Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

C -- VISN 21 CM/PM CAM COR: Richard Crowe

Notice Date
10/13/2021 11:33:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622Q0007
 
Response Due
11/4/2021 8:59:00 PM
 
Archive Date
02/02/2022
 
Point of Contact
Steve Mock, Contract Specialist
 
E-Mail Address
Steven.Mock@va.gov
(Steven.Mock@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular [FAC 2005-95, effective 19 Jan 2017]. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330, with a small business size standard of $15 million. This is new VISN 21 non- personal services contract to award a firm fixed price (FFP) contract for a Base Year plus Four Option Years to a qualified firm (Contractor) for the purposes of providing Construction and Project Management (CM/PM) services to the Department of Veterans Affairs (DVA) VISN 21 Facilities Engineering Project Managers and VISN Contracting Staff for the VISN 21 Capital Asset Office (CAM), Sierra Pacific Network Headquarters as well as at all VISN 21 facilities under the auspices and control of the VISN 21 Capital Asset Manager (CAM and the CAM Contracting Officer s Representative (COR)). The Contractor shall manage, monitor, and oversee various project progress and completion at these facilities when so directed by the Program Contracting Activity Central (PCAC) Contracting Officer(s) or by the VISN CAM COR. Please refer to Attachment 1 Performance Work Statement for complete project details. All interested companies shall provide a quotation in accordance with the following instructions and associated attachments. A similar project was previously been awarded to Concourse Federal on April 25, 2019 titled VISN 21 CM/PM Support CAM Office. Services Evaluation of Offers Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the procedures authorized in FAR Part 13.106-2 Evaluation of Quotations of Offers using the following evaluation criteria: 1) Technical Evaluation The evaluation process will consider whether the proposal demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. Provide a resume for each Construction Management Team members you will assign to perform the work described in the Performance Work Statement. These individual/s must be the same individual/s that will be assigned to the specific site. Resumes, at a minimum, will provide the following: a. Personnel will have five or more years of field experience. b. For Construction Manager, personnel will have a four-year degree focusing in Engineering or Construction Management and be either Certified Construction Manager (CCM) or Engineer in Training (EIT) and/or Fundamental of Engineering (FE) (provide a copy of your credentials). c. For Cost Manager, personnel will have a Bachelor s Degree in Engineering, Architecture or Construction, or related discipline or equivalent. d. Team must consist of a team member whose expertise is in Building Control System (BAS). e. For Engineering Technician, personnel will have an Associate s degree in engineering, engineering technology or equivalent experience. f. For Construction Inspector, personnel will have a High school diploma or equivalent. g. Personnel will provide up to three references. The proposed individual(s) shall review and approve any ancillary work before submittal. Basis of Technical Evaluation: The offer must demonstrate the following for each Construction Management Team members (who will be assigned to a particular location) on this contract: For Construction Manager, minimum of five years of field experience, degree focusing in Engineering or Construction Management and be either Certified Construction Manager (CCM) or Engineer in Training (EIT) and/or Fundamental of Engineering (FE), and provide up to three references. For Professional Engineer, licensed in the state(s) outlined in the Performance Work Statement For Cost Manager, minimum of 15 years of field experience, a Bachelor s Degree in Engineering, Architecture or Construction, or related discipline or equivalent, and provide up to three references. For Engineering Technician, minimum of 8 years of field experience in mechanical/electrical construction techniques, an Associate s degree in engineering, engineering technology or equivalent experience, and provide up to three references. For Construction Inspector, minimum of 4 years of general filed experience in the design and construction industry, a High school diploma or equivalent, and provide up to three references. 2) Price The contractor s quote shall include their proposed labor categories, rates and number of hours by task, together with associated delivery dates and sub milestone dates (if any). The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. At a minimum, the quote submitted shall be entered on the Pricing Schedule. Any costs associated with Reports/Deliverables shall be included in the CLIN price and not separately priced. The Contractor agrees to hold the prices in its quote firm for ninety (90) calendar days from the date specified for receipt of quotes. Basis of Price Evaluation - The Government will evaluate price based on the total price. Total price consists of the basic requirements. Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, and price. 3) Past Performance The Vendor s quote must include a summary description of at least three but no more than five prior contracts/orders per team member/sub-contractor for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity and scope. These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number Solicitation Submittal Requirements: The Government will evaluate past performance based upon sources available to the contracting officer that may include Contractor Performance Assessment Reporting System (CPARS), 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 Past Performance Questionnaire (PPQ) included in the solicitation is provided for the offeror or its team members to submit to their client for previous projects. Ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted directly from your client via email to Contract Specialist. If the offeror is unable to contact a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment 3), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. Basis of Past Performance Evaluation: The Government will evaluate the degree to which past performance evaluations and all other past performance information reviewed by the Government (e.g., PPIRS, FAPIIS, eSRS, Past Performance Questionnaires: performance recognition documents and information obtained from any other source) reflect a trend of satisfactory performance considering: a. A pattern of successful completion of task; b. A pattern of deliverables that are timely and of good quality; c. A pattern of cooperativeness and teamwork with the Government at all levels (task managers, contracting officers, auditors, etc); d. How recent tasks performed are, that are identical to, similar to, or related to the task at hand, and; e. A respect for stewardship of Government funds. 3. An offeror with no past performance information will receive a neutral past performance rating. 4. Offerors shall provide documentation to show that offeror has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. 5. In order to be considered acceptable for this factor the offeror must have received primarily satisfactory or better evaluations for recent and relevant projects and based on the offeror s performance record, the Government must have a reasonable expectation that the offeror will successfully perform the required effort, or the offeror s performance record is unknown. An offer will be considered unacceptable for this factor, if based on the offeror s performance record; the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Additionally, the contractor must have no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past three years; and must have an Experience Modification Rate (EMR) of equal to or less than 1.0. Evaluation Approach A. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. However, it may be determined necessary to conduct discussions if award cannot be made on the initial quotes submitted. B. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the evaluation in the most effective manner. The Government reserves the right to evaluate all Offerors technical quotes should it desire to conduct discussions, or otherwise determine it to be in the Government s best interest. C. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Offerors who fail to meet the minimum requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. D. Unbalanced Pricing - The Government may evaluate whether the Offeror has submitted unbalanced pricing. An unbalanced price is one where the price of one or more contract line items is significantly overstated or understated and which will result in the Government paying an unreasonably high price for contract performance or otherwise present an unacceptable level of risk to the Government. If the Contracting Officer determines that the risk is unacceptable, then the bid or offer can be rejected. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MAR 2012) 2. 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 3. 52.216-1 TYPE OF CONTRACT (APR 1984) 4. 52.233-2 SERVICE OF PROTEST (SEP 2006) 5. VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) 6. VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 7. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 8. 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 9. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. PLEASE NOTE: 52.223-99 - ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS is now a requirement for all VA Services Contracts. The following contract clauses apply to this acquisition: FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 52.204-16 --COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.222-56 CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 13. 52.217-8 - OPTION TO EXTEND SERVICES (NOV 1999) 14. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 15. Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 16. 52.223-99 - ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS Submission of Quotes: Quotes shall be received on or before the date November 4, 2021, 11:59 PM ET. All quotes shall be sent to the Steven.Mock@va.gov. Note: Quotes received after the due date and time shall not be considered. Quotes shall be based on the documents issued in the solicitation. Technical Questions: Questions of a technical nature must be provided in writing and shall be submitted by the prospective offerors only via e-mail to: Steven.Mock@va.gov. The subject line must read: VISN21 CM/PM CAM Technical Questions. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. THE CUT-OFF DATE AND TIME FOR RECEIPT OF QUESTIONS IS October 21, 2021 at 2:00 PM ET. Amendments: Amendments to this solicitation will be posted on FBO. FBO copies of the amendments will NOT be individually mailed or sent via email. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your proposal being considered non-responsive or unacceptable. System for Award Management (SAM): Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Restrictive or Proprietary Data Contractors that include in their quotes data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes shall: (1) Mark the title page with the following legend: This quote includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this quote. If, however, an Order is awarded to this Vendor as a result of-or in connection with-the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this quote. (e) Use of Advisors Contractors are advised that VA contractor personnel may assist the Government during the Government s evaluation of Quotes. These persons shall be authorized access to only those portions of the quote and discussions that are necessary to enable them to provide specific technical advice on specialized matters or on particular problems. These individuals will be required to protect the confidentiality of any specifically identified trade secrets and/or privileged or confidential commercial or financial information obtained because of their participation in this evaluation. They shall be expressly prohibited from scoring, ranking or recommending the selection of a Vendor. All offerors shall submit the following: Quote Preparation Costs: The Contracting Officer is the only individual legally authorized to commit the Government to the expenditure of public funds in connection with this procurement. The solicitation does not commit the Government to pay any costs for the preparation and submission of an offer in response to this solicitation. (a) Quote Format: (1) General: The submission shall be clearly indexed and logically assembled. Each volume (3) shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All files will be submitted as either a Microsoft Excel file (or an Acrobat (PDF) file or compatible as indicated in Table One (1) (below). Page size shall be no greater than 8 1/2"" x 11"". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Arial font is required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. The use of hyperlinks or embedded attachments within the proposal is prohibited. The written quote including title page, detailed table of contents, preface, for Volume I - Technical shall not exceed a total of 5MB when combined with Volume II in Arial size 12 font. Past Performance will be included in Volume I. Volume II - Pricing shall not exceed a total of 4MB when combined with Volume I in Arial size 12 font. Use graphic presentations where such use will contribute to the compactness and clarity of the quote. 2) File Packaging: The proposal files shall be submitted individually using the naming convention identified in Table One (1) (below). The total file size for Volumes I Technical & Volume II Pricing combined is 5MB. (3) Content Requirements: All information shall be confined to the appropriate volume. File naming shall appear as: Volume I Technical , Volume II Pricing , Volume III Certifications - without exception. Proposals named or packaged in any other manner may be deemed unacceptable. The file type requirements for each volume are shown in the below: (a) Volume I - Technical Requirement (will include Past Performance) Page limitation None - (Volumes I & II file size should not be more than 5MB) File type Word of PDF. (b) Volume II Pricing Requirement Page limitation None (Volumes I & II file size should not be more than 5MB) File type Excel. (c) Volume III Certifications - Solicitation, Offer and Award Documents and Certifications/Representations: Solicitation, Amendments, Offer, Award Documents and complete FAR 52.209-5 and 52.209-7 Page limitation None File Type PDF. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). Point of Contact Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Steve Mock at Steven.Mock@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e320a7f65f2c4a8584ffb3cd4c347e6b/view)
 
Place of Performance
Address: TBD, USA
Country: USA
 
Record
SN06156581-F 20211015/211013230110 (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  © 1994-2020, Loren Data Corp.