Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOLICITATION NOTICE

Z -- Poplar Bluff Job Order Contract (JOC)

Notice Date
8/15/2024 1:03:16 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524R0076
 
Response Due
9/5/2024 12:00:00 PM
 
Archive Date
10/05/2024
 
Point of Contact
Lucia A Cowsert, Contract Specialist
 
E-Mail Address
lucia.cowsert@va.gov
(lucia.cowsert@va.gov)
 
Awardee
null
 
Description
PROPOSAL SUBMITTAL INSTRUCTIONS 1. PREPARATION AND SUBMITTAL OF PROPOSALS a. GENERAL INFORMATION The Government plans to award one Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for the John J. Pershing VA Health Care System, 1500 N. Westwood Blvd, Poplar Bluff, Missouri 63901. Award will be made to the Offeror who is responsible in accordance with the Federal Acquisition Regulations (FAR) 9.103(b), whose proposal conforms to the solicitation requirements, and whose proposal is judged by an overall assessment of the evaluation factors to be most advantageous to the Government. Proposals received in response to this solicitation will be evaluated in accordance with the procedures outlined in the Federal Acquisition Regulation (FAR) Part 15.101-1, Best Value - Trade Off Source Selection Process. The evaluation factors consist of: Factor 1 Contractor Organization Sub-Factor 1a Qualifications of Key Personnel Sub-Factor 1b Key Subcontractors Factor 2 Technical Approach Sub-Factor 2a Quality Controls Sub-Factor 2b Compliance with Construction Standards Sub-Factor 2c Timeliness Factor 3 Relevant Experience of Prime Contractor Factor 4 Past Performance Factor 5 Contractor Safety Plan Factor 6 - Price RELATIVE IMPORTANCE OF EVALUATION FACTORS - All non-price factors, when combined, are significantly more important than price. The non-price factors are listed in descending order of importance Offerors should address, in detail, their capabilities by describing their proposed approach to each factor. All factors will be considered based solely on the proposal provided, to the extent in which the proposal demonstrates a clear understanding of the requirements, and the contractor s ability to meet those requirements. Noncompliance with the RFP submittal requirements will raise serious questions regarding an Offeror s technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. b. THE OFFER The submission of the documentation specified below will constitute the Offeror s acceptance of the terms and conditions of the RFP, concurrence with the Requirement Description and Statement of Work and the proposed contract type. These instructions prescribe the format for the proposal and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. c. AWARD BASED ON INITIAL OFFERS Pursuant to FAR 52.215-1, 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. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. d. NUMBER OF COPIES TO SUBMIT Offerors shall submit proposals electronically by e-mail to lucia.cowsert@va.gov and arnold.payne@va.gov. The email(s) shall include the following attachments: (a) Part 1 - Technical Proposal (Volume I) (b) Part 2 Contract Documents and Price Proposal (Volume II) The total size of any single email must be less than 10 megabytes. Use multiple emails if necessary and label each as 1 of 3, 2 of 3 Email Subject Line should read: Solicitation 36C25524R0076, Poplar Bluff Job Order Contract (JOC). Email confirmation will be provided by the Contracting Officer. If you do not receive email confirmation, contact the Contracting Officers. * To ensure timely delivery due to electronic submission malfunctions, the contractor shall also provide the proposal in two separate binders along with a CD of the proposal content by the due date at the NCO 15 Contracting Office 3450 S 4th Street Leavenworth KS 66048, containing the technical and price information by the request due date. The package shall include: (a) One (1) submittal will be marked Technical: ORIGINAL - RESPONSE TO RFP 36C25524R0076, Poplar Bluff Job Order Contract (JOC). This submittal is to contain the signed original copy of the documents and the technical response. (b) One (1) submittal attachment containing the pricing information for each Bid item as indicated on the price schedule. Original Bid Bonds must still be received at ATTN: Cedric Graham., Network Contracting Office 15 (NCO15), 3450 S. 4th Street Trafficway Leavenworth, KS 66048 via US Postal Service or other courier prior to the solicitation closing time. A copy of the bid bonds must be submitted with the emailed proposal submission. 2. FORMAT OF PROPOSALS All Offeror s shall be required to submit a proposal with the minimum content as specified herein. Proposals that do not provide the minimum content may be rejected. PAGE FORMAT Printed text shall be easily readable (12-pitch type or 10 point proportional spacing) and all text shall be single spaced and printed black on white paper. Cross-references should be utilized to preclude unnecessary duplication of data between sections. All pages shall be standard letter size (8-½ by 11 ) sheets of paper with a minimum of ½ margins. Text size and spacing requirements for illustrations and tables can be at the discretion of the Offeror but must be easily readable. PAGE LIMITATIONS Page limitations are as follows: Fold-outs will be counted as the appropriate number of pages based on an 8-1/2 x 11 sheet of paper. The Contractor shall number each page to eliminate any confusion. VOLUME TITLE PAGE LIMIT I TECHNICAL PROPOSAL 100 Pages II CONTRACT DOCUMENTS & PRICE PROPOSAL 50 Pages c. PROPOSAL LIMITATIONS The proposal shall not exceed the limits stated above. If the page limits are exceeded, the proposal may be determined as non-responsive and cannot be considered for award. The Government will not accept any changes to the contractor s proposal after the closing date of the solicitation (See FAR 15.208 for further information regarding late proposals). Page limits include: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc. Page limits do not include: Covers for volumes, tables of contents, indices, title pages, cross reference indices, and section dividers/tables if they are inserted solely to provide ease to the reader in locating parts/sections of the proposal. They will be counted if they contain any other information, i.e., diagrams, extraneous data, etc. Pages marked This page intentionally left blank will not be counted. In the event an Offeror creates an ambiguity in their numbering of pages, the Government may exercise its own discretion in counting pages. 3. CONTENT OF PROPOSALS Offeror s proposals shall consist of separate emails (one for the technical proposal and one for the pricing proposal). Each must be clearly identified. Pricing must be kept separate from technical information. If pricing is included in the technical proposal, the proposal may be found non-responsive and will not be considered. Email one (1) will consist of TECHNICAL PROPOSAL (NON-PRICE FACTORS) and Email two (2) will consist of CONTRACT DOCUMENTS & PRICE PROPOSAL, in addition, offerors are to provide proof of bonding capacity in the form of a letter from their surety indicating bonding capacity per contract and aggregate (in addition complete attachment 3). Offeror s technical proposal shall contain a Table of Contents as a master index of the entire technical proposal. The table of contents shall identify major areas by Title, as well as Volume, Section, Tab, and Page Numbers. A copy of this master Table of Contents shall be placed separately in the Technical Proposal email. a. VOLUME I - TECHNICAL PROPOSAL (NON-PRICE FACTORS) The Technical Proposal will be submitted via email and will be evaluated separately from the Price Proposal. The technical (non-priced) evaluation factors, listed below in descending order of importance, will be used to determine the acceptability standards for non-price factors. The sub-factors and elements within Factor 1 and Factor 2 are equal in importance. Failure to provide detailed information will make the proposal non-responsive. Award will not be made if the proposal is deemed non-responsive. The Government will rate an offeror's technical proposal, at the factor level, by use of descriptive adjectives that combines technical merit and proposal risk that most accurately defines the offeror's performance risk considering all factors/sub-factors/elements identified in this section. NOTE: THE TECHNICAL PROPOSAL SHALL NOT CONTAIN ANY PRICING INFORMATION RELATING TO THE OFFEROR S PROPOSED COEFFICIENTS. FACTOR 1. CONTRACTOR ORGANIZATION Offerors must provide evidence that they have the capabilities, qualifications and experience needed to meet the performance requirements of this project. Within the Contractor Organization factor, two (2) sub-factor elements will be evaluated. Both elements are of equal importance and portray a very good probability of success with a low degree of risk. Sub-Factor 1a QUALIFICATIONS OF KEY PERSONNEL For each Key Personnel position proposed, provide the following narrative description: - Position Title; - Functional Responsibilities; - Contractual/Administrative Authorities; - Name of Proposed Individual; - Individual Qualifications, to include (at a minimum): a) -Background & Experience (to include all significant construction projects within the last three (3) years; b) - Education & Training; and c) - Any Applicable Technical Certifications (e. g., OSHA Certification, Life Safety Training, Excavation Safety, Scaffold Safety, Fall Protection Training, Crane/Rigging Safety, etc.) NOTE: Offerors may include significant experience of Key Personnel even if performed for another organization. Offerors may not replace or substitute Key Personnel without the written authorization and concurrence from the Contracting Officer (CO) and Contracting Officer s Representative (COR). At a minimum, any proposed individuals must meet or exceed the experience level of the Key Personnel being replaced. No more than two positions may be held by the same person. Offerors shall provide a detailed description of the proposed critical personnel that will be involved in managing and executing projects (task orders) under the resulting contract. Offerors are provided considerable flexibility in how they structure their proposed staffing, but the functional positions (regardless of job title) must, address the following functions: Superintendent - OSHA Construction 30 Hour Certificate On-Site Construction Superintendent: The Contractor shall identify an OSHA Construction Certified On-Site Superintendent who will be assigned to projects awarded under the resulting contract in writing to the Contracting Officer with the response to the Request for Proposal for this solicitation. Superintendent shall have a minimum of three (3) years experience supervising construction projects similar to those performed at a VA Medical Center, active commercial hospital which is equal or larger in size, services provided, and patient care load than the Poplar Bluff VA Medical Center, or other medical or medical related facility which is active 24 hours a day and 365 days a year. If the Superintendent does not have the necessary experience, the proposal may be rejected. The Contractor RFP response shall include a resume for the Superintendent with information and any applicable technical certifications (e.g. OSHA Certification) necessary to confirm training and experience. Superintendent shall not be changed without written authorization and concurrence from the CO and COR. The Superintendent shall be physically present at the on-site project office anytime work is being performed. Work performed outside of normal working hours shall be required to have prior written approval from the COR. Project Manager - The Contractor shall identify a Project Manager who will be assigned to projects awarded under the resulting contract in writing to the Contracting Officer with the response to the Request for Proposal for this solicitation. The Project Manager shall have a minimum of three (3) years experience managing construction projects similar to those performed at a VA Medical Center, active commercial hospital which is equal or larger in size, services provided, and patient care load than the Poplar Bluff VA Medical Center, or other medical or medical related facility which is active 24 hours a day and 365 days a year. If the Project Manager does not have the training and experience, the proposal may be rejected. The Contractor shall provide a resume for the Project Manager with the information necessary to confirm training and experience with the RFP response. Project Manager shall not be changed without written authorization and concurrence from the CO and COR. The Project Manager does not have to be physically present at the on-site project office anytime work is being performed but shall make on-site visits as needed or requested by the CO or COR. Work performed outside of normal working hours shall be required to have prior written approval from the COR. Quality Control Manager - (Note: no more than two key positions may be held by the same person) The Contractor shall identify a Quality Control Manager (QCM) experienced in managing and inspecting construction projects to the Contracting Officer in writing with the response to the Request for Proposal for this solicitation. QCM shall have a minimum 3 years experience inspecting construction projects similar to those performed at a VA Medical Center, active commercial hospital which is equal or larger in size, services provided, and patient care load than the Poplar Bluff VA Medical Center, or other medical or medical related facility which is active 24 hours a day and 365 days a year. The proposed candidates shall present a copy of 30-hour OSHA Construction Safety training certificate with the contractor s response to the RFP. The QCM shall be physically present at the project office, except on Federal Government holidays (see list below), as designated in the statement of work issued with each individual task order. The QCM shall have authority to act for the Contractor in all quality control matters. The Contractor shall provide a resume for the QCM with the information necessary to confirm training and experience with the RFP response. If the QCM does not have the necessary experience, the proposal may be rejected. QCM shall not be changed without written authorization and concurrence from the CO and COR. Qualified Site Safety and Health Officer (SSHO) and a Competent Person (CP): Site Safety and Health Officer (SSHO) and CP (site superintendent) In accordance with VA Master Specification Safety Infectious Control, 01 35 26, the Contractor shall identify a SSHO and a CP (site superintendent) who will be responsible for safety compliance for the projects awarded under this contract. This information will be provided with the response to the Request for Proposal for this solicitation. The SSHO and a CP shall be experienced in managing safety for and inspecting construction projects similar to those performed at a VA Medical Center, active commercial hospital which is equal or larger in size, services provided, and patient care load than the Poplar Bluff VA Medical Center, or other medical or medical related facility which is active 24 hours a day and 365 days a year. This individual shall have authority to act for the Contractor in all safety matters. The SSHO and a CP shall have qualification and training as required by OSHA 29CFR1926 and five years of experience as a safety and health professional in the construction industry. The Contractor shall provide a resume for the SSHO and a CP with the information necessary to confirm training and experience with the RFP response. The SSHO and a CP shall present a copy of 30-hour OSHA Construction Safety training certificate. The SSHO and a CP shall not be changed without written authorization and concurrence from the CO and COR. Sub-Factor 1b _KEY SUBCONTRACTORS Offerors shall provide a detailed list of the Key Subcontractors they intend to utilize in executing projects (task orders) issued under the resulting contract. Offerors shall list a minimum of one (1) and a maximum of three (3) proposed subcontractors for the following specialty trades: - MECHANICAL; - ELECTRICAL; - HVAC - PLUMBING; and - SITEWORK. For each of the proposed subcontractors, Offerors shall provide a brief narrative description of the subcontractor s: - Qualifications & Experience in the Specialty Trade Work; - Capability and Availability, to Perform Subcontract Work for the Offeror. NOTE: If offerors plan to self-perform some of this specialty trade work, using their own resources, they must list themselves for the applicable trade work. When doing so, offerors must provide the same information regarding qualifications, capability, and availability to self-perform that they would provide for a separate subcontractor. FACTOR 2. TECHNICAL APPROACH Within the Technical Approach sub-factor, three (3) elements will be evaluated. All three elements are of equal importance. Sub-Factor 2a QUALITY CONTROL Offerors shall provide a detailed description of specific techniques and processes used to manage Quality Control for construction projects. - Describe the minimum qualifications for personnel identified to perform Quality Control and Construction Management functions, to include experience, education and training, and proven capabilities. - Describe what measures and controls will be taken to ensure that quality control inspections are conducted in a timely and effective manner. Include a description of the inspection criteria and standards used to control performance by identifying, preventing, and correcting deficiencies. - Describe how the Offeror s Construction Management function will ensure that record keeping requirements are adhered to (i.e., submission of construction schedules, certified payrolls, daily logs, specification submittals, insurance certificates, proper progress payment requests, change order/modification documentation, etc.). Sub-Factor 2b COMPLIANCE WITH CONSTRUCTION STANDARDS Offerors shall provide a detailed explanation of how well the offeror and proposed subcontractors have the technical knowledge and capability to ensure strict compliance with applicable construction industry standards. The applicable standards may vary by the scope of individual task orders, and typically may include, but are not limited to: - Building Officials and Code Administrators National Building Code (BOCA); - International Building Code; - National Electric Code; - National Fire Protection Code; - National Safety Code; - OSHA Regulations; - ASHRA-E Codes & Standards; - International Plumbing Code; - Uniform Mechanical Code (UMC) - Joint Commission on Accreditation of Hospitals Organization (JCAHO); and - Dept. of Veterans Affairs Standards/Specifications for Construction. The narrative description shall be specific, detailed, and complete to clearly and fully demonstrate that the Offeror, and proposed subcontractors, collectively have a thorough understanding of the requirements for compliance with established construction industry standards. The narrative should identify specific project experience and/or key personnel training/qualifications rather than merely stating that the offeror intends to conform to all standards. The point of the factor is not to indicate good intentions, it is to demonstrate qualifications. Sub-Factor 2c TIMELINESS Offerors shall provide a detailed description of procedures and techniques for maintaining on-time schedule performance. The narrative shall address the offeror s plan to execute projects (task orders) from the initial development through project completion in a manner that will best meet the Government s completion requirements. The narrative shall address the planned timeframes for responding to: - Site Visit Requests; - Response to RFP s for New Task Orders; and - Response to RFP s to Task Order Modifications. The narrative should also address the Offeror s management tools and practices to for: - Estimating System/Software Employed; - Construction Scheduling System Used; - Procedures for Providing Shop Drawing and Technical Submittals; - Management Control Over Subcontractor Performance; and - Measures taken to ensure that the Commencement, Prosecution, and Completion terms for all task orders are adhered to and completion dates are met. FACTOR 3. RELEVANT EXPERIENCE OF PRIME CONTRACTOR To demonstrate their relevant experience, Offerors shall provide a minimum of three (3) and a maximum of five (5) construction projects which started within the last three (3) years that are construction complete and which closely match the nature of work described in the Statement of Work. Relevant Experience is interpreted to mean construction projects involving hospital or medical facility repair or renovation where the Offeror served as the Prime (General) Contractor and the work involved multiple Subcontractors with multiple projects running concurrently. If Offerors wish to submit experience that was not conducted at hospital or medical facilities, they should explain how the nature and complexity of the work involved was equivalent to that described in the Statement of Work for this contract. Contractors may use the Performance Relevancy Survey attached to this solicitation. For each construction project submitted for Relevant Experience evaluation, provide the following information: - Project Title & Location; - Contract Number and Award Date - Original (initial) Contract Award Amount and Final Contract Amount (both in dollars); - Original (initial) Contract Performance Period (duration), and Actual (final) Completion Date; - Name, Telephone and E-Mail for the Following Points-of-Contact: - Procuring Contracting Officer (PCO) - Engineering/Technical Representative. (With 1st-hand knowledge and involvement in the submitted contract.) - A narrative explanation of the submitted project s scope of work, including any special aspects of the work that meet the complexity and schedule maintenance requirements as described in this solicitation s Statement of Work. If the Offeror is a Joint Venture (JV), relevant project experience should be submitted for projects completed by the Joint Venture entity. If the Joint Venture does not have shared experience, projects shall be submitted for each Joint Venture partner. Offerors who fail to submit experience for all Joint Venture partners may be rated lower. NOTES: - Offerors may submit for Relevant Experience evaluation projects involving its officers and/or individuals submitted for the Key Personnel sub-factor. However, if the Offeror s firm did not perform as the Prime (General) Contractor, discuss in detail the role performed by the individuals involved. (Note: Subcontractor experience cannot be substituted for Prime Contractor experience and will not be considered.) FACTOR 4. PAST PERFORMANCE a. Offerors shall provide a minimum of three (3) and a maximum of five (5) of the most recently completed construction projects accomplished within the last five (5) years. Contractors may submit completed Past Performance Questionnaires in support of this evaluation factor. Projects submitted for Past Performance considerations shall be completed construction projects that were: - Executed as a contract with a Federal, State, or Local Government organization (NOTE: non-government contracts may be used if Government contracts are not available); - 100% completed within the last five years (projects not yet completed will not be considered); - Equal to, or greater than, ONE HUNDRED THOUSAND DOLLARS ($100,000.00) but not exceeding FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) in contract total price. (Note: For contract total price, include all modifications in the total); (Note: Only contracts awarded to the Offeror as the Prime (General) Contractor will be considered. Work performed by the Offeror as a Subcontractor will not be considered.) b. For each construction contract submitted for Past Performance evaluation, provide the following information: - Project Title & Location; - Contract Number and Award Date - Original (initial) Contract Award Amount and Final Contract Amount (both in dollars); - Original (initial) Contract Performance Period (duration), and Actual (final) Completion Date; - Name, Telephone and E-Mail for the Following Points-of-Contact: - Procuring Contracting Officer (PCO) - Engineering/Technical Representative. (With 1st-hand knowledge and involvement in the submitted contract.) c. The submitted construction projects must be relevant to medical center construction projects. In assessing relevancy, the Government will evaluate an offeror's references for similarity to the construction methods to be completed under the scope of this solicitation, multi-discipline or specialized areas, the scope/type of contracts/projects, the magnitude of projects as it relates to price. Prime contractors who demonstrate that multiple construction projects were managed at the same time will be evaluated higher than Prime contractors who only manage one project at a time. If the Offeror is a Joint Venture (JV), relevant project past performance should be submitted for projects completed by the Joint Venture entity. If the Joint Venture does not have shared past performance, projects shall be submitted for each Joint Venture partner. Offerors who fail to submit past performance for all Joint Venture partners may be rated lower. Prime/subcontractor agreements other than a Joint Venture agreement will not be accepted. (Subcontractor experience cannot be substituted for Prime Contractor experience and will not be considered.) The past performance evaluation will be conducted using information obtained from your proposal, as well as other sources available to the Government, such as information obtained from the Contractor Performance Assessment Reports (CPAR), and /or any other sources deemed appropriate. The Government also reserves the right to contact any owner of a prior construction project performed by the Offeror to obtain additional information relating to past performance. Special Note: Offerors that May Lack Past Performance Information: In accordance with FAR Part 15.305(a)(2), An offeror with no Past Performance may receive a rating based on the evaluation of its predecessor companies, key personnel, and/or subcontractors. If such information is not applicable (i.e., the offeror does not have a predecessor company, key personnel or subcontractors with relevant past performance), the offeror shall be evaluated as ""Neutral . However, the proposal of an offeror with no relevant Past Performance history, while rated Neutral in Past Performance, may not represent the most advantageous proposal to the Government and thus, the Government may in its tradeoff analysis determine that highly rated past performance is more beneficial than a neutral past performance rating. Currency, Relevancy: The Government will consider the currency and relevancy of the performance information while conducting its performance evaluation. For this solicitation, currency is performance occurring within the last five years through the solicitation release date. Within this period, performance occurring more recently will have greater significance than work occurring earlier in the period. For example, performance information for work occurring during 2022 - 2023 may have greater importance than performance information for work occurring during 2021. The Government may consider an offeror s previous contracts in the aggregate in determining relevancy, should the offeror s present and past performance lend itself to this approach. For example, an offeror s work experience on three contracts may represent only a semi-relevant effort when each contract is considered as a stand-alone effort. However, when these contracts are performed concurrently (in part or in whole) and are assessed in the aggregate, the work may more accurately reflect a relevant effort. In accordance with FAR 15.306(a)(2), if award will be made without conducting discussions, offerors may be given the opportunity to clarify certain aspects of their proposals, e.g., the relevance of an offeror's Past Performance information and adverse Past Performance information to which the offeror has not previously had an opportunity to respond, or to resolve minor clerical errors. FACTOR 5. CONTRACTOR SAFETY PLAN Offerors must provide a construction safety plan according to TIL Spec Section 01 35 26, SAFETY REQUIREMENTS for safety and infection control requirements (see attachment 4). A.  Compliance & Plan Content: The contractor's Safety Plan shall be evaluated for their compliance with local/State/Federal rules and regulations and the company's consideration of safety of its employees and the public. The contractor's Safety Plan, at the minimum, shall address their safety policy, detailed disciplinary action to be taken with respect to employees violating safety requirements, personnel safety responsibilities, personnel safety training, personal protective equipment, accident / incident reporting procedure and investigations, emergency procedures guidelines, and their safety incentive plan. B. Hospital Working Environment Considerations: The contractor s Safety Plan shall address their plan for completing all contract work on and around an active hospital without impacting patient care. Plan will be evaluated on how it demonstrates contractor s intended efforts for maintaining infection control around the hospital work site. Contractor must also detail its plan for accomplishing all necessary tuberculosis and covid screenings for its workforce. b. VOLUME II - CONTRACT DOCUMENTS & PRICE PROPOSAL The Contract Documents referenced below and Price Proposal will be submitted as a separate email and will be evaluated separately from the Technical Proposal. Volume II shall be organized into two major sections: the CONTRACT DOCUMENTS and the PRICE PROPOSAL as described below. (1) SECTION 1 - CONTRACT DOCUMENTS Section 1 shall consist of the following subsections: Cover Letter Standard Form 1442 (completed) Schedule A Payment and Performance Bonds Capability Statement Representations & Certifications from System of Award Management (SAM) COVER LETTER A Cover Letter and Introduction (maximum of two pages in length) shall include the following information. - The name and address of the organization submitting the proposal. - The name, address, and telephone number of the designated individual who has the authority to make representations relative to the proposal, participate in discussions or negotiations (if necessary), and sign any legally binding documents for the organization (including proposals and resulting contract documents). STANDARD FORM (SF) 1442 Submit the Completed Standard Form 1442 (Solicitation, Offer, and Award) issued with the solicitation. Be sure to fill out blocks 14, 15, 16, 17, 20A, 20B and 20C, and Acknowledge any solicitation amendments in block 19 of the Standard Form 1442. SCHEDULE A Fill in the blanks in Schedule A for the respective VAMC work schedules. LETTER FOR BONDING CAPABILITY Offerors shall submit a letter from their surety, providing the payment and performance bonds limitation. Offerors must have the capability to bond task orders up to $500,000.00 each, up to a total of FOUR MILLION DOLLARS ($4,000,000.00) for the base year and each option year ordering period (although there is no order limitation in each period for that $4,000,000.00 amount). The maximum amount of all orders over the life of the contract is $20,000,000.00. Offerors ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f12a271583c54eb090e370d958e15b9c/view)
 
Record
SN07171970-F 20240817/240815230119 (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.