Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2022 SAM #7484
SOLICITATION NOTICE

Z -- T2 Boiler Plant Repairs - Ft Harrison (VA-22-00052578)

Notice Date
5/26/2022 2:51:29 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922R0057
 
Response Due
6/2/2022 1:00:00 PM
 
Archive Date
07/02/2022
 
Point of Contact
Jared Detton (CS), Contract Specialist
 
E-Mail Address
jared.detton@va.gov
(jared.detton@va.gov)
 
Awardee
null
 
Description
AN AMENDMENT TO SOLICITATION 36C25922R0057 POSTED ON May 26, 2022. The purpose of this amendment is as follows: Effectively, corrects and replaces the language for relevant past performance on page 28 of the solicitation. Thus, the section shall now read and be understood as follows: Relevant Includes performance of efforts in a project for Boiler Plant Repairs that are similar or greater in scope, magnitude, and complexity than the effort described in this solicitation. The INSTRUCTION, CONDITIONS, AND OTHER STATEMENTS TO BIDDERS/OFFERORS Section has been updated to reflect the corrected and updated language, see below: All offers are due 06/02/2022 no later than 2:00 PM Mountain Time (MT) and shall be emailed to Jared Detton at Jared.Detton@va.gov. All other items and conditions remain the same. INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS PART I - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS PART I/SECTION A REQUEST FOR PROPOSAL I.1A JOINT VENTURES If submitting an offer as a joint venture as defined by P.L. 109-461 AND Department of Veterans Affairs I.L. 049-06-4, http://www.vetbiz.gov/library/jtventure.pdf , an offeror must provide a copy of the joint venture agreement specific to the project that is consistent with the percentage of required work and net proceed. Additionally, the offeror must provide a breakdown or labor of which is to be performed by the SDVOSB firm and that which is performed by the small business joint venture firm and that which is sub-contracted. All Joint Ventures will be required to be registered and verified as an entity in VETBIZ prior to proposal due date. I.2A SELECTION PROCEDURES This acquisition will be a competitive acquisition utilizing FAR Part 15 source selection employing tradeoff source selection procedures. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations, and certifications. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined non-compliant. It is the intent of the Government to award without discussions; however, the Government will reserve the right to have discussions if such are needed. I.3A PRE-PROPOSAL SITE VISIT See SF 1442, Block 10 and FAR Provision 52.236-27, Site Visit (Construction) of this solicitation. Please leave extra time to complete COVID-19 screening process when entering the building. Masks are required to be worn by all employees and contractors while on VA property. I.4A SELECTION CRITERIA This acquisition will utilize the tradeoff process in accordance with FAR 15.101-1. This process permits tradeoffs between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest rated proposal to achieve a best value contract award based on established evaluation criteria. Inherent in this process is the necessity to make tradeoffs considering the non-cost strengths and weaknesses, risks, and the cost (or price) offered in each proposal. The source selection process will be conducted utilizing FAR part 15.101-1 Trade-off Process Source Selection Procedures with Special Standards of Responsibility. Offers will be evaluated using the following evaluation factors Factor 1 Past Performance Factor 2 Price In addition to the general standards of responsibility found at FAR 9.104-1, in accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standard of responsibility will not be eligible to receive contract award. Past performance will be evaluated on a basis of significantly more important than, cost or price. Past Performance Evaluation For Factor 1, based on the evaluation of all recent and relevant past performance for an offeror, an overall performance confidence rating shall be assigned. The performance confidence ratings are defined below: ASSESSMENT DESCRIPTION Substantial Confidence Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available, or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Note: In the case of an offeror without a record of 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. Therefore, the offeror shall receive an unknown confidence (neutral) performance confidence rating. (a) Aspects of Past Performance Evaluation. The past performance evaluation is an assessment based on the offeror s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. There are two aspects of the past performance evaluation. (1) The first is to evaluate whether the offeror s present/past performance is relevant or not relevant to the effort to be acquired. The criteria to establish what is relevant is unique to each source selection. (2) The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a current source selection does not establish, create, or change the existing record and history of the offeror s past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts. In addition, the Government reserves the right to obtain information for use in the evaluation of past performance from all sources including sources outside of the Government. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of Contractors who are part of a partnership or joint venture identified in the Offeror s proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the Offeror. (b) Source Selection Evaluation Board (SSEB) members will review past performance information to determine the quality and usefulness as it applies to the performance confidence assessment. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Factor 1 Past Performance: (a) Solicitation Submittal Requirements: Offerors shall provide a maximum of five (5) recent and relevant projects (as defined below) to demonstrate their ability to perform the proposed work identified within the Specifications, drawings, and Statement of Work. If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted. The Government will evaluate past performance based upon sources available to the contracting officer that may include Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS) and Electronic Subcontract Reporting System (eSRS).  IF THERE IS NOT A PAST PERFORMANCE EVALUATION IN PPIRS or FAPPIIS, then the offeror shall submit Past Performance Questionnaires (PPQ) for each project. Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror shall complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the respective project(s). The Government may make reasonable attempts to contact the client noted for that project(s) to obtain the PPQ information. However, offerors should follow-up with clients/references to help ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government s point of contact, Ilze Karklins-Powers, Jared.Detton@va.gov. Recency a recent project is defined as being completed within five years of the due date of this solicitation. Relevant Includes performance of efforts in a project for Boiler Plant Repairs that are similar or greater in scope, magnitude, and complexity than the effort described in this solicitation. Offerors are cautioned to submit enough information in the format specified in the solicitation. Offerors may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (b) Basis of Evaluation: The contracting officer shall review recent and relevant performance information on each offeror based on past efforts provided by the offeror and may obtain data independently from other government and commercial sources. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information for the principal offeror. Offerors with no past performance history or the offeror s performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating ""Unknown Confidence,"" meaning the rating is treated neither favorably nor unfavorably. Initially offers shall be ranked according to price, including any option prices if applicable. The lowest price offer s past performance shall be evaluated to determine its performance confidence rating. If the lowest priced evaluated offer is judged to have a Substantial Confidence performance assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest price offer does not receive a Substantial Confidence performance confidence rating, the past performance evaluation continues until an offeror s past performance is judged to have a Substantial Confidence performance rating. The Government reserves the right to award a contract to other than the lowest priced offeror if the lowest priced offeror is judged to have a performance confidence assessment of ""Satisfactory Confidence"" or lower. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. Factor 2 Price Solicitation Submittal Requirements: Standard Form 1442, Solicitation Offer and Award All pages of the SF1442 Continuation Sheet Basis of Evaluation: The Government will evaluate price based on the total price. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: Comparison of proposed prices received in response to the RFP Comparison of proposed prices with the IGCE. Comparison of proposed prices with available historical information. Special Standard of Responsibility Solicitation Submittal Requirements: The Offeror shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each Contractor who is part of the partnership or joint venture and for the entity itself. EMR shall not be submitted for subcontractors.) OSHA or EPA Violation(s): Offerors shall provide Summary of Work-Related Injuries and Illnesses, affirming that the Offeror has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past 3 years. (2) Experience Modification Rate (EMR): Offerors shall provide documentation to show that the offeror has an Experience Modification Rate (EMR) of equal to or less than 1.0. Limitation on Subcontracting: IAW VAAR 852.219-77 each offeror will review the clause and complete the certificate included in the clause. This certificate will be complete prior to solicitation closing and submitted with the proposal documents. Failure to comply with this requirement will result in removal of proposal for consideration for award. Offerors who fail to meet any special standard of responsibility will not be eligible to receive contract award. PART I/SECTION B - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS I.1B COST RANGE: Between $500,000.00 and $1,000,000.00. I.2B GENDER: Wherever the masculine gender is used in this solicitation and contract documents, it shall be considered to include both masculine and feminine. I.3B METRIC PRODUCTS: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound units, providing they fall within the tolerance specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this document are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerance specified in the inch-pound units, a request should be made to the Contracting Officer to determine if the product is acceptable. The Contracting Officer, in concert with the Contracting Officer s Representative (COR), will accept or reject the product. I.4B REQUESTS FOR INFORMATION: All requests for information must be submitted in writing to the Contracting Officer for action no later than the date shown in Block 10 of the Standard Form 1442, Solicitation, Offer and Award. I.5B PROPOSAL REQUIREMENTS General Both past performance information and price proposal shall be submitted in response to this solicitation. Proposals shall be submitted via email Jared.Detton@va.gov Emails are limited to 15 MB. The proposal, in its entirety, shall be one email (one attachment for price proposal, and one attachment for past performance information) not to exceed 15MB. Failure to submit in the format required and clearly address those factors may result in rejection of the offer. An original Bid Bond, in the amount of twenty (20%) percent (but not to exceed $3,000,000) of the bid price shall be mailed to the address listed in block 8 of the SF1442 and be received at the address no later than the closing date and time. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for due date, will require rejection of the proposal in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. SEE FAR Provision 52.228-1, Bid Guarantee, of this Solicitation. Electronic copies of the proposals will be time/date stamped by Microsoft Outlook upon receipt of email. Further details on electronic submission are outlined below. Proposals shall be received by 2:00 PM. Mountain Time on June 02, 2022. There will be no public opening of the proposals. Submit proposals to: Jared.Detton@va.gov. Submit bid bonds to: Department of Veterans Affairs NCO 19 (90C) ATTN: Jared Detton 6162 S. Willow Drive STE 300 Greenwood Village, CO 80804 Past performance information and price sections of the offeror s proposal will be evaluated independently. Offerors shall include all required Representations and Certifications and complete their registration in System for Award Management (SAM). See FAR 52.204-7 and 52.204-8, of this solicitation. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs CVE at the time of offer submission. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of offer submission and contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so. I.6B PROPOSAL REVISIONS If it is determined to be necessary, proposal revisions will be requested from the offers received. The Contracting Officer may identify those offerors, whose proposals are within the competitive range based upon the selection criteria identified in this solicitation. Negotiations may be conducted with those firms falling within the competitive range, after which proposal revisions may be requested. Offerors submitting proposal revisions will not be required to re-submit any documents which are unchanged from their proposals. They should provide necessary changes to individual paragraphs, as briefly as possible, together with the Table of Contents that clarifies where within the initial proposal the additional information and/or changed document would be placed. A new bid bond shall be submitted only if the final cost proposal revisions are greater than its initial cost proposal. 1.7B REQUIREMENTS FOR ELECTRONIC SUBMISSION OF OFFER Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers Files readable using the current Microsoft© Office version Products: Word, Excel, PowerPoint, or Access.  Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files). Files in Adobe© PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. Please note that we can no longer accept .zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type. Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this solicitation or in writing by the Contract Officer submitting the solicitation. Unless approved by the contracting officer: DO NOT submit a link to your PDF documents. Please submit your request in an email for other electronic format at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and ensure you receive approval of the alternate format before using it to send your offer. Each electronic offer must also include a signed and scanned SF-1442, Solicitation, Offer, and Award (Construction, Alteration, or Repair) The Microsoft Outlook © Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt. Security Issues, Late Bids, Unreadable Offers Late submission of offers are outlined at FAR 52.215-1(c)(3).  Particular attention is warranted to the portion of the provision that relates to the timing of submission. Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR 15.207(c ). The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c449392ed6e4bcfa20e7796e46fad90/view)
 
Record
SN06339915-F 20220528/220526230100 (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.