Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
MODIFICATION

Y -- FY25: NRM (PROJ:673-23-115) BB Renovate Pharmacy Hood Ductwork

Notice Date
6/13/2025 7:35:03 AM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24825R0112
 
Response Due
7/21/2025 11:00:00 AM
 
Archive Date
10/28/2025
 
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: PROPOSAL DUE DATE: PROJECT TITLE: BB Renovate Pharmacy Hood Ductwork PROJECT NUMBER: 673-23-115 LOCATION: James A. Haley VA Hospital, Tampa, FL 33612, OFFICE ISSUING THIS REQUEST: Department of Veterans Affairs Network Contracting Office (NCO) 8 Tampa, FL 33637 Point of Contact: David Hernandez. Contract Specialist Email: david.hernandez1@va.gov Phone: 813-893-3904 PROJECT SUMMARY: THIS PROJECT SCOPE SHALL INCLUDE BUT NOT BE LIMITED TO THE RENOVATION OF THE GROUND FLOOR OF BUILDING ONE AT THE JAMES A. HALEY VA HOSPITAL, LOCATED AT 13000 BRUCE B. DOWNS BOULEVARD, TAMPA, FLORIDA AS REQUIRED BY THE DRAWINGS AND SPECIFICATIONS INCLUDED IN THIS ACQUISITION PACKAGE. THE SCOPE OF WORK INCLUDES THE COMPLETE DEMOLITION AND REMODEL OF EXISITING James A. Haley VA Hospital Building 1 compounding pharmacy hood duct work, which is not in compliance with USP 797 and USP 800 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 $250,000.00 and $500,000.00 3. SITE VISIT: An organized site visit is scheduled for 06/25/2025 at 10:00 AM EST. Meeting location is Building 42 at which point (depending on number attending) the group will make its way to the site visit location. Please contact Engineering Technician Eric Richardson at Eric.Richardson7@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 07/03/2025 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. 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. Proposals submitted by non-certified by SBA/ Dynamic Small Business Search (DSBS) https://dsbs.sba.gov shall be excluded from award consideration. 8.1 SDVOSB Verification: The Government will review SBA/ Dynamic Small Business Search (DSBS) https://dsbs.sba.gov to confirm SDVOSB status verification for the submitted proposal. Evaluations will be performed on proposals submitted by verified SDVOSBs only. Subsequent confirmation of SDVOSB verification status will be performed for the apparent awardee. 9. LIMITATIONS ON SUBCONTRACTING (Reference Contract Clause FAR 52.219-14 for further information): By submission of an offer and execution of a contract, the Offeror agrees that in performance of the contract, the concern will perform at least twenty-five (25) percent of the cost of the contract, not including the cost of materials, with its own employees. 10. FUNDS. Funding is available for this acquisition. 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 Task Order. 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 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. 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 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. 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: FL20250208 05-23-2025. 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: 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 7 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, 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 proposals must conform RFP requirements and 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 proposals and award the contract. 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 & Capability. Required Submittals for Factor 2 Schedule. Required Submittals for Factor 3 Past Performance Required Submittals for Factor 4 - Price COMPLETED PRICE SCHEDULE (Total of Proposed Price of each CLIN). 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 25 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 I - Specialized Experience and Capability Prime Contractor/Key Subcontractor Example Projects Demonstrating Experience and Capability The offeror is required to submit three (3) relevant HVAC/Pharmacy example projects demonstrating your firms experience and capability similar to this requirement per the provided Statement of Work. These demonstrations in similar experience and capability shall be in a healthcare environment with trade coordination work as critical activities for these capability areas: Cost control, quality of work and compliance with performance schedules on a project of similar scope and size. Briefly describe the team's specialized experience, technical competence, and expertise in understanding how to complete general construction work in a hospital setting in accordance with the submitted Statement of Work (SOW) the VA specifications and the drawings. The offeror is required to demonstrate recent (within the last five years), successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Formatting and Other Restrictions The submission is limited to 20, 8-1/2 x 11 pages in total FACTOR II Schedule The offeror is required to submit a proposed progress schedule 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. All schedule items will show a start date and a completion date. The detailed schedule will show the offerors ability to complete the project in the required time frame of Ninety (90) calendar days. Provide specific tasks with dates for the following: Construction Period to include all phases of the construction project such as mobilization, provisions for overtime or shift work, Site utilities, temporary rerouted medical center vehicular and pedestrian routes, final inspection and close out. The Offeror shall specify how much allowance has been made for bad weather in the schedule, 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. The Offeror will provide a written commitment as to the time frame (number of days after receipt of the notice to proceed) within which the Offeror will guarantee completion. If there is a long lead time for materials, please note the items in your proposal. Formatting and Other Restrictions The submission does not have a page limitation. FACTOR III Past Performance 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. 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 and complexity of the procurement. 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. Offerors shall provide completed Past Performance Questionnaires or CPARS on at least one (1) but not more than three (3) recent (within the past 5 years) and relevant projects that were submitted for Factor 1. Relevant means similar in size, scope, magnitude of effort and complexity to this requirement. The Contracting Officer will evaluate past performance to rate accordingly and may contact sources provided in the survey as necessary. The VA Reserves the Right to Review and Consider Past Performance From Other VA Stations, CPARS And Other Sources. 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/opp/a5c03ced0a9341a4a21d171cfc30ed5e/view)
 
Record
SN07476831-F 20250615/250613230045 (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.