SOLICITATION NOTICE
Z -- 542-23-105 | Temporary Boiler Stub-outs | NCO 4 Construction East (VA-25-00031452)
- Notice Date
- 6/17/2025 12:52:58 PM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425R0061
- Response Due
- 7/3/2025 7:00:00 AM
- Archive Date
- 08/02/2025
- Point of Contact
- Vanessa V Chmielewski, Contract Specialist
- E-Mail Address
-
vanessa.chmielewski@va.gov
(vanessa.chmielewski@va.gov)
- Awardee
- null
- Description
- COATESVILLE VETERANS AFFAIRS MEDICAL CENTER 1400 Blackhorse Hill Road Coatesville. PA 19320 Temporary Boiler Stub-outs Project #: 542-23-105 Solicitation # 36C24425R0061 Evaluation Criteria PROCEDURES FOR SUBMITTAL OF OFFERS AND PROPOSAL EVALUATION CRITERIA 1. Overview The intent of this solicitation is to select one contractor to provide professional construction services per the Statement of Work (SOW), drawings, and specifications for Temporary Boiler Stub-outs, Project #: 542-23-105. 1.2 The Government intends to use the Best Value tradeoff process source selection approach in accordance with FAR 15.101-1. Award will be made to the responsive responsible offeror whose offer is in conformance with this solicitation, results in the best value to the Government, price plus other factors considered. The Contracting Officer will award a firm fixed price contract to the responsive responsible offeror whom the Source Selection Authority determines conforms to the solicitation, is fair and reasonable and offers the best overall value to the Government, all factors considered. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. 2. Submittal of offers 2.1 Offerors submitting proposals for this project should limit submissions to data essential for evaluation of proposals, so that a minimum of time and monies will have been expended in preparing information required herein. However, in order to be effectively and equitably evaluated, the proposals must include information sufficiently detailed to clearly describe the offeror's experience, technical approach, and management capabilities to successfully complete the project. Proposals should follow in the order of sequence set forth in the Request for Proposal (RFP). Information provided out of sequence may not be evaluated and may result in the offeror's disqualification from award. Requirements stated in this RFP are minimums. Innovative, creative or cost-saving proposals that meet or exceed the requirements should be clearly noted and justified in the proposal. 2.2 Offerors must comply with the detailed instructions for the format and content of the proposal; proposals that do not comply with the detailed instructions for the format and content of the proposal may be considered non-responsive and may render the Offeror ineligible for award. 2.3 All proposal materials shall be submitted with a table of contents and divided sections. The sections should parallel the submission requirements identified below. Volume I: Sections 1 & 2 Volume I: Sections 1 & 2 shall be submitted via email to the Contracting Officer. This submission must be typed. Packages that are handwritten will not be evaluated. Failure to place the required submission information under the appropriate section (factor or sub factor) and format may result in a lower rating if the evaluators cannot readily find the appropriate information. Volume II: Section 3 Volume II: Section 3 shall be submitted via email to the Contracting Officer. 2.4 All proposals shall be submitted to: Vanessa Chmielewski Contract Specialist E-Mail Address: vanessa.chmielewski@va.gov 3. Proposal Evaluation Process 3.1 A Source Selection Evaluation Board (SSEB) comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. SSEB may also include Architect and Engineering firm non-voting members. The identities of the SSEB personnel are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions, if necessary, as well as information obtained from other sources, e.g. past performance information. Offerors are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical and past performance proposals are reviewed and rated without knowledge of the price offered. During deliberation, the number and identities of offerors are not revealed to anyone who is not involved in the evaluation and award process or to other offerors. Proposals will be evaluated based on the factors described herein, and award will be made to the responsive responsible offeror whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered. 3.2 The evaluation process essentially consists of three parts: Technical, Past Performance and Price Evaluation. 3.2.1 Technical and Past Performance Evaluation: Proposals will be evaluated against the Evaluation Factors and Criteria identified in Par. 4.1 and Pars. 5.1.1, 5.1.2, 5.2.1, and 5.2.2. 3.2.3 Price Evaluation: The CO will evaluate price proposals independent of the technical/past performance evaluation. The SSEB will not have access to price information until completion of the technical/past performance evaluation. NOTE: Price/Technical Trade-off Analysis: After all above evaluations are complete, the SSEB will compare the relative advantages and disadvantages of technical proposals and weigh against the prices. SOW identifies project scope. The SSEB will then consider all factors to select the proposal offering with the best value to the Government. 4. Evaluation Factors 4.1 Proposals will be evaluated in accordance with the Evaluation Factors identified below. Technical Capability and Past Performance are equal and when combined are significantly more important than Price. Subfactors are of equal importance. Evaluation Factor 1 Technical Capability (Volume 1 Reference 5.1 below) Evaluation Factor 2 Past Performance (Volume 1 Reference 5.2 below) Evaluation Factor 3 Price (Volume 2 Reference 6.1 below) 4.2 As demonstrated in their proposals, Offerors shall be evaluated in terms of the Offeror s ability to meet or exceed the project s requirements as identified in the SOW, and those proposals demonstrating an ability to exceed specified requirements may be rated higher in those areas than proposals demonstrating only the ability to meet requirements. Offerors are reminded to include their best technical and price terms in their initial offer and not automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. The Government intends to make award to a responsible Offeror submitting a conforming proposal without discussions, if deemed to be in the best interest of the Government. 5. Volume I Technical Proposal 5.1 Section 1 Technical Capability 5.1.1 Submission Requirements Provide a clear, concise narrative not to exceed 25 pages (front and back side use of a single page will count as 2 pages). Company advertising literature shall not be included. The narrative shall address two subfactors, which are of equal importance: Proposed Team and Construction Approach. The contractor is advised to note in each of these subfactors any elements or aspects exceeding the RFP requirements or betterments provided, including an explanation of how each element or aspect improves upon the basic requirements and how it would benefit the VA. Proposed Team Provide a diagram or organization chart showing the prime contractor and subcontractors that will be tasked with the following major functional categories. Site Civil Construction (e.g., Heavy equipment operations, which includes, but not limited to, earthwork and/or soil & erosion controls) Scheduling and Phasing Work (i.e., Continuity of operations) Safety Demolition Disposal and Recycling Hazardous Materials Installation of pipe stub-outs required to operate two (2) temporary boilers including pipe fitting and welding operations. Installation and testing of temporary trailer mounted boilers and trailer control room. (including removal of temporary boilers when project is completed) Security including all PSRDM (Physical Security and Resiliency Design Manual revised May 1, 2024) requirements. Underground Utility Coordination Commissioning Provide prime contactor s project manager and site foreman s resume. The document should be written to show the construction experience / qualifications with respect to the major functional categories identified in 5.1.1.A above. Provide resume for the functional lead(s) for the major functional categories identified in 5.1.1.A above. Construction Approach Provide a narrative identifying the construction approach anticipated including phasing to maintain continuity of operations. Address the major functional categories identified above (5.1.1.A). The purpose of the narrative is to show the contractor s ability to plan through the work and successfully complete the project. Identify potential pitfalls and unintended negative impacts associated with the work, and provide a plan to avoid such outcomes. Identify critical path elements of the project and identify measures to maintain schedule. Identify the means of maintaining quality control of the work. 5.1.2 Evaluation Criteria Proposed Team The organizational chart must provide all of the specified information, and resumes must be provided as indicated. Missing information will be considered as a deficiency for the category. Demonstration of a strong team with extensive relevant experience will be considered a benefit. An intuitive organizational chart which effectively communicates the roles of each member and which organization serves as the lead for each of the major functional categories will also be considered as a benefit. Construction Approach All of the indicated elements must be addressed. Missing information will be considered as a deficiency for the category. A well organized and well thought out plan which is project specific will be considered a benefit. Well-articulated potential pitfalls and preventative measures to avoid them will be considered a benefit. A well-established quality control program will be considered a benefit. A well-articulated plan that is not backed by an experienced proposed team covering the major functional categories casts doubt about the contactor s ability to execute the plan. 5.2 Section 2 Past Performance 5.2.1 Submission Requirements The VA request at least three (3) but no more than five (5) construction projects that best illustrate the contractor s prime and subcontractor teams qualifications. The document should be written to show the teams construction experience with respect to the major functional categories listed in 5.1.1.A.1). Provide a project description. At a minimum, the description should include scope, size and cost of the project and can include photographs. Show the participation of key personnel (identified previously with resume) in the listed projects. The offeror can also include the subcontractors by company name. Including subcontractors may be beneficial to show the experience of the company in addition to the key personnel. The Government may also use other tools including but not limited to CPARS/PPIRS to gather documentation on past performance. Include customer s point of contact (name, title, and phone number). 5.2.2 Evaluation Criteria The SSEB will evaluate the degree of successful completion of the recent and relevant past performance identified in the proposal. Documentation of satisfactory performance of projects similar in size, scope, and dollar value will be considered to have met the minimum requirements of the RFP. Conversely, offers which do not achieve satisfactory performance of projects similar in size, scope and dollar value will not be considered to have met the minimum requirements of the RFP. Projects that are not determined similar in size, scope and dollar value may not be considered. The Government reserves the right to check any or all cited references to verify supplied information and to assess owner satisfaction as to quality, schedule, cost, and management. Past performance will be evaluated in accordance with FAR 15.305(a)(2). Evaluations may include past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement. Offerors without a record of relevant past performance or for whom information on past performance is not available may not be evaluated favorably or unfavorably on past performance and shall receive a neutral rating for Past Performance. Offerors may provide information on problems encountered on the identified contracts and the corrective action taken, if desired. 6.0 Volume II Price Information 6.1 Section 3: Price 6.1.1 Submission Requirements The offeror shall complete and submit Standard Form 1442. Proposal Price Schedule of Values with a breakdown identifying at a minimum each of the following areas: General Conditions. New temporary piping and support systems (including dismantlement and storage when project is completed) Temporary boiler rental costs. Temporary control room trailer costs. Excavation, earthworks, and associated removals. PSRDM requirements (including, fencing, cameras, and lighting systems) Underground utility locating Commissioning 6.1.2 Evaluation Criteria The price will be evaluated by the Contracting Officer and may also include Architect and Engineer firm representative review for reasonableness.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/660f5924b1c5461d9749d69184e86837/view)
- Record
- SN07480527-F 20250619/250617230049 (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 |