Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2025 SAM #8746
SOLICITATION NOTICE

Z -- FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope

Notice Date
11/4/2025 11:48:05 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24826R0011
 
Response Due
12/17/2025 11:00:00 AM
 
Archive Date
03/12/2026
 
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: 30 October 2025 PROPOSAL DUE DATE: 12/17/2025 AT 2:00PM EST PROJECT TITLE: BB - RESTORATION OF BUILDING 1 ENVELOPE PROJECT NUMBER: 673-21-116 LOCATION: James A. Haley VA Hospital, 13000 Bruce B. Downs Boulevard, Tampa, Florida, 33612. OFFICE ISSUING THIS REQUEST: Department of Veterans Affairs Network Contracting Office (NCO) 8 Point of Contact (POC): David Hernandez Email: David.hernandez1@va.gov ; Phone: (813) 893-3904 PROJECT SUMMARY: This project scope shall include but not be limited to the renovation of building 1 envelope 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 completion of the restoration of building 1 envelope. A general description of work includes general construction, alterations, abatement, necessary removal of existing structures, new building components, and construction and certain other items. 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 $5,000,000.00 and $10,000,000.00 3. SITE VISIT: An organized site visit is planned for 11/12/2025 at 10:00 AM EST. Meeting location is Building 42 at which point the group will make its way to the site visit location. Please contact Healthcare Engineer Nicole Dayton at Nicole.Dayton2@va.gov to confirm attendance. Technical questions are not allowed during the site visit. Please record your questions and submit them to the Contracting Officer as an RFI by the date indicated in #5 below. 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 11/21/2025 at 2:00PM EST, email to david.hernandez1@va.gov. Responses will be provided in a Question & Answer format to all Bidders. 6. SPECIFICATIONS AND DRAWINGS: All applicable specifications and drawings, if available, will be provided electronically in SAM.gov as attachments to this RFP. 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 Small Business Search https://search.certifications.sba.gov/ shall be excluded from award consideration. 8.1 Small Business Verification: The Government will review Small Business Search https://search.certifications.sba.gov/ to confirm SDVOSB status verification for the submitted PROPOSAL. Evaluations will be performed on PROPOSALs submitted by verified SDVOSB only. The Contracting Officer will use the UEI to verify that the Offeror has an active Federal Government contracts registration in SAM. IAW FAR 52.204-7(b)(1)(iii). 9. LIMITATIONS ON SUBCONTRACTING (Reference Contract Clause VAR 852.219-75 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 fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees. 10. FUNDS. Funds are not presently available for this contract. (Reference Contract Clause FAR 52.232-18) 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 Contract. 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. Provide with PRICE PROPOSAL. 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 specify 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 there is 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: FL20250222 05-23-2025. Be advised that the determination that is current at the time of the Contract award is the determination that will apply for the project. Current determinations are always available at: https://sam.gov/wage-determinations 17. CONTRACT PERFORMANCE PERIOD: 550 calendar days after receipt of written Notice to Proceed performed in concurrent or sequential phases as indicated or required. If you anticipate long lead times for project materials, state this in the technical PROPOSAL with your anticipated lead time for the specific item II. PROPOSAL PREPARATION AND EVALUATION INFORMATION PROPOSAL PREPARATION INSTRUCTION: To ensure 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 RFQ. 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 are 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. 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. 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 result in the proposal will not be evaluated. 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 be judged to represent the Best Value to the Government. The source selection process will utilize FAR Parts 15.103-1 (Tradeoff) and FAR Part 36 to evaluate PROPOSALs and award the contract. 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. SELECTION AND EVALUATION PROCEDURES: This part describes the mechanism for evaluating and selecting offers for this procurement. PROPOSAL PREPARATION INSTRUCTIONS: The following must be included in the offeror s PROPOSAL: Cover Page with: Bid Build Project, RFQ (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 Completed and signed VAAR 852.219-75 (The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.) Required Submittals for Factor 1 Technical/Management Approach Required Submittals for Factor 2 Specialized Experience Required Submittals for Factor 3 Schedule Required Submittals for Factor 4 - Past Performance Required Submittals for Factor 5 - 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. 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 reasonable determination of price. TECHNICAL EVALUATION FACTORS FACTOR I - Technical/Management Approach Describe in a written narrative, the plan for phasing and coordinating the work so that the facility remains operational. The narrative will also detail how the contractor intends to prepare the site, renovate, and return to use within any specified time limits. Organizational Chart and Narrative Clearly describe the prime responsible firm (or firms if a J/V) and individuals as well as the roles and responsibilities of individuals proposed as key consultants and subcontractors. Provide a list of all consultants and all proposed major subcontractors, including telephone number, address, and name of contact. Each individual s name, title, duty, years of experience and experience level relating to similar contracts in size and scope (Restoration of Building 1 Envelope). At a minimum, the Offeror shall provide information for the following disciplines: Site Superintendent Quality Assurance Manager Site Safety and Health Officer Project Manager The narratives for the Site Superintendent, Quality Assurance Manager, Site Safety and Health Officer, and Project Manager must show a minimum of five (5) years experience for each respective discipline on a project of similar size, scope, and complexity. The Quality Assurance Manager may be the same individual as either the superintendent or project manager but must show the minimum of five (5) years experience for each respective discipline. EVALUATION CRITERIA TECHNICAL/MANAGEMENT APPROACH: The information provided will be used to evaluate the depth of each offeror s technical understanding of the project and its management abilities. More credit may be given for approaches that meet or exceed the project requirements. Your EMR shall not exceed 1.0. This information shall be obtained from the bidder s/offeror's insurance company and be furnished on the insurance carrier s letterhead. An EMR of more than 1.0 will result in no further consideration of the proposal. Failure to submit an EMR rating will result in no further consideration of the proposal. Narrative: 5-page maximum (excluding EMR documentation) FACTOR II Specialized Experience The offeror is required to submit a minimum of three (3) but no more than five (5) example projects demonstrating your firm s experience and capability similar to Restoration of Building 1 Envelope. These demonstrations in similar experience and capability shall be in a healthcare environment with trade coordination work and display the firms experience with cost control, quality of work, adaptability, and compliance with performance schedules on a project of similar scope and size. These examples shall include: The prime and/or subcontractors proposed that they were involved in the submitted projects, and the tasks carried out by each. The original and final costs and periods of performance of the projects, with an explanation of any differences. How the submitted example is similar to this project. Offeror shall provide a minimum of three (3) but no more than five (5) example projects that best represent the Offeror s work experience and capability required on this project, completed within the past five (5) years from the issuance date of this solicitation, or that are currently ongoing and substantially complete (at least 75% construction progress completed). These examples shall include the prime and/or subcontractors proposed for this project that were involved in the submitted projects and the tasks carried out by each. Offerors are responsible for providing project descriptions in sufficient detail to permit evaluation of project relevancy to this procurement and shall explain how the submitted example is similar to this one. In this context, Offeror or Offeror s refers to the proposed prime contractor, and all proposed major subcontractor(s). If the project is older than five (5) years, it may be considered less relevant. EVALUATION CRITERIA EXPERIENCE: The information provided will be used to evaluate the relevancy and depth of each Offeror s specialized experience. The more recent and relevant experience, the more credit will be given. The Government may place greater importance on projects performed as a prime contractor than as a subcontractor, depending upon overall role and relevancy considerations. The Government may place greater importance on projects that were performed at an active VA hospital, depending upon overall role and relevancy considerations. Narrative: 5-page maximum. FACTOR III Schedule The proposal shall provide a proposed progress schedule. The progress schedule will be 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. Milestones should include such items as material submissions, submittal acceptance, partial and final inspections, punch list completion, testing, etc. All scheduled items will show a start date and a completion date, and the critical path shall be clearly identified on the schedule. The detailed schedule will indicate specific tasks with dates for each step of the process including: Mobilization; Demolition; Construction; Provisions for overtime or shift work; Timing of relocation of existing utilities; Commissioning; Tests and final inspection. Task durations shall be expressed in calendar days. The Offeror shall specify how much allowance has been made for bad weather or other unforeseen delays, 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. If there is a long lead time for materials, please note this in your proposal. In a narrative, the contractor shall highlight any potential problems that could affect the project schedule and provide possible contingency plans or potential solutions to avoid such issues. EVALUATION CRITERIA - SCHEDULE: The information provided will be used to evaluate the strengths, weaknesses, and any deficiencies in the schedule submission and narrative. Schedules that do not meet the overall period of performance or other timelines outlined in the statement of work/specifications may be rated lower unless a firm justification is provided. The exclusion of any major phases of work in the schedule may result in a lower rating. FACTOR IV: 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 15.104(b)(3) Therefore, the offeror shall be determined to have unknown past performance. The prime contractor shall provide completed Past Performance surveys of and present documented proof that they have performed at least 3, and a maximum of 5, projects that required work similar in size and scope to this project in the past 5 years; This may include a past performance from a 1ST tier sub-contractor. Note: Any teaming or proposed sub-contractor arrangement you are submitting as part of this proposal for evaluation must remain intact through contract completion unless otherwise approved by the VA. In addition to PPQs/CPARS, provide the following information for each example: Project Number, Title, and location or facility performed (At least two (2) of the projects submitted must be the same or similar to the project described in the solicitation) All projects submitted must be at least 75% complete. At least one (1) of the projects submitted must be valued at greater than $10,000,000. Contracting Officer and COR Name and contact information, telephone, and email Total Project Value and duration (at least 3 shall be greater than $8,0000,000) List of subcontractors. Initial/Final award amount. State any change orders that occurred during the project performance and the reason behind the change. Pictures of completed work. Detailed description of work, including trades involved (identify the percentage of self-performed work). Explanation of why the projects were selected as the same or similar and how the experience obtained on the submitted project is pertinent to the execution of this project. EVALUATION CRITERIA PAST PERFORMANCE: The information provided here and gathered from CPARS and/or PPQs will be used to evaluate the offeror s past performance. 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, scope, and complexity of the procurement. 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. 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 15.104(b)(3) Therefore, the offeror shall be determined to have unknown past performance. THE VA RESERVES THE RIGHT TO REVIEW AND CONSIDER PAST PERFORMANCE FROM OTHER VA STATIONS, CPARS AND OTHER SOURCES. Narrative 5-page maximum CPARS/PPQ No maximum page limit FACTOR V PRICE EVALUATED BY CONTRACTING OFFICER
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/961e7e134da74eecb1588087299bf10f/view)
 
Record
SN07634598-F 20251106/251104230033 (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.