Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2025 SAM #8478
SOLICITATION NOTICE

Y -- PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit

Notice Date
2/10/2025 7:55:46 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
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)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e364ee9f3c6a47219a8396a3bca607ac/view)
 
Place of Performance
Address: Orlando, FL 32827, USA
Zip Code: 32827
Country: USA
 
Record
SN07337968-F 20250212/250210230030 (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.