SOLICITATION NOTICE
Z -- 657A5-25-101, Replace Chiller #1
- Notice Date
- 6/17/2025 7:24:34 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525R0095
- Response Due
- 7/7/2025 1:00:00 PM
- Archive Date
- 08/06/2025
- Point of Contact
- Kevin A Mahoney, Contract Specialist
- E-Mail Address
-
Kevin.Mahoney3@va.gov
(Kevin.Mahoney3@va.gov)
- Awardee
- null
- Description
- Amendment 2 update period of performance in the SOW, specs, and drawings. PROPOSAL INSTRUCTIONS TO OFFERORS FOR LOWEST PRICE TECHNICALLY ACCEPTABLE COMPETITION SOLICITATION: 36C25525R0095 PROJECT: Replace Chiller #1, 657A5-25-101 LOCATION: Department of Veteran Affairs, Marion VAMC, Illinois 1. PREPARATION AND SUBMITTAL OF PROPOSALS a. GENERAL INFORMATION. Selection of an offeror for contract award will be made based on an assessment of each offeror s response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the VA will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Five (5) evaluation factors for determination of technical acceptability consist of: 1. Relevant Past Performance of Prime Contractor. 2. Technical Construction Experience of Prime Contractor. 3. Technical Construction Experience of the Mechanical Subcontractor 4. Technical Qualifications of Proposed Key Personnel. 5. Prime Contractor Safety Plan. NOTE: Failure to comply with the RFP requirements will 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, including the Plans & Specifications for the construction of this project. 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. Note: Proposals submitted by teaming arrangements other than VA SDVOSB Joint Ventures will not be considered. If Submitting as a Joint Venture, you are required to submit a copy of the Joint Venture agreement with proposal. c. AWARD BASED ON INITIAL OFFERS. Pursuant to clause 52.215-1 (included by reference), 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 qualifications standpoint. The VA reserves the right to conduct discussions if the Contracting Officer later determines such discussions to be necessary. d. NUMBER OF COPIES TO SUBMIT. Offerors shall e-mail three files to maria.hoover@va.gov and kevin.mahoney3@va.gov and the package shall include: Volume 1 Technical Proposal and 852.219-75 VA Notice of Limitations on Subcontracting . Volume 2 Price Proposal-1442, Amendments and Appendix 1 Volume 3 - Bid Bond Marked: ORIGINAL - RESPONSE TO RFP 36C25525R0095 2. DOCUMENTS TO SUBMIT. The proposal documents to be included in the e-mail identified above consist of: a. STANDARD FORM 1442. Submit the SF 1442 issued under this solicitation, with Blocks 10 (DUNS Number) and Blocks 14 through 20 properly filled-out by the Offeror. Include acknowledgment of any and all Amendments that may have been issued, either by: (1) listing them in Block 19 of the SF 1442, or (2) including copies of the Amendment document(s) (Standard Form 30) with Blocks 8 and 15 filled in and signed, or (3) including signed acknowledgement in the form of a separate letter that includes a reference to the solicitation and amendment numbers. NOTE: Failure to acknowledge any and all Amendments issued pursuant to this solicitation may be cause for rejection of your offer. b. OFFER GUARANTEE (BID BOND). In accordance with solicitation provision 52.228-1, Bid Guarantee, failure to furnish a bid guarantee, in the proper form and amount, by the deadline established for submitting offers, will be cause for rejection of the offer. c. DOCUMENTATION OF TECHNICAL ACCEPTABILITY. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15.101-2 for the Lowest Price Technically Acceptable (LPTA) Offer. The following significant Evaluation Factors will be used as the basis for determining Technical Acceptability: 1. Relevant Past Performance of Prime Contractor. 2. Technical Construction Experience of Prime Contractor. 3. Technical Construction Experience of the Mechanical Contractor 4. Technical Qualifications of Proposed Key Personnel. 5. Prime Contractor Safety Plan. NOTE: There is a realistic possibility that some offerors may choose to submit the same construction project as a qualifying example for both the past performance and the technical experience evaluation factors. This is not prohibited, but the supporting documentation must demonstrate that the submitted projects absolutely do comply with the specific minimal requirements, identified below, for each separate evaluation factor. FACTOR 1: RELEVANT PAST PERFORMANCE OF PRIME CONTRACTOR To be Technically Acceptable, Offerors should identify no less than TWO (2), and no more than THREE (3), previously awarded, and completed construction contracts, which were issued by either: Federal, State, or Local Government Agencies; and/or Private Organizations. To be evaluated as Relevant Past Performance, the construction contracts submitted by offerors must involve: (a) Construction work, at a hospital or medical facility, as a prime contractor that is similar in scope to the work required under this contract; (NAICS Code: 238220 Plumbing, Heating and Air Conditioning Contractors that was equal to, or greater than $600,000.00; (b) Work that was 100% completed within a time period of no more than FIVE (5) years prior to the date of submitting this proposal. If the contract/work is incomplete or was completed more than five years prior to the date of submitting this proposal, it will not be deemed relevant and will not be considered. (c) To be considered Technically Acceptable, relevant past performance must be satisfactory or better. For each of the submitted Relevant Past Performance contracts, provide the following information.: (1) The name of the construction contract, and the contract ID number; (2) The name of the contracting agency or organization the contract was awarded by; (3) The date of the construction contract award and the contract award amount in dollars; (4) The date of the construction contract completion, and the final contract amount, in dollars; (5) A brief description of the construction contract scope of work; (6) Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Factor 1 SPECIAL NOTE for Offerors That May Lack Past Performance Information: In accordance with FAR Part 15.305(a)(2), in the case of an offeror that is without a record of relevant past performance, or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Such offerors may submit relevant past performance information regarding predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement, provided that such information is relevant to the construction in this solicitation. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective actions. The government also reserves the right to consider past performance information from all available sources, in addition to any information submitted by offerors. FACTOR 2: TECHNICAL CONSTRUCTION EXPERIENCE OF PRIME CONTRACTOR. To be Technically Acceptable, offerors must provide evidence that they have the technical qualifications and experience needed to meet the technical performance requirements of this project. Offerors must submit no less than TWO (2) examples of their technical construction experience with projects that involved technical requirements similar to the requirements of this project. The construction project submitted must involve: A. Work as a prime under the same NAICS code as this solicitation (238220 Plumbing, Heating and Air Conditioning Contractors that was equal to, or greater than $600,000.00), that involved construction for an active hospital or medical facility, or similar healthcare facility construction. B Work of a dollar magnitude equal to, or greater than $600,000.00. If offering subcontracted work as proof of technical construction experience, offerors must submit evidence that supports the magnitude of the work they performed as a subcontractor. C. Work where the offeror self-performed at least Twenty-five percent (25%) of the cost of the project labor performed on site, using the offeror's own employees or employees of other eligible SDVOSB concerns IAW with 852.219-10. D. Work that was of a similar nature to the scope of work for this project. This is defined as work performed at an active hospital or medical facility, or similar healthcare facility construction. If an offeror chooses to submit experience that was not conducted at an active Hospital or Medical Facility, they must explain how the nature and complexity of the work conducted involved technical construction requirements equivalent to that described in the Plans & Specifications of this solicitation. For each of the submitted Technical Construction Experience projects, provide the following information: (1) The name and location of the construction project. (2) The performance period, including the starting and completion dates. (3) The total cost of the project in dollars. (4) The percentage of total labor self-performed by the offeror's employees. (5) A brief description of the construction project scope of work, which explains how the project involved work as a prime contractor under NAICS Code 238220 involving construction work that was technically similar to the project work under this Solicitation. 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 will receive no further consideration. FACTOR 3: TECHNICAL EXPERIENCE OF THE MECHANICAL SUBCONTRACTOR Offerors must provide evidence that the Mechanical subcontractor has the technical qualifications to self-perform and experience needed to meet the technical performance requirements of this project. To be evaluated as technical experience the information submitted by offerors must involve the following: A. Work under the NAICS code 238220, Plumbing, Heating, and Air Conditioning Contractors. B. Ability to meet the technical requirements of specification Division 23 Heating, Ventilating, and Air Conditioning (HVAC). C. Products or services of proposed manufacturer, suppliers and installers as follows: 1. Mechanical contractor is currently and regularly engaged in design, fabrication, and installation of HVAC systems for hospital and/or medical centers usage. 2. Provide a list of two or more hospital and/or medical center installations where service-related fabrication & installation of mechanical systems, to include duct work, within the past five years. Include the names and addresses of the hospital and/or medical center and the point of contact 3. Mechanical contractor has technical qualifications of at least five years of experience. Provide certifications and Company Resume/Bio of trained supervisory personnel, installation personnel, and facilities used to complete installation of mechanical works as required by contract documents. 4. Proposed Mechanical contractor shall submit a list of two or more prior hospital and/or medical center installations where all the equipment/material they propose to furnish on this project has performed satisfactorily together under conditions of normal use. The list shall include projects that have been in operation for a period of not less than two years preceding the date of these specifications. Include the names and addresses of the hospital and/or medical center and the names of the hospital and/or medical center and the point of contact. Also included shall be project cost of mechanical installation and project completion date. Special Note: When an offeror submits its proposal in response to this Request for Proposals, and the name and experience of a specific subcontractor is a required evaluation factor, then that subcontractor who is offered will be the same subcontractor who will actually perform the specified work on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute a subcontractor for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute subcontractor. The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor and to approve or disapprove its qualifications. If the proposed substitute subcontractor's qualifications are disapproved by the Contracting Officer, the contractor will propose another subcontractor who does possess equivalent qualifications. FACTOR 4. TECHNICAL QUALIFICATIONS OF PROPOSED KEY PERSONNEL To be technically acceptable under this factor, qualified offerors must submit a detailed resume of each key individual. This will be evaluated to determine if they have the appropriate technical training and or previous construction experience to meet the technical requirements of a project of this nature. No one individual can perform more than two of the staffing positions below. Project Manager and Superintendent cannot be the same person: (a.) Project Manager Must have a minimum of 5 years experience as a project manager must provide a minimum of 3 projects with similar scope of this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Note: Project Manager will be required to attend weekly project meetings in person at the station facilities office. (b). Quality Control manager Provide a minimum of 3 projects with similar scope of this project that they have acted as the QC manager. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; and the date of the construction contract award. A brief description of the construction contract scope of work and the QC program that was implemented.; Identify at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). . (c.) On Site Safety Officer; must have OSHA 30 training (must provide certificate) with a minimum of 5 years of experience as a safety officer.; provide a list of safety training, which includes at a minimum life safety, excavation safety, fall protection training, scaffold safety, crane/rigging safety. Provide a minimum of 3 projects with similar scope of this project. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; Provide a brief description of the construction contract scope of work and how the safety program was implemented; Identify at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (d) On Site Superintendent: Must have minimum of 5 years experience as a site superintendent and must have OSHA 30 training (must provide certificate). Provide at least 3 projects as a site superintendent with similar scope of this project. Provide the name of the construction contract, and the contract ID number. The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars. The date of the construction contract completion, and the final contract amount, in dollars. A brief description of the construction contract scope of work; Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of- contact; their current mailing address; phone number; and email address (if applicable). Note: On Site Superintendent will be required to attend weekly project meetings in person at the station facilities office and must be on site when work is being completed. Special Note: When an offeror submits its proposal in response to this Request for Proposals, and the name and experience of a specific subcontractor is a required evaluation factor, then that subcontractor who is offered will be the same subcontractor who will actually perform the specified work on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute a subcontractor for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute subcontractor. The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor and to approve or disapprove its qualifications. If the proposed substitute subcontractor's qualifications are disapproved by the Contracting Officer, the contractor will propose another subcontractor who does possess equivalent qualifications. FACTOR 5: PRIME CONTRACTOR SAFETY PLAN To be Technically Acceptable under this factor, Offerors must provide a construction safety plan: A. 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 general public. The contractor's Safety Plan at the minimum shall address their safety policy, commitment to safety, 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. B. The contractor s Safety Plan shall address their plan for completing all contract work on and around an active hospital without impact patient care and completing all work in accordance with all construction documents and all local/State/Federal rules and regulations. d. PRICE PROPOSAL. Price is to be submitted on pages 5 and 6. Offerors must provide a price for each contract line item (bid item). In addition, offerors shall include a breakdown of material and labor costs, by specification division for each line item. Overhead, profit and bond costs shall be added after a subtotal of materials and labor costs has been calculated. Please use Appendix 1. Note: It is intended that award will be made on contract line item 1. 3. BASIS OF AWARD. VA will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Note that offers that are not technically acceptable cannot be selected, regardless of price. 4. SPECIAL CONTRACT REQUIREMENTS SUBSTITUTIONS OF SUBCONTRACTORS AND / OR KEY PERSONNEL 1. When an offeror submits its proposal in response to this Request for Proposals, and key personnel who are proposed to work on the project are required to be submitted, those personnel who are offered will be the same personnel who will actually perform on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute personnel for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute employee. The Contracting Officer shall have the right to review the qualifications of the proposed substitute employee and to approve or disapprove his or her qualifications. If the proposed substitute employee's qualifications are disapproved by the Contracting Officer, the contractor will propose another employee who does possess equivalent qualifications. 2. When an offeror submits its proposal in response to this Request for Proposals, and the name and experience of a specific subcontractor is a required evaluation factor, then that subcontractor who is offered will be the same subcontractor who will actually perform the specified work on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute a subcontractor for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute subcontractor. The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor and to approve or disapprove its qualifications. If the proposed substitute subcontractor's qualifications are disapproved by the Contracting Officer, the contractor will propose another subcontractor who does possess equivalent qualifications. 5. CONTRACTOR S RESPONSIBILITY DETERMINATION A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award in accordance with the FAR part 9.104-1, VAAM M809.104-1 and M809.105. NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility will make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors. (END OF INSTRUCTIONS TO OFFERORS)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dea542062e5242af92637350280440ab/view)
- Record
- SN07480558-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 |