5, 2015.
 Scope  Definitions  Size Standards  Policies  Determinations  Types of set asides  Certificates of Competency  Subcontracting Opportunities 
Office of Procurement Services.  Vendor Application Website: 
At Lewis Field Glenn Research Center Industry Briefing Solicitation No. NNC04Z70010R Construction Services Contract June 15, 2004.
Request for Information & Capability Statements Richland Acquisitions Post-FY 2018 November 17-19, 2015.
Introduction to Procurement for Public Housing Authorities Sealed Bids Unit 5.
THE SMALL BUSINESS SET ASIDE PROGRAM: DRAFTING TIPS FOR QUALIFYING JOINT VENTURE AGREEMENTS Julie Sneed Muller
1 Fundamentals of Blanket Purchase Agreements Breakout Session # E03 Name: Barbara Kinosky, Esq. Date: Tuesday, July 31 st Time: 2:30 PM – 3:45 PM.
IAS Pre-proposal Conference NOVEMBER 2, 2011 Pre-proposal Conference NOVEMBER 2, 2011 Tahoma NATIONAL CEMETERY PHASE 2 DEVELOPMENT KENT, WASHINGTON Project.
Introduction to Procurement for Public Housing Authorities Procurement Planning: Choosing a Contracting Method Unit 2.
PreProposal Conference Building 209 Seismic Upgrade and Renovations VA Greater Los Angeles Healthcare System, West Los Angeles Medical Center, Los Angeles,
Overview Multiple Award Task Order Contract (MATOC) Department of Veterans Affairs Construction & Construction Services.
IAS Pre-proposal Conference December 10, 2012 Pre-proposal Conference December 10, 2012 San Antonio bldg 1 & 4 Renovation san antonio, tx Project no: San.
Federal Acquisition Service U.S. General Services Administration Area Facility Operation Specialist (aFOS) 88 th Regional Support Command Pre-Bid Meeting.
Rules overview (1 hour presentation) User instructions This ppt deck is designed to provide a basic presentation for internal use in your organisation.
Teaming and Joint Ventures To “WIN” United States Department of Veterans Affairs Industry Day Palo Alto, CA October 1, 2015 VA Office of Small and Disadvantaged.
Solicitation VA69D-16-R-0583 Rehab Renovation Pre-Proposal Conference June 22, :00am CDT NCO 12 Great Lakes Acquisition Center.
Department of Veterans Affairs Network Contracting Office (NCO) 21 Repair Building 1A Data Cables Pre-Proposal Conference and Site Walk Construction Request.
PRE-PROPOSAL CONFERENCE COMMUNITY LIVING CENTER CULTURE AND SAFETY IMPROVEMENTS VA R-0961 PROJECT: 654-CA-317 MAGNITUDE: $5 - $10 Mil 8/27/2012.
BEST VALUE CONSTRUCTION SERVICES MULTIPLE AWARD TASK ORDER CONTRACTS PRE-PROPOSAL CONFERENCE JUNE 28, 2012 WILMINGTON VA MEDICAL CENTER WILMINGTON, DE.
PRE-PROPOSAL CONFERENCE RFP - VA R-0039 AMARILLO VA HEALTH CARE SYSTEM Building 34 Room Amarillo Blvd West Amarillo, TX /18/2012.
117th AIR REFUELING WING PRE-BID CONFERENCE W912JA-15-R-0031 Boilers W912JA-15-R-0032 Storm Drainage.
RFP Health Education center furnishings
Pre-Proposal Conference for three separate solicitations
Processes and Procedures for Contracting at UO
FAR Part 2 - Definitions of Words and Terms
“How To Do Business” with Atlanta Public Schools
Serving Those Who Served
Harpers Ferry Center Office of Acquisition Management August 2010
TRAVEL SERVICES Request for Proposal
CDBG Procurement Date of Session, 2017 Washington, DC Brian Delvaux
“How We Do Business”.
U.S. Small Business Administration South Florida District Office
Request for Proposal and Specifications for
Procurement.
United Nations Procurement Division
Procurement & Strategic Sourcing
Presentation transcript:

Department of Veterans Affairs Network Contracting Office (NCO) 21 Multiple Award Task Order Contract (MATOC) Pre-Proposal Conference and Project Site Walk May 6, 2013 San Francisco VA Medical Center Auditorium Bldg 7., Room 112

INTRODUCTIONS VA REPRESENTATIVES: Contract Specialist: Javier E. Castro Engineering: Travis Dilts, SF VAMC, Your point of contact for all correspondence: javier.castro@va.gov

Agenda Welcome Housekeeping Disclosure MATOC Ordering Guide Overview SF Project Site Walk Q & A - Open Discussion

Disclosure This is an open forum to provide industry with a brief overview of the MATOC solicitation and “Seed Project” site specifics. Information exchanged during this event may be publicized on FedBizOpps.gov or another form of record for this event. This event is not appropriate for proprietary disclosures. No agreements, promises or other commitments are made or implied by the government or contractors participating in this event. The government will attempt to provide equal opportunity to all attendees to ask questions. Please allow others to express themselves without interruptions. One-on-One sessions with interested vendors will not be conducted. Questions will be answered to the best of the panel’s knowledge of plans, desires, and general situation as it exists at this time. Contractor recommendations may or may not be incorporated into government documents. Discussions will not venture into pricing, or source selection sensitive information. Note: To ensure all parties have access to the same information, non-proprietary questions and answers will be recorded and placed on FedBizOpps.gov.

Welcome Task Order Proposal Request Notification Emergency Exits Thank you for your interest Documents/Briefing Slides will be posted to FBO Contractor Capability Briefs Not required Emergency Exits Restrooms Project Site Walk

PURPOSE PURPOSE: Provide additional information about the TOPR and project site AGENDA: Review portions of the requirements Solicitation and all amendments will be posted to the www.fbo.gov website. Review of project scopes – VA Engineering and AE firm Job Site Walk through- Pictures Authorized

SOLICITATION OVERVIEW – 1442 Set Aside for MATOC contractors only. All offerors shall be registered in both CCR www.ccr.gov & VetBiz http://vip.vetbiz.gov Offeror will be verified that it is an SDVOSB Concern listed as verified in the VetBiz Database at time of submission of offer and time of Award

MULTIPLE-AWARD TASK ORDER CONTRACT (MATOC) Competitive Firm Fixed-Price (FFP) Contract Multiple Award Task Order - Driven Indefinite Delivery/Indefinite Quantity (IDIQ) Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside

AWARD Basis for award shall be specified in the individual TOPR. Result in Firm-Fixed Price (FFP) Task Order

CONTRACT VALUES $$$ $400 Million – Not to exceed (NTE) $50 Million – Each award (NTE) 8 Minimum Contract Awards $5,000 Minimum guarantee $10M Task Order Threshold Limit SEED Project – Priced Individually No contract bundling

PERIOD OF PERFORMANCE (POP) Total Estimated - 5 YEAR Base Period – Date of award to Sep 30, 2013 Four (4) Option Periods to extend One (1) Year

PLACE OF PERFORMANCE Multiple service-area locations Continental U.S. (CONUS) California Fresno McClellan Palo Alto Mather Martinez *Outpatient Clinics (OPC’s) San Francisco Mare Island Nevada Reno Outside (OCONUS) Hawaii Honolulu (Oahu)

DRAWINGS/SPECS Drawings and Specifications will be included as attachments to solicitation: www.fbo.gov Drawings and specifications also available via FTP. Specifications and Drawing updates will be done via amendment and uploaded to both FBO and FTP Site.

Scope of Work Contractor shall provide all disposal, equipment, labor, materials, tools, supervision, transportation, safe measures, necessary to construct a retaining wall, stone walls, a monument wall with signage, concrete monument stairs and new landscaping including the necessary removal of existing structures, site improvements, and landscaping for: Parking Lot 100W(West) and Loop Road

Deducts Deduct Alternative 1: Delete the stone wall within Deduct Alternative 1 limits as shown on C3.2   Delete the irrigation system within the Deduct Alternative 1 limits as shown on L3.2 and provide a stub out in the irrigation valve box for future irrigation Delete the trees and shrubs within the Deduct Alternative 1 limits as shown on L4.2 Delete all associated work within the limits of Deductive Alternative 1 as shown on drawings C2.2, C3.2, C4.2, C6.2, L1.2, L3.2, L4.2

Deducts Deduct Alternative 2: Delete the stone wall within Deduct Alternative 2 limits as shown on C3.1   Delete the Monument Wall, the wall’s signage and it’s concrete pad. Delete the light fixtures within Deduct Alternative 2 limits and their conduit run as shown on E1.1 and their concrete pad as shown on C4.1 Delete the trees and shrubs within the Deduct Alternative 2 limits as shown on L4.1 Delete the irrigation system within the Deduct Alternative 2 limits as shown on L3.1 and provide a stub out in the irrigation valve box for future irrigation. Delete grading and all associated work within the limits of Deductive Alternative 2 as shown on drawings C2.1, C3.1, C4.1, C6.1, L1.1, L3.1, L4.1

Deducts Deduct Alternative: Replace the stainless steel with galvanized steel for both the pipe and the steel bar support at the top of the retaining wall as shown on L2.1

Period of Performance and Magnitude COMPLETION TIME: 270 Calendar days from date of notice to proceed. $1 Million to $2 Million

Small Business Information Primary NAICS Code - 236220 - Commercial and Institutional Building Construction Small Business Size Standard – $33.5 Million NAICS code and corresponding size standard assigned to each procurement Services: Annual gross receipts (3 years) Supplies: Number of employees (12 months) Size standard establishes size of the business

Small Business Information, Cont’d “A business entity, including all its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on government contracts and qualified under the criteria and size standards identified in 13 CFR part 121.”

BONDS Solicitation requires Bid Guarantee, and both Payment and Performance Bonds Bond forms can be found at www.gsa.gov

Task Order Award & Fair Opportunity Every Contractor who is awarded a MATOC contract will be given a FAIR OPPORTUNITY to compete for the award of Task or Projects unless an exemption applies Module 4 2008 22

Fair Opportunity Exemptions Urgent or emergency requirements Services are unique or highly specialized interest of economy and efficiency Satisfy the minimum guarantee NOTE: THIS IS NOT A REQUIREMENTS CONTRACT These are the Exceptions to fair opportunity to compete found in FAR Part 16.505 and detailed in Section 00800 SC4 Ordering in the solicitation (FAR LANGUAGE FOLLOWS-GIVE ENTIRE EXCEPTION WHEN STATING) (i) The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays; (ii) Only one awardees is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized; (iii) The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order; or (iv) It is necessary to place an order to satisfy a minimum guarantee Module 4 2008 23

Other Times You May Not Be Given An Opportunity To Compete KO May limit competition or exclude a contractor for the following reasons: Failure to prosecute the work diligently on a current Task Order Award Order outside your areas of consideration (ie: CONUS vs OCONUS Offerors) Pursuant to FAR 16.505(b)(ii) the Contracting Officer will exercise broad discretion in determining if a contractor is eligible for the award of a project. To determine eligibility the Contracting Officer will consider the areas of consideration applicable to each individual MATOC award. The Contracting Officer may consider such factors that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders. To satisfy the contracting agency’s Small Business Administration contracting goals/targets, the Contracting Officer may consider such factors as achievement of Section 8(a) and HUB Zone goals/targets, and the emerging small business (ESB) reserve amount, currently $25,000. Projects with an estimated values equal to, or less than the ESB reserve amount will be offered only to ESB contractors UNDER $25,00 IS SET-ASIDE FOR EMERGING SMALL BUSINESS IAW COMPETIVENESS DEMONSTRATION PROGRAM Additional factors on prior Task Orders under the MATOC contract, such as past performance, quality, timeliness, special expertise or other factors the Contracting Officer determines are relevant to award of a particular Task Order may be considered. Timely performance by a TOC contractor is very important. Failure to prosecute the work diligently, on a currently awarded task order, will be cause for the Contracting Officer not to include the contractor in the competitive fair-opportunity pool for future task orders. When the contractor’s delinquency has been cured, they will be considered for competition in future task orders. Module 4 2008 24

INDUSTRY STANDARDS Facility Design Standards Medical Facility Architectural Compatibility Standards National Electric & National Electric Safety Codes (ANSI C2) National Fire Protection Assoc (NFPA 101) Safety Code International Building, Mechanical, and Plumbing Codes Uniform Federal Accessibility Standard (UFAS) Americans with Disabilities Act Accessibility Guidelines (ADAAG) Uniform Facilities Criteria (UFC) and ASHRAE 10 CFR Part 433, 434 - Energy Code for New Federal Commercial & Multi-Family High Rise Residential Buildings 10 CFR Part 436 Subpart A - Methodology and Procedures for Life Cycle Cost Analysis ETL 008-13 Sustainable Building

Master Specification The Master specifications, also referred to as the default specifications Establishes an industrial and/or commercial standards for maintenance and repair of Government Facilities If SOW does not address a specification for an element of work, the master/default specification applies Master specifications start at section 01001 of the solicitation and at Attachment 1 Module 4 2008 26

Contractor’s Location Normal response time is two (2) days for site visit and three (3) days to thirty (30) for proposal depending on complexity Contractors must be able to respond within 120 Minutes in the event of an emergency to view a site and possibly give a price. Module 4 2008 27

Insurance Requirements MATOC contractors are required to have insurance while under contract - not just when the task order is issued. You will have access to base for contract related events Must be in place if responding to emergencies

Davis Bacon Wages & Bonds Most current Davis Bacon Wage rates will apply to each MATOC Request for Proposal Link to Web site will be provided- Note the most current wage determination at time of award of Task Order applies to the Task Order Performance and Payment bonds are established by each Task Order PAYMENT BOND - T.O.>$30K PERFORMANCE BOND - T.O.>$150K Module 4 2008 29

Task Order Award Execution Procedures KO establishes site visit & notifies MATOC Contractors by email or FBO Provides MATOC Project synopsis, offering letter and when available SOW/Plans/Wage Rates etc.(RFQ/RFP) (Note in some instances drawings/specs may be provided at the site visit) COR/Engineer conducts site visit with MATOC Contractors KO validates proposal due date with Contractors This process of how you will receive Task Order notices. KO or CO means Contracting Officer Usually Offering letter is emailed with Synopsis or SOW- Plans (Drawings are usually distributed at Site visit, unless electronic Module 4 2008 30

Task Order Award Execution Procedures Contractor submits price proposal by, email, or fax as applicable KO and Engineering/COR conducts price/tech evaluation Award is made upon receipt of funds KO emails award notice to awardees Notifies all others of award only Debrief not required All questions routed to KO not engineers. You will only know who was awarded and the amount. Module 4 2008 31

Plans and Specifications Normal method of distribution will be via email, web posting (FBO) or VA SFTP Site It is the MATOC contractors responsibility to notify their subcontractors and provide them copies. Electronic versions when available will be on the Web Make sure we have a valid email address that is regularly checked. Module 4 2008 32

QUESTIONS Proposal questions – Will address basic questions regarding the solicitation requirements, not technical questions regarding drawings/specifications Words of Caution- Base your offers on the solicitation and amendments to the solicitation as issued. Nothing said at this conference can be interpreted as an amendment to this solicitation unless issued as a formal amendment

TECHNICAL QUESTIONS Submit all solicitation questions in writing – Send questions related to the solicitation documents to my email address javier.castro@va.gov via an RFI. Submit in a Word Document or in the body of email Responses will be obtained and issued by amendment Cutoff date for questions shall be May 17, 2013, 2PM Local Time- no further questions will be accepted unless noted in an amendment.   Attempts will be made to respond to questions after the cutoff date, but due to time constraints, responses may not be provided