Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2024 SAM #8170
MODIFICATION

Z -- NRM(PROJ: 516-24-114) Repair & Replace Walls & Floors from Fire Sprinkler Leak

Notice Date
4/8/2024 4:33:56 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24824R0113
 
Response Due
5/10/2024 11:00:00 AM
 
Archive Date
08/17/2024
 
Point of Contact
David M Hernandez, Contract Specialist
 
E-Mail Address
David.Hernandez1@va.gov
(David.Hernandez1@va.gov)
 
Awardee
null
 
Description
Instruction to Offerors ISSUE DATE: 04/10/24 PROPOSAL DUE DATE: 05/09/2024 PROJECT TITLE: BB - Repair & Replace Walls & Floors from Fire Sprinkler Leak PROJECT NUMBER: 516-24-114 LOCATION: Bay Pines VA Health Care System, 10000 Bay Pines Blvd, FL 33744 PROJECT SUMMARY: Provide all labor, materials, tools, and services to complete Project Number 516-24-114 titled BB - Repair & Replace Walls & Floors from Fire Sprinkler Leak OFFICE ISSUING THIS REQUEST: Department of Veterans Affairs Network Contracting Office (NCO) 8 Bay Pines Blvd, FL 33744 Point of Contact: David Hernandez. Contract Specialist Email: david.hernandez1@va.gov Phone: 813-893-3904 PART I GENERAL INFORMATION MAGNITUDE OF THIS PROJECT: Between $250,000 and $500,000. SITE VISIT: An organized site visit is scheduled for 04/17/2024 at 10:30 AM. Meeting location is Building B111 main lobby at which point (depending on number attending) the group will make its way to the site visit location. Please contact General Engineer Ian J. Montanez Del Valle at ian.montanezdelvalle@va.gov to confirm attendance. 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 by the prime contractor, through the Point of Contact (POC) email David.hernandez1@va.gov. No telephone RFIs will be accepted. The cutoff for submission of RFIs is 04/24/2024 at 2:00PM EST, email to david.hernandez1@va.gov. Responses will be provided in a Question & Answer format to all Bidders. Do not send RFIs via the vendor portal this is not an acceptable method and will not be responded to by the Contracting Officer. SPECIFICATIONS AND DRAWINGS: All applicable specifications and drawings will be provided electronically along with the solicitation request. No hard copies will be made available to proposing contractors. SDVOSB Verification The Government will review VetCert at https://veterans.certify.sba.gov/ to confirm Service Disabled Veteran Owned Small Business (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 FAR 52.219-14 and VAAR 852.219-75 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. FUNDS: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. (Reference FAR 52.232-18). BONDS: Bonding is required. (Reference FAR 52.228-15 for further information on applicability): A payment and performance bond shall be provided. The penal sum shall be one hundred percent (100%) of order price. Bonds and other payment protection shall be provided within 10 calendar days of award of the Contract. Notice to proceed will not be issued until the Contractor provides sufficient bonding to cover the work being performed. OFFER GUARANTEE: BID BOND - SUBMIT WITH YOUR PRICE PROPOSAL 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: Paper copies are not required. A scanned copy of the original is acceptable to be included with the proposal. WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Davis Bacon Wage Determinations. The current Davis Bacon determination is General Decision Number: FL20240222, dated 01/05/ 2024. Be advised the determination that is current at the time of the Contract award is the determination that will apply for the project. Current determinations are always available at: http://www.wdol.gov/. SAFETY AND ENVIRONMENTAL RECORD (SUBMIT WITH PROPOSAL): Offerors shall submit information that specifies the contractor in question has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past three (3) years and has an Experience Modification Rate (EMR) that shall 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 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. CONTRACT PERFORMANCE PERIOD: Refer to SF1442, Block 11, for contract 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. WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Davis Bacon Wage Determinations. The current Davis Bacon determination is General Decision Number: FL20240222, dated 01/05/ 2024. Be advised the determination that is current at the time of the Contract award is the determination that will apply for the project. Current determinations are always available at: http://www.wdol.gov/. II. PROPOSAL PREPARATION AND EVALUATION INFORMATION 1. PROPOSAL PREPARATION INSTRUCTION: To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. In order for proposals to receive full consideration for award, offerors should ensure that the information furnished in support of the proposal is factual, accurate, and complete, and directly responds to the requirements of this RFP. NOTE: Your proposal shall be submitted as portable data files (pdf), and documents submitted shall be no larger than 5 Mega Bytes (MB) in size. Send document in separate files as deemed necessary. If separate files will be submitted for specific submission, offeror shall include in the subject line right after required subject title, email number followed by the emails total to be submitted for specific submission. 2. PROPOSAL SUBMISSION: All proposals shall be submitted by the prime contractor no later than (NLT) closing date and time specified in SF1442, Block 13.A. (subject to amendment) through the Point of Contact email David.hernandez1@va.gov . NO OTHER FORMS OF SUBMISSION WILL BE ACCEPTED. 2.1 Undeliverable emails due to an offeror s proposal size, using wrong email address, or other transmission errors, is not the responsibility of the Government. NOTE: To be considered and accepted as timely the proposal must be received in its entirety prior to the deadline. Failure to provide a proposal in its entirety prior to the deadline will render the proposal noncompliant. 3. BASIS FOR AWARD: The Government will award one (1) firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, The source selection process will utilize FAR Parts 15 (Tradeoff) and FAR Part 36 to evaluate proposals and award the contract. IAW FAR 15.101-1(b)(2), all evaluation factors other than cost or price, when combined, are significantly less important than cost or price. As differences in priced becomes less distinct, differences in factor ratings and relative advantages and disadvantages may become the discriminating factor in determining the most advantageous offer. Conversely, as differences in factor ratings become less distinct, offers prices will become more determinative. 3.1 The Government intends to evaluate proposals and award a contract without conducting discussions with offerors. However, the Government reserves the right to hold discussions if the Contracting Officer determines them to be necessary. 4. SELECTION AND EVALUATION PROCEDURES: This part describes the mechanism for evaluating and selecting offers for this procurement. 5. PROPOSAL PREPARATION INSTRUCTIONS: The following must be included in the offeror s proposal: Cover Page with: Bid Build Project, RFP (Solicitation) Number, Project Title and Project Number, Company Information (Primary points of contact, email, address, phone numbers (including area code), DUNs number, Cage code, EUI, etc.) Table of Contents Signed SF 1442, with Blocks 14-20C completed including acknowledgement of any Amendments issued. Completed Experience Modification Rate (EMR) Form Completed Bid Bond Required Submittals for Factor 1 SPECIALIZED EXPERIENCE AND CAPABILITY. Required Submittals for Factor 2 CONTRACTOR TEAM. Required Submittals for Factor 3- PAST PERFORMANCE Required Submittals for Factor 4 - PRICE EVALUATED BY CONTRACTING OFFICER COMPLETED PRICE SCHEDULE (Total of Proposed Price of CLIN 0001). The price proposal shall be submitted SEPARATE from the technical proposal. The proposed prices will be analyzed for fairness and reasonableness. Include copy of the Pricing Schedule of the solicitation called the Base Offer Cost Breakdown that is attached to the RFP. This will provide a detailed price breakdown for the purpose of evaluating price. The breakdown shall separately at a minimum but not limited to include the following cost elements: Labor (Direct & Indirect), Materials, Material Markups, Material Overhead, Equipment, Subcontractor Cost, Other Direct Costs, Overhead Expenses, Indirect Cost, General & Administrative (G&A) expenses, and Profit. While developing your price proposal please make sure to include all applicable taxes, and government stamps cost. NOTE: Price breakdown shall be indicative of showing at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns in accordance with VAAR 852.219-75. PRICE EVALUATION: The Government will initially review pricing independently from the factor evaluation. Price is not rated but will be analyzed for fairness and reasonableness. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Your proposal shall be submitted as portable data files (pdf), and documents submitted shall be no larger than 7 Mega Bytes (MB) in size. Send document in separate files as deem necessary. The offeror is responsible to verify that the Government has received the proposals. Undeliverable emails due to an offeror s proposal size, using wrong email address, or else, is not the responsibility of the Government. TECHNICAL EVALUATION FACTORS FACTOR 1: SPECIALIZED EXPERIENCE AND CAPABILITY. Prime Contractor/Key Subcontractor Example Projects Demonstrating Experience and Capability The offeror is required to submit examples similar to flooring repairs in a healthcare environment with trade coordination work as critical activities for each of the two (2) below capability areas that demonstrate the prime s and/or key subcontractor s experience and capability to successfully complete the example project. --Provide two example projects demonstrating the offeror s project management experience and capability as a prime contractor on a construction project of similar type and scope; -- Provide two example projects demonstrating similar construction capability of the firm (prime or subcontractor) that will be performing the flooring works Example projects submitted to demonstrate a firm s experience and capability must be relevant to the work that the firm will be performing under the prospective contract. The offeror should explain how the work performed by the proposed firm in the example project is relevant to the proposed acquisition. PROJECT INFORMATION FORM Example Project Number: Start with 1 for the first of all submitted projects and number consecutively. Name of Contractor(s)/Key Subcontractor (s) that Project is Demonstrating Experience: Provide the name of the proposed firm(s) that this example project is demonstrating experience and capability. Contract Number and Awarded Prime Contractor Name: Provide contract number assigned by the procuring Contracting Office and the name of the contractor that was awarded the contract. Title and Location: Title and location of project or contract. Month and Year Project Work Commenced and Month and Year Project was Completed. Project Owner: Project owner or user, such as a government agency or installation, an institution, or corporation or private individual. Point of Contact Name: Provide name of a person associated with the project owner or the organization that contracted for the construction, who is very familiar with the project and the firm s (or firms ) performance. Point of Contact Telephone Number: Include area code. Description of the Project: Provide contract type, dollar amount, physical size, and brief description of prime contracted effort. If the firm (prime/key subcontractor) performed as a subcontractor, describe the work effort pertaining to the subcontracted effort, not the prime contract requirement. For each firm (prime/key subcontractor) that was involved on the example project, provide sufficient detail to establish the relevance to the current project to include (1) the performance period in month and year, (2) final dollar value, (3) size and (4) principal elements and special features of the work self-performed by that contractor s employees. Provide name of firm(s) (prime/key subcontractor) and branch offices, if appropriate, that were involved in the example project, their roles, and their respective contract numbers. Formatting and Other Restrictions The submission is limited to nine 8-1/2 x 11 pages in total. FACTOR 2:  CONTRACTOR TEAM. The offeror is required to submit a narrative or chart outlining the proposed contractor team. Any subcontractor with a portion of work valued at $250,000.00 dollars or greater shall be identified on the contractor team narrative or chart. Any subcontractor with a portion of work requiring certification/license shall be identified on the contractor team narrative or chart and include copies of certifications/licenses. In addition, to identifying the subcontractor an overall value of the work shall be listed along with their primary work activities for this project. Offeror shall submit resumes for their proposed Project Manager, Site Supervisor, Quality Control Manager, and Safety Manager. The Site Superintendent and Safety Manager shall possess a 30-hour OSHA training Certification and include all other training certifications anticipated to be relevant to work expected to be performed for this project. The Quality Manager shall not be a direct supervisor for the execution of construction activities. No one individual may perform more than two personnel roles. . Formatting and Other Restrictions :The submission does not have a page limitation. FACTOR 3: PAST PERFORMANCE The prime contractor shall present documented proof/example that they have performed at least 3, and a maximum of 5, projects that required work similar in size and scope to this project in the past 5 years; a minimum of two projects must have been performed in an active healthcare environment (within a hospital). This may include a past performance from a sub-contractor. Note: Any teaming or proposed sub-contractor arrangement you are submitting as part of this proposal for evaluation must remain intact through contract completion. Provide the following information for each example: Project Number, Title, and location or facility performed (At least one (1) of the projects submitted must be the same or similar to the project described in the solicitation) All projects submitted must be at least 50% complete. At least one (1) of the projects submitted must be valued at greater than $500,000 and performed within the last 5 years. Contracting Officer and COR Name and contact information, telephone, and email. Total Project Value and duration (at least 3 shall be greater than $400K) List of subcontractors. Initial/Final award amount. State any change orders that occurred during the project performance. Pictures of completed work. Detailed description of work, including trades involved (identify the percentage of self-performed work). Explanation of why the projects were selected as the same or similar and how the experience obtained on the submitted project is pertinent to the execution of this project. THE VA RESERVES THE RIGHT TO REVIEW AND CONSIDER PAST PERFORMANCE FROM OTHER VA STATIONS, CPARS AND OTHER SOURCES. FACTOR 4 PRICE EVALUATED BY CONTRACTING OFFICER BASIS OF AWARD: The Agency shall utilize the trade-off process to obtain best value. IAW FAR 15.101-1(b)(2), all evaluation factors other than cost or price, when combined, are significantly less important than cost or price. As differences in priced becomes less distinct, differences in factor ratings and relative advantages and disadvantages may become the discriminating factor in determining the most advantageous offer. Conversely, as differences in factor ratings become less distinct, offers prices will become more determinative.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32bd25cd1d2442bd83559818824e3ad8/view)
 
Record
SN07022711-F 20240410/240408230037 (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.