Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2023 SAM #7932
MODIFICATION

Z -- (PROJ: 516-CSI-132) DB Install New X-Ray Equipment B-100 Room 2A168

Notice Date
8/14/2023 1:38:42 PM
 
Notice Type
Solicitation
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823R0189
 
Response Due
8/24/2023 11:00:00 AM
 
Archive Date
12/23/2023
 
Point of Contact
Amber C Milton, Phone: 7273993319
 
E-Mail Address
Amber.Milton@va.gov
(Amber.Milton@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
NRM Project #516-CSI-132 Design Build Build Install New X-Ray Equipment B-100 Room 2A168, located at the C.W. Bill Young Veterans Affairs Healthcare System. The work includes, but is not limited to site investigation, design and preparation of drawings, phase planning,� specifications, construction� and installation as identified in the project description in this SOW. PRINCIPAL NAICS CODE: 236220 - Commercial and Institutional Building Construction PRODUCT/SERVICE CODE: Z1DA - Maintenance of Hospitals and Infirmaries MAGNITUDE OF THIS PROJECT: Between $500,000 and $1,000,000. PROPOSAL DUE DATE: PHASE 1 August 24, 2023, at 1:00 PM (EST). Standard Form (SF) 1442, block 13a (or as amended on SF 30), refers to Phase One proposals. PHASE 2 TBD after Phase 1 proposal reviewed complete.� ???????SITE VISIT: No pre-proposal/Site Visit will be conducted during Phase One of this solicitation. Those offerors selected to participate in Phase Two of the solicitation will receive information about Phase Two pre-proposal conference/Site Visit in the invitation to participate in Phase Two. ??????? OFFER ACCEPTANCE PERIOD: Offers providing less than one-hundred and twenty (120) calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. ???????REQUESTS FOR INFORMATION: Requests for Information (RFIs) shall be submitted in writing (only) by the Prime Contractor (SDVOSB) to Amber C Milton at amber.milton@va.gov and Patara McDonald at Patara.mcdonald@va.gov No telephone RFIs/Questions will be accepted. The cutoff for submission of RFIs for PHASE ONE (if any) is: August 16, 2023, �@ 1:00PM (EST). Responses will be provided in a Question & Answer format to all offerors via Standard Form (SF) 30 Amendment to the Solicitation. RFI received after due date will only be answered if in the judgement of the CO impacts the project/solicitation. All corresponded shall include in the email subject line: Solicitation 36C24823R0173 516-CSI-137 DB Prepare Site for installation of Mammography Equipment Bay Pines FL and topic, (ie RFI, RFP). ???????SPECIFICATIONS AND DRAWINGS: All applicable specifications and drawings will be provided electronically along with the solicitation. No hard copies will be made available to offerors. Any reference contained within contract specifications and/or drawings to the �VA Engineer�, �Resident Engineer�, �Senior Resident Engineer�, �Project Manager�, Contracting Officer Technical Representative, or their abbreviations are to be replaced with �Contracting Officer�s Representative (COR)�. ???????SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS VERIFICATION: This solicitation is 100% set asides for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The award of this requirement shall not be delayed due to loss of SDVOSB verification. Proposals submitted by non-verified SDVOSB shall be excluded from award consideration. ???????SDVOSB Verification: The Government will review VetBiz (https://www.vip.vetbiz.gov/) to confirm SDVOSB status verification for the submitted proposal. Evaluations will be performed on proposals submitted by verified SDVOSBs only. Subsequent confirmation of SDVOSB verification status will be performed for the apparent awardee. ???????LIMITATIONS ON SUBCONTRACTING (Reference Contract Clause FAR 52.219-14 for further information): By submission of an offer and execution of a contract, the Offeror agrees that in performance of the contract, the concern will perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees.� Signature certification on 852.219-77 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING�CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) is a requirement for contract award. ???????FUNDS: Funds are not presently available for this acquisition. The Government does not compensate offerors for proposals� development. Award is subject to availability of funds, in accordance with FAR 52.232-18 Availability of Funds and VAAR 807-173. ???????BONDS: Performance Bonds (SF25) and Payment Bonds (SF25A) are required. Offeror must refer to SF1442 Block 12a for Payment and Performance Bond requirements. Reference Contract Clause FAR 52.228-15 for further information on applicability. ???????OFFER GUARANTEE (BID BOND) (SUBMIT WITH YOUR PHASE TWO PRICE PROPOSAL): Offeror must refer to SF1442 Block 13B (Bid Bond) requirement. Per FAR Clause 52.228-1-Bid Guarantee, the amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less. NOTE: A scanned copy of the original is acceptable with the original sent by mail; only those contracts invited to Phase Two are required to submit bid bonds. SAFETY AND ENVIRONMENTAL RECORD (SUBMIT WITH PHASE ONE PROPOSAL): Offerors shall submit information that specifies the contractor in question has no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or any Environmental Protection Agency (EPA) violation(s) in the past three (3) years and has an Experience Modification Rate (EMR) should not exceed 1.0. If no EMR, state the reason way no EMR is available. EMR greater than 1.0 will not be acceptable. Offerors are required to complete and submit attached (Attachment 15 - Safety or Environmental Violations and Experience Modification Rate EMR Form) Past safety and environmental record or any other form that provided the above information. Offerors with an EMR greater than 1.0 will be considered ineligible and will not be evaluated. ???????VETS-4212, Federal Contractor Veterans� Employment Report (SUBMIT WITH PHASE ONE PROPOSAL): Offerors are required to provide verification of their submission of the annual form VETS-4212 (https://www.dol.gov/agencies/vets/programs/vets4212). This verification shall be the emailed confirmation of receipt notification sent to the offeror after successful submission of their report. ???????PERFORMANCE PERIOD: Refer to SF1442, Block 11, for performance period. Performance period shall be commenced upon receipt of written Notice to Proceed (NTP) performed in concurrent or sequential phases as indicated or required. ???????E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall enroll in E- Verify within 30 days of the contract award date. They shall also begin using the E-Verify system to confirm that all their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9f487013de14e8c8a07c1de5d18dd35/view)
 
Place of Performance
Address: Bay Pines, FL 33744, USA
Zip Code: 33744
Country: USA
 
Record
SN06788428-F 20230816/230814230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.