MODIFICATION
Z -- Project 557-22-901 Replace and Upgrade Building 5 Generator
- Notice Date
- 6/28/2024 11:34:22 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724R0081
- Response Due
- 7/29/2024 9:00:00 AM
- Archive Date
- 08/28/2024
- Point of Contact
- Pamela R Moffitt, Contract Specialist
- E-Mail Address
-
pamela.moffitt@va.gov
(pamela.moffitt@va.gov)
- Awardee
- null
- Description
- Page 7 of 84 Solicitation # 36C24724R0081 PROPOSAL DUE DATE: July 22, 2024, at 12:00 PM Eastern Time All documentation submittal due times are local time (Dublin, GA). PROJECT LOCATION: Carl Vinson VA Medical Center (Dublin, GA) OFFICE ISSUING THIS REQUEST: Department of Veterans Affairs Network Contracting Office (NCO) 7 Columbia, SC 29209 PROJECT NUMBER: 557-22-901 PROJECT TITLE: Replace and Upgrade Building Five (5) Generator PROJECT SUMMARY: This project intends to replace the building five (5) generator. This Project will correct the failing 400 KW diesel generator and replace it with a 600 KW diesel generator along with all components associated with the generator including panels and switch gear as identified in construction documents. Point of Contact: Pamela Moffitt Email: Pamela.Moffitt@va.gov Phone: 803-776-4000 Ext 51817 GENERAL INFORMATION MAGNITUDE OF CONSTRUCTION: Between $1,000,000 and $5,000,000 SITE VISIT: An organized site visit is scheduled for June 28, 2024, at 12:00 PM Eastern Time. Only one site visit will be conducted. Participants are to meet at: Carl Vinson VA Medical Center Engineering Building 29, Conference Room 1826 Veterans Blvd. Dublin, GA 31021 *Highlighted campus map is attached* The point of Contact for this site visit is Carlisle Fountain carlisle.fountain@va.gov Offerors are strongly encouraged to visit the VA installation to fully appraise themselves with the physical layout and the character and conditions under which the service is to be performed. Failure to do so will in no way relieve the successful offeror from the necessity of furnishing the services as specified in this proposal without additional cost to the Government. NAICS Code: 236220; Small Business Standard: $45 Million. 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 may be rejected. REQUESTS FOR INFORMATION: Requests for Information (RFIs) shall be submitted by the prime contractor, through the email to the Point of Contact listed above. No telephone RFIs will be accepted. The cutoff for RFI submission is July 5, 2024 at 12:00 PM Eastern Time. Responses will be provided in a Question & Answer format via Amendment on SAM.gov. The Government reserves the right not to answer any RFIs/questions after the stated due date/time. SPECIFICATIONS AND DRAWINGS: All applicable specifications and drawings will be provided electronically along with the Request for Proposal. No hard copies will be made available to proposing contractors. LIMITATIONS ON SUBCONTRACTING: (Reference FAR 52.219-14 (c)(1) and VAAR 852.219-75 (a)(1)(ii) for further information): By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities/ VIP-listed SDVOSBs. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded. FUNDS: Are presently available for this acquisition. No contract award will be made until appropriated funds are made available. BONDS: IAW FAR 28.102-1 and Contract Clause FAR 52.228-15 any amount awarded over $35,000 shall require Payment Bonds, and awards exceeding $150,000 shall require both Payment and Performance Bonds. All bonds are due no later than 10 days after award.: Payment Bond required in the penal sum of 100% of the price. BID GUARANTEE: IAW FAR 28.101-2 and Contract Clause 52.228-1 Bid Guarantee shall be submitted with bid. The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000 whichever is less. BASIS FOR AWARD: BEST VALUE TRADEOFF The Government intends to award a Task Order without discussions. LIQUIDATED DAMAGES: No WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Construction Wage Rate Requirements (Reference 52.222-6 for further information). The current determination is General Decision GA2024095. Be advised the determination that is current at the time of the award is the determination that will apply for the project. Current determinations are always available at: https://beta.sam.gov/search?index=wd. PERFORMANCE PERIOD: 540 calendar days after receipt of written Notice to Proceed, including material lead time and completion. FAR 52.222-23, NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) Goals for minority participation for each trade Goals for female participation for each trade 21.2% 6.9% SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS PREPARATION AND EVALUATION INFORMATION 1. PROPOSAL PREPARATION INSTRUCTION: This section provides general guidance for preparing proposals, as well as specific instructions on the format and content of the proposal. To receive full consideration for award, Offerors should ensure that the information furnished in support of the Proposal, is factual, accurate, and complete, and fully responds to the requirements as stated. The proposal must include all data and information requested and must be submitted in accordance with these instructions. Any offeror who submits an incomplete package may be considered unacceptable. The offer shall be compliant with the requirements as stated in the Request for Proposal (RFP). Noncompliance with the instructions and RFP may result in an unfavorable proposal evaluation and may be grounds to eliminate the proposal from consideration for contract award. Each response to this request shall consist of the following: Signed offer to include Statement of Bid Items/Price Schedule o Offerors are to include a detailed line-item cost breakdown (materials, labor, and equipment) by trade, include overhead, profit, bond costs and breakdown of G&A expenses inclusive of all Project Staff and General Requirements of the Prime Contractor, in addition to an initial phasing plan and schedule. Failure to do so may render proposal non-responsive. Signed Acknowledgement of Amendments Proposals that are unreasonably high when compared to the Government estimate and current market conditions evidenced by other competitive proposals received, may be indicative of an inherent lack of understanding of the solicitation requirements and may result in rejection without discussion. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors must clearly identify any exception to the solicitation terms and conditions and provide a complete accompanying rationale. An offer shall consist of the following: Price Proposal SF 1442. Complete applicable blanks. In doing so, the offeror accedes to the contract terms and conditions as written in the RFP. Insert the proposed price to provide a complete and usable end product in accordance with the terms and conditions stated in this solicitation. Offerors who do not comply with this requirement shall be considered unacceptable and not eligible for award. Acknowledgement receipt of all amendments issued to this solicitation. Price proposal must be submitted in the format of the attached price schedule breakdown. Proposals shall provide data detailing their individual cost elements, including but not limited to materials, equipment, labor, overhead, profit, and bonds. The line-item estimate shall include unit prices and quantities for each cost line element prepared and submitted. Technical Proposal (shall not include prices or pricing information) Each Offeror shall submit a technical volume that addresses each technical evaluation factor located in the Basis For Award section of the solicitation. Offerors are cautioned that the Government will only use data provided by each Offeror for this solicitation in the technical evaluation. By your proposal submission, you are representing that you will perform all the requirements specified in the solicitation. Provide a proposed schedule that captures the major elements of the work described in the statement of work, deliverables, and specifications to complete the project at a minimum within the allotted period of performance (or sooner) and any other scheduled timelines for deliverables. Past Performance Information The offeror shall provide a description of recent and relevant Demo, Structural, Mechanical, Electrical and Plumbing projects with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years. Provide a minimum of three but no more than five examples of similar work completed in the past five years 2. SUBMISSION INSTRUCTIONS: All proposals, shall be submitted by the prime contractor, through email to the Point of Contact listed above. NO HARD COPIES OR FACSIMILES WILL BE ACCEPTED. All proposals are due by Monday, July 22, 2024, at 4:00 PM Eastern Time. To be considered and accepted as timely, the proposal must be uploaded in its entirety prior to the deadline. Failure to do so will render the proposal noncompliant.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/642d131f9a6c4cf4b0e68649b593cd3e/view)
- Record
- SN07111885-F 20240630/240628230120 (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 |