SOLICITATION NOTICE
56 -- Project 557-22-901 ""Replace and Upgrade Building 5 Generator"" Scope of Demolition
- Notice Date
- 5/28/2024 11:42:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724R0070
- Response Due
- 6/28/2024 1:00:00 PM
- Archive Date
- 08/12/2024
- Point of Contact
- Pamela Moffitt, Contract Specialist, Phone: 803 776-4000 x4128
- E-Mail Address
-
Pamela.Moffitt@va.gov
(Pamela.Moffitt@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 7 of 84 Solicitation # 36C24724R0070 PROJECT LOCATION: VA Medical Center (Dublin, SC) OFFICE ISSUING THIS REQUEST: Dublin VA Medical Center (Dublin, GA) 1826 Veterans Boulevard Dublin, GA 31021 PROJECT NUMBER: 557-22-901 PROJECT TITLE: Replace and Upgrade Building Five (5) Generator PROJECT SUMMARY: This project intends to replace the building five (5) generator. This Project will correct the failing 400 KW diesel generator and replace it with a 600 KW diesel generator along with all components associated with the generator including panels and switch gear as identified in construction documents. Point of Contact: Pamela Moffitt Email: Pamela.Moffitt@va.gov Phone: 803-776-4000 Ext 51817 GENERAL INFORMATION MAGNITUDE OF CONSTRUCTION: Between $1,000,000 and $5,000,000 SITE VISIT: An organized site visit is scheduled for June 21, 2024 @ 12 PM Only one site visit will be conducted. Participants are to meet at: Dublin VA Medical Center 1826 Veterans Blvd. Building 29 Dublin, GA 31021 *Campus map is attached- Bldg. 29 is highlighted in green * The point of Contact for this site visit is Carlisle Fountain carlisle.fountain@va.gov and Pamela Moffitt at Pamela.Moffitt@va.gov Offerors are strongly encouraged to visit the VA installation to fully appraise themselves with the physical layout and the character and conditions under which the service is to be performed. Failure to do so will in no way relieve the successful offeror from the necessity of furnishing the services as specified in this proposal without additional cost to the Government. NAICS Code: 236220; Small Business Standard: $45 Million. 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 may be rejected. REQUESTS FOR INFORMATION: Requests for Information (RFIs) shall be submitted by the prime contractor, through the email to the Point of Contact listed above. No telephone RFIs will be accepted. The cutoff for RFI submission is June 26, 2024 at 12:00 PM Eastern Time Responses will be provided in a Question & Answer format via Amendment on SAM.gov SPECIFICATIONS AND DRAWINGS: All applicable specifications and drawings will be provided electronically along with the Request for Proposal. No hard copies will be made available to proposing contractors. LIMITATIONS ON SUBCONTRACTING: (Reference FAR 52.219-14 (c)(3) and VAAR 852.219-10 (d)(3) for further information): By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities/ VIP-listed SDVOSBs. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded. FUNDS: Are presently available for this acquisition. No contract award will be made until appropriated funds are made available. BONDS: IAW FAR 28.102-1 and Contract Clause FAR 52.228-15 any amount awarded over $35,000 shall require Payment Bonds, and awards exceeding $150,000 shall require both Payment and Performance Bonds. All bonds are due no later than 10 days after award.: Payment Bond required in the penal sum of 100% of the price. BID GUARANTEE: IAW FAR 28.101-2 and Contract Clause 52.228-1 Bid Guarantee shall be submitted with bid. The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000 whichever is less. LIQUIDATED DAMAGES: No WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Construction Wage Rate Requirements (Reference 52.222-6 for further information). The current determination is General Decision GA2024095. Be advised the determination that is current at the time of the Task Order award is the determination that will apply for the project. Current determinations are always available at: https://beta.sam.gov/search?index=wd. PERFORMANCE PERIOD: 540 calendar days after receipt of written Notice to Proceed, including material lead time and completion. SUBMISSION INSTRUCTIONS: All proposals, shall be submitted by the prime contractor, to the Point of Contact listed above. NO HARD COPIES OR FACSIMILES WILL BE ACCEPTED. All Proposals are due by July 3, 2024, at 12:00 PM Eastern Time. To be considered and accepted as timely, the Proposal must be uploaded in its entirety prior to the deadline. Failure to do so will render the Proposal non-compliant. This is a competitive Request for Proposal (RFP) that represents the best value to the Government conducted under Federal Acquisition Regulation (FAR) Subpart 15.1 using the tradeoff process and evaluated in accordance with FAR Subpart 15.3, Source Selection. This section describes the method for evaluating and selecting offers for this procurement. A. Proposal Submission: Submit one (1) Electronic Proposal by email Pamela.Moffitt@va.gov . Subject Line of Email should include Company Name, RFP number, Project Title . The size of your file shall not exceed 10 MB. If you have multiple documents, please submit as separate emails. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It will be highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Failure to provide a proposal in its entirety prior to the deadline will render the proposal noncompliant. Proposal Preparation and Format Instructions: Offerors must provide all requested information for each factor and sub-factor. Proposals must separately address each element of each factor and sub-factor as applicable to be considered responsive to this RFP. Factor and sub-factors headings must be highlighted in yellow or typed in bold text for identification. It is the contractor s responsibility to ensure the submitted proposal is in the proper format, the provided information is clearly understood and free of ambiguities. Offerors proposals shall consist of technical, past performance, and price proposal, as described below. TAB A: General Information: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) Signed offer/Acknowledgement of Amendments (SF1442) (4) Price Offer Schedule (5) Copy of current vetBiz.gov SDVOSB certification (6) SAM UEI Number (7) Cage Code (8) Tax ID number (9) Offer Guarantee Bond (DO NOT SEND HARD COPY) Electronic copy acceptable and should be emailed to Point of Contact listed above. (10) Safety or Environmental Violations and Experience Modification (EMR) Rate * Submit information regarding current experience modification rate form (See Attachment 1). An EMR of greater than 1.0 may disqualify the bidder/offeror. (11) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation), (Attachment). 2. TAB B: Technical Evaluation Factors: Factor 1 Key Personnel Factor 2 Onsite Management Team Factor 3 Technical Solutions Factor 4 Schedule and Impact to Facility 3. TAB C: Past Performance 4. TAB D: Price Proposal C. Evaluation Criteria: The evaluation is subjective based on the information provided in response to the information requested in the evaluation factors. The three (3) factors to be evaluated include technical, past performance, and price. Relative Importance of the Factors: For evaluation purposes, all technical proposal factors 1-4, are equal in importance. All technical factors, when combined, are more important than past performance. All technical factors and past performance, when combined, are significantly more important than cost/price. Offerors proposal shall address the following: TECHNICAL EVALATION FACTORS: FACTOR 1 - KEY PERSONNEL (5 page max): Identify Key Personnel assigned to this project Submit an organizational chart Include a narrative which describes the relevant experience of: 1) Firm s Key personnel and experience, to include at least: Project Manager Similar projects worked on Education and/or certification(s) Field Superintendent Similar projects worked on Education and/or certification(s) Other Relevant Firm Employees Similar projects worked on Education and/or certification(s) 2) Overall Team - Discuss the planned use of: i. Subcontractors Key trades to be subcontracted Proposed subcontractors (if firms already determined) Similar project worked on ii. Other Consultants FACTOR 2 ONSITE MANAGEMENT TEAM (5 page max): a) Describe the plan for managing acquisition, execution, and administration of this project. Response shall be specific to this project. b) Quality Control Team: Describe the quality control team organization. Provide the specific description of the tasks and functions of the quality control personnel. Identify where each position will be physically located (e.g., field office, home office, designer's office, etc.). Clearly identify each member's employer. Describe the Project team Quality Assurance program and safety record. c) Warranty Support: Describe the organizations process and procedures to be established for warranty support. C. FACTOR 3 TECHNICAL SOLUTIONS (5 page max) a) Briefly describe the firms specialized experience and technical competence working with generators. b) Describe any technical difficulties that may be encountered in a project of this type. Provide a narrative of preventative measures or solutions to overcome these issues. D. FACTOR 4 SCHEDULE/IMPACT TO FACILITY a) Submit a preliminary (CPM) Critical Path Method schedule for construction satisfying the requirements of this project. The schedule should show the critical paths of installation from beginning to end (submittals, equipment lead time, mobilization, demolition, installation, finalization etc.). Most importantly, the schedule should show the length of downtime required. II. RECENT AND RELEVANT PAST PERFORMANCE: Each offeror shall identify a minimum of two (2), but no more than five (5) separate and recent (completed within the last 5 years or currently in progress) past performance references for which the offeror has provided comparable services to those described in the Statement of Work. At a minimum, the offeror must have acted as the prime contractor for at least two of these references. The submission should include a brief description of the project, Contracting Officer s Representative (COR) contact information for references, contract number, and dollar value. 1) Recent is defined as performance within the last five (5) years through the solicitation released date. Relevant is defined as performance similar or greater in scope, magnitude, and complexity than the effort described in this solicitation's scope of work. 2) Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. 3) The Government will evaluate the offeror s past performance on active and physically completed federal contracts. The Government will contact the offeror s submitted references on Government contracts. Past performance information may be obtained from any other sources available to the Government, to include, but not limited to: Contract Performance Assessment Reporting System (CPARS) or other databases, past performance questionaries, and interviews with Program Managers, Contracting Officers, and/or Contracting Officer Representatives. The past performance evaluation will assess the relative risks associated with an offeror s likelihood of success in performing the scope of work requirements as indicated by the offeror s record of past performance. 4) The following evaluation documents are acceptable: i. Contractor Performance Assessment Report System (CPARS), or ii. Past Performance Questionnaire (PPQ) evaluation (attached). 5) If a completed CPARS evaluation is available, it shall be submitted with the proposal. If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Contractors shall not incorporate by references into their response, CPARS or PPQ evaluations previously submitted in response to other procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. III. PRICE PROPOSAL: NOTE: LIMITATIONS ON SUBCONTRACTING: (Reference VAAR 852.219-73 (d)(3) for further information): By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities/ Vet Cert SBA SDVOSBs. Any work that a similarly situated entity further subcontracts will count toward the 75 percent subcontract amount that cannot be exceeded. 1) The following cost elements shall be addressed: a) Labor (Direct & Indirect), b) Materials, Material Markups, Materials overhead, c) Equipment d) Subcontractor Cost e) Other Direct Costs f) Overhead expenses g) Indirect Cost h) Profit i) Bonds j) Breakdown of G&A expenses inclusive of all project staff and general requirements of the Prime Contractor. 2) Provide supporting documentation showing quotes/cost breakdowns for both prime and subs) 3) The Government will evaluate price based on the total price. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the IGE. c. Comparison of proposed prices with available historical information. d. Comparison of market survey results. II. Evaluation and Selection Criteria: Proposals will be evaluated on the basis of three major evaluation criteria: Technical Proposal, Past Performance, and Price. The evaluation criteria are listed in descending order of relative importance. All technical proposal factors 1-4, are equal in importance. All technical factors, when combined, and past performance are significantly more important than cost/price. The technical proposal described above will be evaluated and rated using an adjectival rating system. Past Performance will be evaluated for Relevancy and Confidence levels. For evaluation purposes, the technical proposal factors and past performance, will be considered significantly more important than price. III. Evaluation and Award Determination: 1) This is a competitive Request for Proposal (RFP) that represents the best value to the Government conducted under FAR Subpart 15.1, Tradeoff Process, and evaluated in accordance with FAR Subpart 15.3, Source Selection. Award will be made based on offerors technical factors and past performance history and will be considered significantly more important than cost or price. The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror. 2) Each pricing element will be evaluated to determine its reasonableness. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offerors should assure that their ability to meet or exceed the minimum needs of the Government is adequately described in the offer. 3) Discussions: The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror s initial proposal should contain the offeror s best terms from a cost or price and technical standpoint. Communication conducted to resolve minor or clerical errors would not constitute discussions and the Contracting Officer reserves the right to award without the opportunity for proposals revisions or discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 4) Evaluation Overview: a. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance, and price considered. The proposals must conform to the RFP's requirements and evaluated to represent the Best Value to the Government. The Best Value is the most advantageous offer, consistent with the Government's stated importance of evaluation criteria. This may result in award being made to a high-rated, higher-priced offeror where the Contracting Officer determines that the technical capability and past performance of the higher-priced offeror outweighs the price. b. To receive consideration for award, a rating of no less than Satisfactory must be achieved for all technical evaluation factors. Offerors are cautioned that the award may not necessarily be made to the lowest priced offeror. c. Offerors must provide all requested information for each factor and sub-factor. Proposals must separately address each element of the factors as applicable to be considered responsive to this RFP. Factors and sub-factor headings must be highlighted in yellow or typed in bold text for identification. Recommend each titled factor and sub-factor heading in the submitted proposal be stated in the chronological order shown below. This format establishes a direct correlation between the information provided and the factor and sub-factor for evaluation. It is the contractor s responsibility to ensure the submitted proposal is in the proper format, the provided information is clearly understood and free of ambiguities. d. Best value will be determined by a comparative assessment of proposals against all source selection criteria in this RFP. In order to determine which proposal represents the best overall value, the Government will conduct a tradeoff analysis, comparing the strengths and weaknesses of the competing proposals to determine which proposal(s) represent(s) the best value to the Government and thus shall receive contract award. e. The Government reserves the right to accept other than the lowest priced offer. The right is also reserved to reject any and all offers. The basis of award will be a conforming offer, the price or cost of which may or may not be the lowest. If other than the lowest offer, it must be sufficiently more advantageous than the lowest offer to justify the payment of additional amounts. f. Offerors are reminded to include their best technical and price terms in their initial offer and not to automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. The Government may make award of a conforming proposal without discussions, if deemed to be within the best interests of the Government. g. Award will result in a firm-fixed price contract. It is the Offeror s responsibility to ensure the submitted price proposal includes all costs for total project requirements and completion in accordance with the specifications and drawings herein. The Offeror assumes all risk for omissions in prime and/or subcontractor proposals. h. The Government evaluation team will consider all information provided in the proposal individually. Once these individual analyses are completed, the team will meet and determine a rating by consensus decision. i. Exceptions to the contractual terms and conditions of the solicitation (e.g., standard company terms and conditions) may result in a determination to reject a proposal. j. Failure to submit all the data in the format indicated in this section may be cause for determining a proposal incomplete and, therefore, not considered for evaluation, and for subsequent award. 5) Responsibility Determination: A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government and commercial systems, will be used to make the Determination of Responsibility. Any information received by the Government that would be cause for a negative Determination of Responsibility will make the offeror ineligible for award. 6) SDVOSB Verification: The Government will review SBA certification database (https://veterans.certify.sba.gov/ ) to confirm Service Disabled Veteran-owned Small Business (SDVOSB) status verification for the submitted proposals. Evaluations will be performed on proposals submitted by verified SDVOSBs only. Subsequent confirmation of SDVOSB verification status will be performed for the apparent award. For a Joint Venture to be considered eligible as an SDVOSB if the joint venture 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. 7) The prospective offeror must complete certification -- 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (DEVIATION) 8) Safety or Environmental Violations and Experience Modification Rate (EMR): Prospective offerors/bidders cannot have no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or Environmental Protection Agency (EPA) violation(s) in the past 3 years and must have an EMR of equal to or less than 1.0. Offerors/bidders with an EMR of 1.0 or higher will not be eligible/considered responsible."" The Government reserves the right to obtain information from Government systems, such as the OSHA and EPA online inspection history databases to ensure the contractor meets the designated EMR rate. 36C24724Q0533 Page 1 of Page 9 of 70 Page 1 of ACKNOWLEDGMENT OF AMENDMENTS The person submitting the proposal on behalf of the offeror shall sign the area below titled Acknowledged by and shall initial/date in the space(s) below to acknowledge any Amendment(s). This individual must be a legally authorized signatory of the company. NOTE: Failure to acknowledge Amendments may render your offer unacceptable. CERTIFICATION I/we have received and considered the following Amendment(s) in the submitted proposal for this project. Amendment Number None A00001 A00002 A00003 A00004 A00005 Date Initials Acknowledged by: Printed Name: _______________________________________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cad5cd40b4e544faa36265be693d9195/view)
- Place of Performance
- Address: Dublin VA Medical Center 1826 Veterans Blvd., Dublin 31021
- Zip Code: 31021
- Zip Code: 31021
- Record
- SN07078403-F 20240530/240529051356 (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 |