Posted: Nov. 1, 2024, 2:01 p.m. EDT
The purpose of this amendment to solicitation 36C24424R0075is as follows: Provide responses to industry questions Provide updated drawings as referenced in below responses to industry questions Provide revised document as referenced in Question 2 below
Posted: Oct. 28, 2024, 1:47 p.m. EDT
Posted: Oct. 10, 2024, 7:34 a.m. EDT
Posted: Oct. 9, 2024, 12:12 p.m. EDT
Posted: Sept. 23, 2024, 3:35 p.m. EDT
INSTRUCTIONS TO OFFERORS PROCEDURES FOR SUBMITTAL OF OFFERS AND PROPOSAL EVALUATION CRITERIA 1. Overview. The intent of this solicitation is to select one contractor to provide professional construction services in accordance with the Statement of Work (SOW), Drawings, Specifications, etc. for the Replace Bldg. #7 Master Control Panel (Project 529-22-101). The Government intends to use the Best Value Lowest Price Technically Acceptable (LPTA) process source selection approach in accordance with FAR 15.101-2. Award will be made to the lowest-price responsible offeror whose proposal conforms to the solicitation s requirements and is technically acceptable. 2. Submittal of Proposals. 2.1 Offerors submitting proposals for this project must limit submissions to data essential for evaluation of proposals so that a minimum of time and monies will have been expended in preparing information required herein. However, in order to be effectively and equitably evaluated, the proposals must include information sufficiently detailed to clearly describe the offeror's Technical Ability, Past Performance, and Price, to successfully complete the project. Innovative, creative, or cost-saving proposals that meet or exceed the requirements should be clearly noted and justified in the proposal. 2.2 Offerors must comply with the detailed instructions for the format and content of the proposal. Proposals that do not comply with the detailed instructions may be rejected. The Offeror must complete and submit Offer on Standard Form 1442. The Offeror must submit a price based on the line items. Note: If discussions or negotiations occur, the Government may require additional cost information. Discounts: Prompt payment discounts will not be considered in the evaluation of offers. In the event a minor clerical error has occurred, the Offeror may be given an opportunity to correct the minor error within the constraints of the clarifications process or the Contracting Officer determines discussions are required. 2.3 No hard copies will be accepted. Per federal regulation, a digital submission will not be considered late if it is submitted by close of business day prior to the submission due date. Any submission that arrives after the due date and time will be considered late regardless of the circumstance if it is not submitted by close of business the day prior. Close of business is defined by the FAR at 4:30 pm based off the time zone of the contracting office is located. 3. Proposal Evaluation Process. 3.1 A Source Selection Evaluation Board (SSEB) comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. SSEB may also include Architect and Engineering firm non-voting members. The identities of the SSEB personnel are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the submitted proposal and any subsequent discussions initiated by the Government, as well as information obtained from other sources, e.g., past performance information. Offerors are advised that the technical evaluation will be conducted in strict confidence in that technical ability and past performance information submitted will be reviewed without knowledge of the price offered. During deliberation, the number and identities of offerors will not be revealed to anyone who is not involved in the evaluation and award process or to other offerors. 3.2 Evaluation of the proposals will begin no later than five (5) business days after receipt of proposals and continue until the successful offeror is identified. The SSA, or Contract Specialist (CS) shall determine that offerors are not on the Excluded Parties list and are listed in the System for Award Management and the Small Business Administration (SBA) as applicable. Offerors that do not comply with the terms of the solicitation shall receive no further consideration for award. 3.3 The Government intends to use the Best Value Lowest Price Technically Acceptable (LPTA) process source selection approach in accordance with FAR 15.101-2. Award will be made to the lowest offeror deemed technically acceptable based on the factors below: Factor Rating Industrial construction experience directly related to boiler and process plant equipment and controls. ACCEPTABLE | UNACCEPTABLE Construction experience and knowledge gained coordinating and implementing detailed project phasing requirements while facilitating related ICRA requirements, ICRA barrier transitions, circulation-path impacts, and life-safety considerations for projects involving phased partial or full unit/program area closures. ACCEPTABLE | UNACCEPTABLE Construction experience and knowledge gained mobilizing and managing prime and subcontractor crews across multiple shifts per day when required to meet a compact schedule of delivery or limit disturbance to critical areas / utilities. This shall include keeping plants operational during improvement operations and scheduling of work to ensure operations are not impacted. ACCEPTABLE | UNACCEPTABLE Experience working in a mission critical facility and managing the phasing associated with a project in such a facility while ensuring that the facility remains operational at all times. ACCEPTABLE | UNACCEPTABLE Construction experience and knowledge gained preparing/lifting/setting large equipment into occupied and operational facilities. The plans should showcase the execution of these tasks including strategies and outcomes to provide a comprehensive understanding of the teams capabilities in this area. ACCEPTABLE | UNACCEPTABLE Construction experience and knowledge gained preparing/lifting/setting large equipment (e.g., Roof fans) into/onto occupied and operational facilities. ACCEPTABLE | UNACCEPTABLE Experience managing long lead time acquisitions with minimal project delays. Contractor shall provide narrative on how items with long lead times ( 1-18 months) will be managed for this project. Contractor shall also identify potential long lead time items. ACCEPTABLE | UNACCEPTABLE 3.4 The Source Selection Authority will send the lowest priced proposal to the SSEB members who will evaluate for technical acceptability as defined by the criteria listed above. If deemed technically acceptable, award will be made. If deemed unacceptable, the next lowest priced proposal will be sent for review. This process continues until award is made. 4.3 Evaluation Factor 3 - Price The price will be evaluated by the Government for being fair and reasonable, in accordance with FAR 15.404-1(b).
Background
The Department of Veterans Affairs (VA) is issuing this solicitation to select one contractor for professional construction services related to the replacement of the Master Control Panel in Building #7 at the Butler VA Healthcare System.
The goal of this contract is to ensure that the project is completed in accordance with the provided Statement of Work (SOW), drawings, and specifications, while adhering to federal and state environmental policies and safety requirements.
Work Details
The contractor shall provide all necessary tools, equipment, trained personnel, and materials to complete the project as outlined in the design documents.
Key tasks include:
1. Developing a comprehensive project scheduling and phasing plan that must be approved by the Contracting Officer's Representative (COR).
2. Ensuring compliance with all federal and state environmental policies during construction.
3. Adhering to safety protocols as specified in the contract documents, including physical security and key control measures.
4. Submitting all required documentation electronically, including meeting minutes, submittal logs, RFI logs, action item lists, and two-week look-ahead schedules.
5. Managing long lead time acquisitions effectively to prevent project delays.
The contractor must also ensure that all employees on site for more than five aggregate days undergo a background investigation as per HSPD-12 and VA Directive 0710.
Period of Performance
The contract will be performed over a specified period starting from June 17, 2024, with detailed scheduling requirements outlined in the SOW.
Place of Performance
All construction activities will take place at the Butler VA Healthcare System located at 325 New Castle Rd, Butler, PA 16001.