The RFP Database
New business relationships start here

Matthew J. Perry CT IT & AV Rooms HVAC


Georgia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR PROPOSAL (RFP)
Design-Build (DB) IT & AV Room HVAC
Matthew J. Perry Courthouse
901 Richland Street
Columbia, South Carolina 29201


Availability of Funds: Issuance of this Solicitation does not warrant that funds are presently available for award of a Contract. Award of the Contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under this Solicitation in advance of such time as funds are made available to the Contracting Officer for the purpose of Contract award.


This is a Request for Proposal (RFP) using FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process. All vendors agree to, and are bound by, all instructions, procedures and rules of this RFP.


THIS PROCUREMENT IS SET ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES ONLY.


This RFP contains an attached Statement of Work (SOW). The Government intends to issue a Firm-Fixed-Price (FFP) Contract based on the SOW.


The Government will evaluate the submitted proposals (see instructions) against the criteria set forth below and then determine which proposal represents the best value that meets the requirements, price and other factors considered. The Government reserves the exclusive right to make an award on the basis of the lowest evaluated price proposal meeting the acceptability standards for non-price factors. The Government anticipates selecting an awardee and issuing a contract award based on initial proposals received; therefore, vendors are cautioned to submit their best price and technical proposal up front.


Questions: Any questions, regarding this RFP, shall be sent to the Contracting Officer,
Phlezette Watt @ phlezette.watt@gsa.gov. In posing questions, Contractors must cite the relevant RFP or SOW section and page number(s). Questions should be written in a manner that enables clear understanding of the Contractor's questions or concerns. Statements expressing opinions or sentiments are not considered valid inquiries and will not receive a response. Further, Contractors are reminded that GSA will not address hypothetical questions aimed at receiving a potential "evaluation decision." Written answers will be provided to all prospective Contractors, giving due regard to the proper protection of proprietary information. All questions regarding this requirement shall be submitted by March 29, 2019 - 4:00PM EST.


Site Visit Information: March 25, 2019 @ 1:00PM EST


Proposal Due Date/Time: Proposals are due on or before the date and time specified via e-mail to phlezette.watt@gsa.gov. All proposals must be submitted electronically (scanned documents) by the established date and time.


Note: After the closing time and date noted above, the Government will immediately begin review and evaluation; therefore, contractor submissions or information requests received after the RFP is closed will not be considered.


Contractors hereinafter referred to as "vendors", who respond to this RFP acknowledge and agree to all of the instructions and procedures described above.


Vendors are reminded not to include assumptions, caveats, or exceptions within any part of the submission. Submit the information requested by the RFP as per instruction. Inclusion of assumptions, caveats, or exceptions to the requirement of any kind may result in the proposal not being considered.


General Contractor Instructions


Proposals shall clearly demonstrate an understanding of both general and specific requirements, as well as convey the vendor's capability for transforming its understanding into successful performance under this award.


A complete proposal shall consist of the Technical and Price Proposal (SF 1442, and the Attached Price Breakdown Bid Form. As detailed below (technical and price must be in separate Volumes). Incomplete proposals will be considered non-responsive and will not be further evaluated.


Proposals submitted via facsimile are not permitted and will not be accepted as valid proposals. Any proposal or modification will not be accepted after the due date and time for proposals.


All vendors whose proposals are not considered or selected for award will be so notified. Such notification will state in general terms the basis of non-selection.


All proposals shall be handled in accordance with FAR 3.104, Procurement Integrity.


Information requested herein must be furnished in writing and be fully and completely in compliance with RFP instructions. The information requested and the manner of submission is essential to permit prompt evaluation of all proposals on a fair and uniform basis. Simple statements of compliance without the detailed description of how compliance will be accomplished may not be considered sufficient evidence that the vendor can meet the technical requirements.


 



Selection and Award


As a result of this solicitation, GSA intends to award one (1) Firm Fixed Price Contract. Proposals must demonstrate a clear understanding of the nature and scope of the work required. Failure to provide a realistic, reasonable, and complete proposal may reflect a lack of understanding of the requirements and may result in a determination that the vendor is technically unacceptable.


*Award will be made on the basis of the lowest evaluated price proposal meeting the acceptability standards for non-price factors.


Evaluation Criteria and Proposal Submittal Instructions


The Government will evaluate all technical proposals on an acceptable/unacceptable basis to determine all offers that meet the minimum technically acceptable requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. An unacceptable rating, for any one factor, makes the entire proposal unacceptable. Any costs incurred by vendors, in preparing or submitting offers, are the vendors' sole responsibility; the United States will not reimburse any vendor for any proposal preparation costs. Award will be made on the basis of the lowest total evaluated price of the proposal meeting the acceptability standards for non-price factors.


The written submission shall be broken into two separate documents consisting of: Volume 1 - Technical Proposal and Volume 2 - Price Proposal.


Volume I - Technical Proposal


Technical Proposals will be evaluated and rated on the basis of the following Technical Factors:


(1) Management Approach (acceptable/unacceptable)
(2) Past Experience (acceptable/unacceptable)
(3) Past Performance (acceptable/unacceptable)


(1)    MANAGEMENT APPROACH
Acceptability Standard (acceptable): The Contractor shall describe, in general, its approach or plan for providing the required services in this solicitation. To obtain an acceptable rating, the vendor must demonstrate that the plan submitted reflects a comprehensive approach in terms of methodology to accommodate the Government's Statement of Work.
MANAGEMENT APPROACH NARRATIVE: The vendor shall submit a management approach narrative that is limited to 4-double sided, letter size (8.5" x 11") pages, single-spaced. In addition, number the pages consecutively and use no smaller than 10 point font size; in an easily readable font, such as Times New Roman (or comparable. Anything over four (4) pages will be ignored (including attachments or exhibits).
Note: The Contractor shall provide the information identified above in a narrative style format.
(2)    PAST EXPERIENCE
Acceptability Standard (acceptable): The Contractor shall provide information on at least three (3), but no more than five (5), projects; meeting the criteria for similar projects as outlined under this factor. If the Contractor's submission for this technical factor does not meet the criteria set-forth, it shall result in an "unacceptable" rating. If the past experience submitted is determined to be similar, then the Contractor will receive an acceptable rating.
PAST EXPERENCE REQUIREMENT:
This factor considers the extent of the Offeror's past experience as a firm in providing similar
construction services. The Offeror must demonstrate successful experience as a Design Build
(DB) Contractor responsible for the construction of two (2) similar projects substantially completed within the past five (5) years as defined below. One similar project is defined as a project that is comparable in nature, type, and complexity as defined by the all of the following characteristics:


(1) The project involved a modernization and/or renovations to an existing building
that included work on architectural, structural, electrical, mechanical, plumbing, fire protection
systems, high security blast and ballistic windows.
(2) The total project construction cost at award of the construction contract(s) was not
less than $1 million.
(3) Project involved work on a historic site and/or building
(4) Project involved phase construction in a partially occupied building.
The Offeror may also present not more than 3 additional comparable projects substantially
completed within the last five (5) years. Comparable projects are projects with a total project
cost at award of not less than $1 million and contain any 3 of the following characteristics:
(1) The project involved a modernization and/or renovations to an existing building
that included work on architectural, structural, electrical, mechanical, plumbing, fire protection
systems, high security blast and ballistic windows.
(2) Project involved work on a historic site and/or building
(3) Site was located in a Major metropolitan downtown area.
(4) Project required close coordination with occupants
(5) Project involved phase construction in a partially occupied building.
(6) Project involved abatement of hazardous material.


For each project presented in relation to this factor, the Offeror must explain how the
characteristics of the project relate to the characteristics of this project. The similarity to this
project is more important than the quantity of projects presented.


For each project presented the Offeror shall submit the following data/information:
(a) Project Title
(b) Owner and/or Occupants(s)/Tenant(s)
(c) Location
(d) Description including GSF and/or OSF
(e) Special Features (Security System, Historical Consideration, Blast & Ballistic
Windows)
(f) Contract Award Date
(g) Contract Type and Contractor's Responsibilities (Scope of Work)
(h) Date of Substantial Completion
(i) Date of Final Completion
(j) Contract Cost at Award
(k) Contract Cost at Completion
(l) Original Schedule Completion Time at Contract Award (Calendar Days)
(m) Actual Completion Time (Calendar Days)
(n) Number of Change Orders
(o) Classification (reason) of Changes Orders (Latent Conditions, Owner Instituted, Design Errors & Omissions, etc.,)
This factor will be evaluated based upon the written response to the RFP by the Offeror and the
past experience demonstrated by the presented projects. Attachment #, titled "Experience
Checklist", will be used for each presented project just to record which listed characteristics
apply to the respective project example.


Note: The vendor's Past Experience submission is limited to 5-double sided, letter size (8.5" x 11") pages, single-spaced. In addition, number the pages consecutively and use no smaller than 10 point font size; in an easily readable font, such as Times New Roman (or comparable). Anything over five (5) pages will be ignored (including attachments or exhibits).
(3)    PAST PERFORMANCE
Acceptability Standard (acceptable): The Contractor shall provide information on projects meeting the criteria for similar projects as outlined under this factor. If the Contractor's submission for this technical factor does not meet the criteria set-forth under this factor, it shall result in an "unacceptable" rating. If negative references are found or submitted on any of the projects, then the Contractor may be determined to be unacceptable. The vendor will receive an acceptable rating when it's past performance record demonstrates satisfactory performance in providing the sort of work listed within the Scope of Work-for at least three (3) similar projects completed in the last five (5) years where the Contractor was the prime contractor or major subcontractor. This factor will be evaluated based upon the written responses to the RFP by the Contractor and by the evaluation of responses of references recommended by the Contractor. The Government also reserves the right to use other government data available in its assessment of the Contractor's past performance. If a completed CPARS evaluation is available for the project(s) listed under this Factor, it should be submitted with the proposal. The Contractor shall submit at least three letters of reference from clients on past projects.
"Similar projects" are defined as projects which entailed HVAC and IT projects completed within the last 5 years. The LPTA Evaluation Panel will be limited to reviewing only projects of similarity.
Note: The vendor's Past Performance submission is limited to 5-double sided, letter size (8.5" x 11") pages, single-spaced. In addition, number the pages consecutively and use no smaller than 10 point font size; in an easily readable font, such as Times New Roman (or comparable). Anything over five (5) pages will be ignored (including attachments or exhibits).
In addition to the above mentioned, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the Contractor's proposal, inquiries of owner representative(s), and any other known sources not provided by the Contractor. The Contracting Officer may also identify and analyze the past performance information of the Contractor on any other similar projects on which they have performed within the past five (5) years of which the Contracting Officer has knowledge or obtains knowledge.
If applicable, the vendor shall list any contract or purchase order, in which the vendor received either a cure notice or show cause letter, or was terminated for cause, by the Government, within the past three years. If this is the case, vendors must briefly explain the facts and circumstances in each such instance.
So that the Government may efficiently evaluate and verify the past performance information, include the following information:
1. Name and Address of Organization and Contract Number
2. Number of labor categories that performed on the job
3. Period of Performance and Dollar Value
4. Points of Contact with correct phone numbers, titles, and e-mail addresses to allow the Government to verify information submitted. For each example provide at least 1 verifiable contracting or technical point of contact. If possible, provide both contracting and technical points of contact. The vendor shall ensure that information presented for points of contact is accurate and current (i.e.: current phone numbers, email addresses).
5. Brief narrative describing the work the vendor performed and an explanation detailing the relevance of the work to the SOW in the current RFP.


Note: Vendors are cautioned that it is exclusively the vendor's responsibility to ensure that information provided is accurate and complete for all points of contact listed. Further, vendors are responsible for ensuring references will willingly participate in the Government's attempts to verify information provided in the proposal. The Government is not responsible for the inability to contact a vendor's references due to inaccurate contact information or uncooperative references.
Volume II - Price Proposal
PRICE Proposal
The vendor shall submit a price proposal for this requirement using the pricing SF 1442, and the Attached Price Breakdown Bid Form. The Government anticipates the use of a Firm-Fixed Price (FFP) type task order. The proposal price shall be derived from the rates on the Wage Determination (see attached).
Additional Terms and Conditions
Period of Performance
*240 calendar days from the date of the Notice to Proceed (NTP).
Travel
All travel costs associated with the performance of this contract will be reimbursed in accordance with the Federal Travel Regulations (FTR). Lodging and per diem rates are to be based on GSA's per diem rates. Vendor shall make every effort to minimize the travel costs to accomplish this work.
Costs incurred for transportation and per diem (lodging, meals, and transportation) will be billed in accordance with the regulatory implementation of Public Law 99-234, FAR 31.205-46 Travel Costs, and the vendor's cost accounting system. These costs are directly reimbursable by GSA.
The Government shall not be charged G&A fees or overhead fees for any travel, unless other procedures are specified in the underlying schedule contract. Vendors shall be reimbursed only for incurred costs at or below the "not to exceed" estimate.
Costs for transportation, lodging, and meals, incurred by vendor personnel on official company business are allowable subject to the limitations contained in FAR 31.205-46 Travel Costs.
Travel cost must be identified in the quotation. The Estimate for Travel must include costs for transportation, lodging, meals, and anticipated taxes.
Quality control and acceptance of work
The vendor is responsible for the quality control of all work performed by the vendor to ensure compliance with the contract requirements. The Contracting Officer Representative (COR) designated shall review and accept all services and deliverables provided under this contract.
Complete records of all inspection work performed by the vendor shall be maintained and provided to the Government during contract performance and as part of final deliverables. If any of the services do not conform to contract requirements, the Government may require the vendor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by performance, the Government may (1) require the vendor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. If the vendor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge the vendor any costs incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default.


Phlezette L. Watt, Contracting Officer, Email phlezette.watt@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP