SOLICITATION NOTICE
Z -- FY26: NRM (PROJ: 673-26-111) DB - Replace Locate Chilled Water Piping SCI
- Notice Date
- 9/29/2025 5:07:39 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
- 36C24826Q0005
- Response Due
- 11/3/2025 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
- REQUEST FOR QUOTESOLICITATION NO. 36C24826Q0005 ISSUE DATE: 09/29/2025, PHASE I QUOTE DUE DATE: 11/03/2025 at 10:00 AM EST PROJECT NUMBER: 673-26-111 PROJECT TITLE: Design Build Replace and Relocate Chilled Water Piping SCI PROJECT LOCATION: James A. Haley VA Hospital, 13000 Bruce B. Downs Boulevard, Tampa, Florida, 33612. PROJECT SUMMARY: Contractor shall furnish all necessary professional services, equipment, labor materials, supervision, tools, testing, specialty services, and design-build services to perform a design-build for the NRM Project # 673-26-111, "" Replace Relocate Chilled Water Piping SCI"" in Building 38 at the James A. Haley VA Hospital, located at 13000 Bruce B. Downs Boulevard, Tampa, Florida, 33612. The work includes, but is not limited to, site investigation, design and preparation of drawings, phase planning, specifications, construction, and installation of new chilled water piping on the parking garage level in Building 38 as designed in the hospital areas identified in the project description in this SOW. 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 PART I GENERAL INFORMATION All references to Bid or Bidder shall be understood to mean Offer or Offeror . DEFINITIONS: Design-Build (D/B) as defined by the Department of Veterans Affairs (VA) is procurement by the Government, under one contract, with one firm or joint venture (JV) as identified in your basic contract, for both design and construction services for a specific project. Contracting Officer Representative (COR): The COR is responsible for administering contracts under the immediate direction of the Contracting Officer. Design Build Contract: This term, as used herein, refers to the Contract to perform the design and construction of the project. Contractor: This term, as used herein, refers to the contractor under this contract or the D/B team. AE: This term, as used herein, refers to the Architect-Engineer firm(s)that are a part of the D/B team, also referred to as D/B/AE. MAGNITUDE OF CONSTRUCTION: Between $1,000,000.00 and $2,000,000.00 SITE VISIT: An organized site visit is planned for 10/10/2025 at 09:00 AM EST. Meeting location is Building 42 at which point the group will make its way to the site visit location. Please contact Engineering Tech Nicole Dayton at Nicole.Dayton2@va.gov 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 #6 below. 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. REQUESTS FOR INFORMATION: Requests for Information (RFIs) shall be submitted by the prime contractor through email only to david.hernandez1@va.gov. No solicitation questions will be accepted in any other format. Do not discuss project requirements with any Tampa VAMC technical staff during solicitation Phases I and II. The cutoff for submission of RFIs for Phase I is 10/17/2025, at 10:00 AM EST. Phase I RFI s should address Phase I evaluation factors only. If Phase II questions are asked, they will be deferred until Phase II. Send RFIs only to the Contracting Officer do not include VA technical representatives. Responses will be provided through an Amendment posted to SAM.gov in a Question & Answer format visible to all offerors. 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. SDVOSB VERIFICATION: SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS VERIFICATION(SDVOSB): Subsequent contracts are 100% set asides for verified 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. 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. FUNDS: Funds are not presently available for this contract. (Reference Contract Clause FAR 52.232-18). 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 10 calendar days of award of the Contract. The Notice to Proceed will not be issued until the Contractor provides sufficient bonding to cover the work being performed. Provide electronically only. NCO 8 no longer accepts bonds through the mail. 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. 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. WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Davis Bacon Wage Determinations. The current determination is General Decision FL20250208 dated 005/23/2025. Be advised 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: http://www.sam.gov/. CONTRACT PERFORMANCE PERIOD: 913 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 QUOTE with your anticipated lead time for the specific item. WORK ELEMENT NO. 1 (Design Build Effort Required): Contractor shall develop project design documentation including drawings, specifications, design analysis etc. per the Statement of Work. Upon completion of design, and upon acceptance by the Government, construction execution shall commence and be completed in accordance with contract requirements. PART II QUOTEPREPARATION AND EVALUATION INFORMATION This RFP addresses both the Phase I and Phase II QUOTE requirements. Do not submit the pricing information requested in Phase II with the Phase I proposal. The Phase I proposals will be evaluated to determine which offerors will be invited to submit Phase II technical and price proposals. A maximum of five (5) most highly rated Phase I proposals will be invited to submit a Phase II proposal. Prospective vendors shall provide their QUOTE in any of the following formats: .pdf, .docx, or .doc to the issuing office address identified above. All technical proposals and the price QUOTE shall be provided via email to david.hernandez1@va.gov. The technical QUOTE shall address each of the evaluation criteria. During Phase II, the price QUOTE shall be provided as a separate file from the technical proposal. The price QUOTE shall include a copy of the vendor s SDVOSB registration information, a copy of the vendor SAM.gov registration information, and a price sheet with pricing on the statement of items. While there is no page limit to the price proposal, it shall also be on 8 ½ x 11 pages, when printed. The price breakdown shall be filled out in its entirety. QUOTE Format: Technical QUOTE Format. Technical Proposals for Phases I and II shall address all information requested and will then be evaluated against the stated factors. General Information Required for Technical QUOTE is: Cover Page with Phase Number (I or II), Solicitation Number, Project Title, Project Number; Company Name, Address, POC Name, Email, Phone Number, SAM UEI and Tax ID. Include a Table of Contents with distinct separation of technical factors. Price QUOTE Format. The Price QUOTE will contain all general information listed above for the technical proposals along with: Signed offer/Acknowledgement of Amendments Copy of current VetCert and SAM certification. PRICE/COST SCHEDULE filled in with total price Breakdown of pricing using Project Price Breakdown form provided only in Phase II Technical Factors for Phase I Factors 1 through 3 are below: Factor 1 - Contractor Team and Personnel Qualifications Professional qualifications necessary for the satisfactory performance of Relocate and Replace Chilled Water Piping Spinal Cord Injury as required under this project. Briefly describe the team's specialized experience, technical competence, and expertise in understanding how to complete the design in a hospital setting in accordance with the submitted SOW, the VA TIL specifications. Formatting and Other Restrictions: The submission is limited to 10, 8-1/2 x 11 pages in total. Factor 2 - Specialized Experience and Capability Relevant experience and technical competence as it applies to the scope of work, in addition to experience in the geographical area of the project and knowledge of the locality. The offeror is required to submit three (3) relevant example projects demonstrating your firm s experience and capability similar to this requirement per the Statement of Work provided. The offeror must demonstrate their firm have the qualifications necessary for the satisfactory performance as indicated for this project Statement of Work (SOW), VA TIL specifications. These demonstrations in similar experience and capability shall be in a healthcare environment with critical activities for these capability areas: Cost control, quality of work and compliance with performance schedules on a project of similar scope and size. The offeror is required to demonstrate recent (within the last five years) successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Recently it has been defined as completion within the last seven years. Relevancy is defined as work of a similar nature regarding site preparation for construction and of a similar magnitude in cost. Formatting and Other Restrictions: Must use attached form titled Experience Information Sheet, 16 pages total. Factor 3 Relevant Past Performance For each project referenced in Factor 2, provide the completed Contractor Performance Assessment Reporting System (CPARS) records for those projects. Each offeror will be evaluated on its performance for similar types of projects. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement. Government also reserves the right to evaluate past performance on previously awarded contracts and other information that may be available. If CPARS records are unavailable submit past performance information using the attached Past Performance Questionnaire forms. Include the contract number, period of performance, and agency point of contact information. The Contracting Officer may utilize any other means necessary to evaluate past performances, such as customer surveys and prior experience with contractor. Do not provide forms completed for prior solicitations. Formatting and Other Restrictions: Limited to CPARS records or Past Performance Questionnaire. Technical Factors for Phase II Factors 4 and 5 are below: Factor 4 - Management Approach and Key Personnel Narrative Identify Key Personnel assigned to this project Submit an organizational chart and narrative - Clearly describe the prime responsible firm and individuals as well as the roles and responsibilities of individuals proposed as consultants and sub-contractors. Include a narrative that describes the relevant experience of: Firm's Key personnel and experience, to include at least: Project Manager s similar projects worked on and education and/or certification(s). Field Superintendent s similar projects worked on and education and/or certification(s). Other Relevant Firm Employees similar projects worked on and education and/or certification(s). Overall, Team: Discuss the planned use of: Subcontractors: Key trades to be subcontracted, proposed subcontractors (if firms already determined), and a similar project worked on. Architect-Engineering (A/E) Firm supporting the DB Team: Submit SF 330's of key A/E Personnel. Submit a copy of current, valid Architect & Engineer's Licenses issued by the State of Florida, Architectural Contractor, who will be of record, Architect-Engineer Field Representative., and Similar projects worked on. Formatting and Other Restrictions: The submission is limited to 10, 8-1/2 x 11 pages (SF 330 s are not included in page total. Factor 5 - Schedule Schedule Narrative: Describe in detail how your company will meet the schedule without causing disruptions to the facility during normal business hours, nights, and weekends. Also, describe actions to be taken by the offeror if completion of work is anticipated to fall behind schedule. Describe any technical difficulties that may be encountered in a project of this type and preventative measures or solutions to overcome these issues. The offeror is required to submit a proposed progress schedule in a time-scaled bar graph format. The horizontal axis will be scaled for the 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. All scheduled items will show a start date and a completion date. The detailed schedule will indicate specific tasks with dates for each step of the process. The contractor must certify that it will meet the period of performance for the design (negotiable to a shorter time frame). Formatting and Other Restrictions: The submission is limited to 10, 8-1/2 x 11 pages in total. Pricing Factor 6: The Government will evaluate price based on the total price. Contractor is to complete the Project Price Breakdown form, which will be included with the Phase II request for proposals. PRICE/COST SCHEDULE will also be provided and filled in with total price. Total price consists of the basic requirement. The price QUOTE shall show direct and indirect project price breakdown. The price breakdown shall reflect the Base proposed items using, at a minimum, the following cost elements: Labor (Direct & Indirect), Materials, Material Markups, Materials overhead, Equipment Subcontractor Cost Travel Other Direct Costs Overhead expenses Indirect Cost General & Administrative (G&A) expenses Profit Technical Evaluations - All technical factors when combined are more important than price. Cost QUOTE- Offerors are advised that if the technical proposals are essentially equal, award will be made on the basis of the lowest cost. PART III AWARD The Government will evaluate proposals submitted in response to this solicitation which meet the requirements that have been provided in Parts I and II above. This procurement will be a single award on a trade-off basis resulting from this solicitation to the responsible offeror. Award may be made without discussions, except for minor clarifications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cdf7442726fe49979cdaeeb7bf28d792/view)
- Place of Performance
- Address: FL 33612, USA
- Zip Code: 33612
- Country: USA
- Zip Code: 33612
- Record
- SN07607423-F 20251001/250929230042 (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 |