MODIFICATION
Z -- FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
- Notice Date
- 9/23/2025 9:20:22 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
- 36C24826Q0004
- Response Due
- 10/31/2025 11:00:00 AM
- Archive Date
- 02/07/2026
- 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: 10/01/2025; QUOTE DUE DATE: 11/03/2025 AT 2:00PM EST PROJECT TITLE: BB - SITE PREP FOR EMERGENCY DEPARTMENT CT SCANNER PROJECT NUMBER: 516-CSI-142 LOCATION: CC.W. Bill Young VAMC, Bay Pines VAHCS 10000 Bay Pines Blvd, Bay Pines, FL 33744 OFFICE ISSUING THIS REQUEST: Department of Veterans Affairs Network Contracting Office (NCO) 8 Point of Contact (POC): David Hernandez Email: David.hernandez1@va.gov Phone: (813) 893-3904 PROJECT SUMMARY: The contractor shall provide all labor, material, equipment, and supervision to construct an approximately 790 SF addition to Bldg. 100 for the ED CT Replacement in accordance with plans and specifications. This will include but not limited to; removal and replacement of CT scanner equipment in room 1E-210 and associated support spaces, to be renamed suite 1E222. The space is in Area H between E-F & 6-8. As the area serving the CT scanner will be increasing, additional lead lined walls will be required. The gantry and patient table will be supported directly by the 1st floor, while other ceiling hung equipment will need to be structurally supported to the 1st floor interstitial framing. PART I GENERAL INFORMATION 1. All references to Bid or Bidder shall be understood to mean Offer or Offeror . 2. MAGNITUDE OF THIS PROJECT: Between $500,000.00 and $1,000,000.00 3. SITE VISIT: An organized site visit is scheduled for 10/07/2025 at 09:00 AM EST. Meeting location is Building 24 3RD FLOOR at which point the group will make their way to the site visit location. Please contact Engineering Technician Michael Norman at Michael.Norman2@va.gov confirm attendance. 4. 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. 5. 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 11/17/2025 at 2:00PM EST, email to david.hernandez1@va.gov. Responses will be provided in a Question & Answer format to all Bidders. 6. SPECIFICATIONS AND DRAWINGS: No hard copies will be made available to proposing contractors. 7. 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) . 8. SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS VERIFICATION: Subsequent contracts are 100% set asides for verified SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB). The award of this requirement shall not be delayed due to loss of SDVOSB verification. Quotes submitted by non-certified by Small Business Search https://search.certifications.sba.gov/ shall be excluded from award consideration. 8.1 Small Business Verification: The Government will review Small Business Search https://search.certifications.sba.gov/ to confirm SB status verification for the submitted Quote. Evaluations will be performed on Quotes submitted by verified SBs only. Subsequent confirmation of SB verification status will be performed for the apparent awardee. 9. LIMITATIONS ON SUBCONTRACTING (Reference Contract Clause VAR 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. 10. FUNDS. Funds are not presently available for this contract.� (Reference Contract Clause FAR 52.232-18) 11. BONDS (Reference Contract Clause 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 ten (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 12. OFFER GUARANTEE: BID BOND (SUBMIT WITH YOUR PRICE QUOTE) 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. If Quote is under $ 35,000.00 No BID BOND is required. NOTE: A scanned copy of the original is acceptable. Bond Seal must be visible. 13. SAFETY AND ENVIRONMENTAL RECORD (SUBMIT WITH QUOTE): Offerors shall submit information that specify 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 there is 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. 14. 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. 16. WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Davis Bacon Wage Determinations. The current Davis Bacon determination is General Decision Number: FL20250222 05-23-2025. Be advised that 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: https://sam.gov/wage-determinations II. QUOTE PREPARATION AND EVALUATION INFORMATION QUOTE PREPARATION INSTRUCTION: To ensure timely and equitable evaluation of Quotes, offerors must follow the instructions contained herein. In order for Quotes to receive full consideration for award, offerors should ensure that the information furnished in support of the Quote is factual, accurate, and complete, and directly responds to the requirements of this RFQ. NOTE: Your Quote 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 deemed necessary. If separate files are 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. QUOTE SUBMISSION: All Quotes 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. Undeliverable emails due to an offeror s Quote 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 Quote must be received in its entirety prior to the deadline. Failure to provide a Quote in its entirety prior to the deadline will render the Quote noncompliant. 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, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. As differences in factor ratings and relative advantages and disadvantages become less distinct, difference in price may become the discriminating factor in determining the most advantageous offer. Conversely, as differences in price become less distinct, differences in ratings and relative advantages and disadvantages between offers are determinative. The Quotes must conform RFQ requirements and be judged to represent the Best Value to the Government. The source selection process will utilize FAR Parts 15 (Tradeoff) and FAR Part 36 to evaluate Quotes and award the contract. The Government intends to evaluate Quotes 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. SELECTION AND EVALUATION PROCEDURES: This part describes the mechanism for evaluating and selecting offers for this procurement. QUOTE PREPARATION INSTRUCTIONS: The following must be included in the offeror s Quote: Cover Page with: Bid Build Project, RFQ (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 Technical/Management Approach Required Submittals for Factor 2 Specialized Experience Required Submittals for Factor 3 Schedule/ Past Performance Required Submittals for Factor 4 - Price COMPLETED PRICE SCHEDULE (Total of Proposed Price of each CLIN). The price Quote shall be submitted separate from the technical Quote. 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 RFQ. 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 Quote please make sure to include all applicable taxes, and government stamps cost. NOTE: Price breakdown shall be indicative of showing at least fifteen (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 reasonable determination of price. Your Quote 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 Quotes. Undeliverable emails due to an offeror s Quote size, using wrong email address, or else, is not the responsibility of the Government. TECHNICAL EVALUATION FACTORS FACTOR I - Technical/Management Approach In a narrative format, diagrams and/or drawings describe in detail how the offeror intends to meet or exceed all performance areas stated in the solicitation/statement of work/attachments for Project 516-CSI-142: SITE PREP FOR EMERGENCY DEPARTMENT CT SCANNER. Provide technical methods and procedures that reflect a construction approach unique to the site and facility. Describe any technical difficulties that may be encountered in a project of this type. Provide a narrative of preventative measures or potential solutions to overcome these issues that are included in the offeror s proposal and your firm s approach to risk analysis and mitigation. Clearly describe the firm s organizational structure and the roles and responsibilities of key personnel, as well as key consultants and subcontractors proposed. Provide a list of all consultants and proposed major subcontractors, including telephone number, address, and name of contact. At minimum, key personnel for this job shall include: Site Superintendent Quality Assurance Manager Site Safety and Health Officer Project Manager Describe your firm s approach to infection control, quality control, and construction safety for the proposed project. Submit your current Experience Modification Rate (EMR), which compares your company s annual losses in insurance claims against its policy premiums over three years. EVALUATION CRITERIA TECHNICAL/MANAGEMENT APPROACH: The information provided will be used to evaluate the depth of each offeror s technical understanding of the project and its management abilities. More credit may be given for approaches that meet or exceed the project requirements. Your EMR shall not exceed 1.0.� This information shall be obtained from the bidder s/offeror's insurance company and be furnished on the insurance carrier s letterhead. An EMR of more than 1.0 will result in no further consideration of the proposal. Failure to submit an EMR rating will result in no further consideration of the proposal. Narrative: 5-page maximum (excluding EMR documentation) FACTOR II Specialized Experience Offeror shall demonstrate recent, relevant experience that are similar in size, scope, and complexity to the project listed this solicitation. Offeror shall provide a minimum of three (3) but no more than five (5) example projects that best represent the Offeror s work experience and capability required on this project, completed within the past five (5) years from the issuance date of this solicitation, or that are currently ongoing and substantially complete (at least 75% construction progress completed). These examples shall include the prime and/or subcontractors proposed for this project that were involved in the submitted projects and the tasks carried out by each. Offerors are responsible for providing project descriptions in sufficient detail to permit evaluation of project relevancy to this procurement and shall explain how the submitted example is similar to this one. In this context, Offeror or Offeror s refers to the proposed prime contractor, and all proposed major subcontractor(s). If the project is older than five (5) years, it may be considered less relevant. Definitions: Size An inpatient wing renovation project with a contract value of $2M or greater. All submitted project experience must meet this requirement. Scope A project to complete removal and replacement of CT scanner equipment in a fully operational hospital s ED, including infrastructure upgrades and integration of clinical systems. Complexity A project which requires a level of activities (labor, subcontracting, coordination of trades, equipment, materials, management, supervision, etc.) and construction efforts that are similar to those required for this solicitation s project scope. The offeror s submitted projects should demonstrate similarity in the interrelated work features required in executing multiple construction activities. Similarities in features include, but are not limited to architectural, structural, electrical, mechanical design and construction project elements. EVALUATION CRITERIA EXPERIENCE: The information provided will be used to evaluate the relevancy and depth of each Offeror s specialized experience. The more recent and relevant experience, the more credit will be given. The Government may place greater importance on projects performed as a prime contractor than as a subcontractor, depending upon overall role and relevancy considerations. The Government may place greater importance on projects that were performed at an active VA hospital, depending upon overall role and relevancy considerations. Narrative: 5-page maximum. FACTOR III Schedule/ Past Performance Schedule: The proposal shall provide a proposed progress schedule. The progress schedule will be in a time scaled bar graph format. The horizontal axis will be scaled for time beginning with the Notice to Proceed and concluding with contract completion. The vertical axis will show the milestones and major portions of the contract work. Milestones should include such items as material submissions, submittal acceptance, partial and final inspections, punch list completion, testing, etc. All scheduled items will show a start date and a completion date, and the critical path shall be clearly identified on the schedule. The detailed schedule will indicate specific tasks with dates for each step of the process including Mobilization; Demolition; Construction; Provisions for overtime or shift work; Timing of relocation of existing utilities; Commissioning; Tests and final inspection. Task durations shall be expressed in calendar days. The Offeror shall specify how much allowance has been made for bad weather or other unforeseen delays, the days of the week and the hours of construction operations during each phase of the work, and the percentage of contract completion that will be achieved at the end of each month of the contract. If there is a long lead time for materials, please note this in your proposal. In a narrative, the contractor shall highlight any significant problems that could adversely affect the project schedule and provide recommended contingency plans or potential solutions to mitigate such issues. EVALUATION CRITERIA - SCHEDULE: The information provided will be used to evaluate the strengths, weaknesses, and any deficiencies in the schedule submission and narrative. Schedules that do not meet the overall period of performance or other timelines outlined in the statement of work/specifications may be rated lower unless a firm justification is provided. The exclusion of any major phases of work in the schedule may result in a lower rating. Past Performance: The vendor shall provide, at minimum, completed Past Performance surveys and/or CPARs for at least 3, but no more than 5 projects of similar scope, complexity, and cost. If available, PPQs/CPARs of the projects submitted in Factor 2 shall be included; This may include past performance from a 1ST tier sub-contractor. Note: Any teaming or proposed sub-contractor arrangement whose past performance you are submitting as part of this proposal for evaluation must remain intact through contract completion unless otherwise approved by the VA. In addition to PPQs/CPARS, provide the following information for each example: Project Number, Title, and location or facility performed. Contracting Officer and COR Name and contact information, telephone, and email. current. The government may contact points of contact to verify information. Total Project Value and duration. List of subcontractors. Initial/Final award amount, with an explanation of any differences. State any change orders that occurred during the project performance and the reason behind the change. 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. EVALUATION CRITERIA PAST PERFORMANCE: The information provided here and gathered from CPARS and/or PPQs will be used to evaluate the offeror s past performance. Each offeror will be evaluated on its performance for similar type of projects. The government will focus on information that demonstrates quality of performance relative to the size, scope, and complexity of the procurement. Past performance information will be obtained from references provided by the offeror and from other sources known to the Government or learned during the course of the evaluation. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance, in accordance with FAR 15.305 (a)(2)(iv). Therefore, the offeror shall be determined to have unknown past performance. THE VA RESERVES THE RIGHT TO REVIEW AND CONSIDER PAST PERFORMANCE FROM OTHER VA STATIONS, CPARS AND OTHER SOURCES. Narrative 5-page maximum CPARS/PPQ No maximum page limit FACTOR V PRICE EVALUATED BY CONTRACTING OFFICER BASIS OF AWARD: All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. As differences in factor ratings and relative advantages and disadvantages become less distinct, difference in price may become the discriminating factor in determining the most advantageous offer. Conversely, as differences in price become less distinct, differences in ratings and relative advantages and disadvantages between offers are determinative.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3aea162e11b546559d3cb0e71402519e/view)
- Record
- SN07600773-F 20250925/250923230040 (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 |