MODIFICATION
Y -- PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
- Notice Date
- 2/7/2025 12:59:35 PM
- 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
- 36C24825R0025
- Response Due
- 3/10/2025 7:00:00 AM
- Archive Date
- 06/17/2025
- Point of Contact
- Elizabeth Romero, Contract Specialist
- E-Mail Address
-
Elizabeth.Romero@va.gov
(Elizabeth.Romero@va.gov)
- Awardee
- null
- Description
- Proposals shall be submitted to the following email no later than the time listed on the front of the SF 1442 or as modified by amendment to the solicitation: Point of Contact: Elizabeth Romero, Contracting Officer E-mail: elizabeth.romero@va.gov Phone: (407) 399-7526 I. GENERAL INFORMATION 1. MAGNITUDE OF CONSTRUCTION: FAR Ref 36.204(g) Between $5,000,000.00 and $10,000,000.00. 2. SITE VISIT: A site visit for this requirement is scheduled to occur on Wednesday, February 12, 2025. Participants are to meet at 3:00 PM EST, at the Orlando VA Healthcare System, 13800 Veterans Way, Orlando, FL 32827 in front of the piano at Lake Nona. 3. REQUEST FOR INFORMATION (RFIs): Questions shall be submitted by the prime contractor, through email to the Point of Contact listed above. No questions by telephone will be accepted. The cutoff for submission of questions is 10:00 AM EST, Tuesday, February 18, 2025. Question subject email(s) should include SOLICITATION NO. 36C24825R0025, Project 675-23-100, Renovate Lake Nona Emergency Department and Observation Unit . 4. Prospective vendors shall provide their proposal via e-mail to elizabeth.romero@va.gov in any of the following formats: .pdf, .docx, or .doc to the issuing office address identified above (8 Megabyte File Size Limitation). The Government will evaluate proposals submitted in response to this fair opportunity request. Offerors for furnishing services identified within the schedule shall be submitted electronically to the Contracting Officer (CO) at elizabeth.romero@va.gov no later than the closing date and time specified on SF1442, block, 13a, or as amended on SF30. 5. SDVOSB Verification All interested offerors must be registered in the System Award Management SAM.GOV and must be certified SDVOB and verified in SBA s VetCert program database (https://veterans.certify.sba.gov/). 6. WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Davis Bacon Wage Determinations. The current determination is DBA FL20250218 01/24/2025. Be advised the determination that is current at the time of the Contract award is the determination that will apply to the project. Current determinations are always available at: https://wdolhome.sam.gov/. 7. LIMITATIONS ON SUBCONTRACTING (Reference Contract Clause VAAR 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. 8. SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATE (EMR) a. All Offerors shall submit with their proposal a completed Attachment 5, which supplies the Government information pertaining to your firm s past Safety and Environmental record. A submitted Attachment 5 represents a certification of your firm s past Safety and Environmental record identifying serious, willful, or repeat violations from OSHA or any EPA violations within the last 3 years. Please attach an explanation for any violations. b. All Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information shall be obtained from the offeror s insurance company and be furnished on the insurance carrier s letterhead. c. Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (N1CCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Include this letter with the completed Attachment C. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state-run worker s compensation insurance rating bureau. d. A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The information provided, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility. II. PROPOSAL PREPARATION AND EVALUATION INFORMATION Technical Proposal Format: Technical Proposal shall address all information requested and will then be evaluated against the stated factors. The following format shall be used: 1. GENERAL INFORMATION: Cover Page with Solicitation Number: 36C24825R0025 and Project Title: Renovate Lake Nona Emergency Department and Observation Unit. Company Name. UEI Number. Commercial and Government Entity (CAGE) Code. Tax ID number. Principal points of contact, address, phone numbers, e-mail, etc. Signed offer 1442/Acknowledgement of Amendments. Copy of current SBA.gov SDVOSB certification. Completed Experience Modification Rate (EMR) Form. See Attachment 5 Completed Experience Information Form. See Attachment 6 Completed Limitation of Subcontracting Certificate. See Attachment 7 Completed Past Performance Questionnaire (Optional but highly recommended). See Attachment 8 2. EVALUATION CRITERIA: FACTOR 1: Technical Approach Subfactor I - Specialized Experience and Capability (Narrative 10-maximum) The offeror is required to submit two (2) example projects demonstrating your firm s experience and capability similar to this requirement. These demonstrations in similar experience and capability shall be in a healthcare environment with trade coordination work as critical activities for each below capability area that demonstrate the prime s and/or key subcontractor s experience and capability to successfully complete the example project. A total of four (4) example projects shall be provided. Two (2) examples as the prime and two (2) examples from the subcontractor. Self-performed projects demonstrating your firm s capability may be used to respond to the Government s request for two (2) example projects demonstrating similar construction capability of the firm (subcontractor). Please identify these projects as such. A total of four (4) example projects must be provided, i.e. ((Prime/Prime) + (Sub/Sub) = 4 or (Prime/Prime) + (Prime-Self Perform/Prime-Self Perform) =4)). Provide two (2) example projects demonstrating the offeror s project management experience and capability as a prime contractor on a construction project of a similar type and scope. Provide two (2) example projects demonstrating similar construction capability of the firm (subcontractor) that will be performing the requirement, Renovate Lake Nona Emergency Department and Observation Unit. Example projects submitted are to demonstrate a firm s experience and capability and must be relevant to the work that the firm will be performing under the prospective contract. The offeror should explain how the work performed by the proposed firm in the example project is relevant to the proposed acquisition. Subfactor II Technical/Management Approach (Narrative 10-pages maximum) Describe in a written narrative, the plan for phasing the work so that the facility remains operational. The narrative will also detail how the contractor intends to (1) prepare the site, (2) renovate, (3) avoid disturbance to the facility, (4) maintain Infection Control and safety measures and (5) 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 consultants and subcontractors. Provide a list of all consultants and all proposed major subcontractors, including telephone number, address, and name of the contact. Each individual s name, title, duty, years of experience, and experience level relating to similar contracts in size and scope (minimum threshold value of $7,000,000.00). At a minimum, the Offeror shall provide information for the following disciplines: 1. Site Superintendent. 2. Quality Assurance Manager. 3. Safety Manager. The narratives for the Site Superintendent, Quality Assurance Manager, and Safety Manager must show a minimum of five (5) years of experience for each respective discipline on a project of similar size and scope (minimum threshold value of $7,000,000.00 or more), showing project history with these key personnel in relations to the project s description. The Quality Assurance Manager and Safety Manager may be the same individual but must show a minimum of five (5) years of experience for each respective discipline. Subfactor III Schedule and Impact to Facility (Narrative 5-pages maximum (shall be Gantt chart) 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 a 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 schedule 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; Phasing; Provisions for overtime or shift work; Timing of relocation of existing utilities; Commissioning; Tests and final inspection. The schedule shall be structured in calendar days. The Offeror shall specify 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. The project will start at the issuance of the Notice to Proceed. For scheduling purposes, assume the Notice to Proceed will be issued fifteen (15) calendar days after the award date. (Note that there is no guarantee the Notice to Proceed will be issued within this timeframe). Provide the precautions the contractor will take to avoid damages to facility buildings (including pre-existing conditions) and the remediation that will take place if damage is done. FACTOR 2: 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 a similar type of project. The government will focus on information that demonstrates the quality of performance relative to the size and complexity of the procurement. Offerors shall provide completed Past Performance Surveys, see attachment 8 minimum of five (5) recent (within five (5) years of the solicitation release date) and relevant references. Relevant means are similar in size, scope, magnitude of effort, and complexity to this requirement. The Contracting Officer will evaluate past performance to rate accordingly and may contact sources provided in the survey as necessary. FACTOR 3: Price (Price proposal shall be a separate file (clearly separated from the technical and past performance volumes.) Completed Price Schedule on Standard Form (SF) 1442 (Total of Proposed Price of CLINs 0001 and 0002). Offer Guarantee (Bid Bond-SF24), submit with Price Proposal. Per FAR Clause 52.228-1, Bid Guarantee, the amount of the bid guarantee shall be 20% of the bid or $3,000,000.00, whichever is less. NOTE: A scanned copy of the original (pdf format legible and with visible stamps/seals) is acceptable. Price Proposal Breakdown to support CLINs 0001 and 0002 (Price Matrix). Price proposals shall be submitted on SF 1442, completed, and signed by an authorized individual(s) of the Offeror. Offers submitted in the name of a Joint Venture must be signed in accordance with the terms and conditions specified in the joint venture agreement as evidenced in the proposal. The price proposal shall encompass all costs associated with the requirements of the solicitation. The total proposed price for CLINs 0001 and 0002 shall be rounded to the nearest dollar. Price will not be rated or scored but will be evaluated for fairness and reasonableness through the use of price analysis. 3. AWARD: a. The Government will conduct a comparative evaluation of proposals submitted in response to this solicitation, which meet the requirements in accordance with the factors listed above. b. This procurement will be a single award on a best-value basis resulting from this solicitation to the responsible offeror. The following three (3) factors have been identified and shall be utilized in the evaluation of offers and the determination of the award. 1. Technical Approach. i. Specialized Experience and Capability. ii. Technical/Management Approach iii. Schedule and Impact to Facility. 2. Past Performance. 3. Price. EVALUATION AND SELECTION CRITERIA: The proposal will be evaluated as follows: Factors 1 through 2, as described above, will be rated using an adjectival rating system. All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/081cd116f74240969f43c8e40408a6bd/view)
- Record
- SN07336463-F 20250209/250207230027 (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 |