The RFP Database
New business relationships start here

NEW CONSTRUCTION l 36C25819B0028 l 605-19-4-6012-0120 l Procedure Rm Led & HVAC l 605-19-100 l Loma Linda (605)


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

INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS
PROJECT DESCRIPTION:
Contractor shall completely prepare site for building operations, and removal of existing structures, furnish all labor, materials, tools, equipment, engineering, services, and perform work for the construction for Upgrading HVAC and Led Lining (605-19-100), located at the VA Loma Linda Healthcare System, as required by drawings and specifications.

PROJECT LOCATION:
VA Loma Linda Health Care System
11201 Benton Street
Loma Linda, CA 92161

CONTRACTING OFFICER:
Mike Banks
Email michael.banks6@va.gov

CONTRACT SPECIALIST:
Ron Fantasia
Email ronald.fantasia@va.gov

TYPE OF CONTRACT:
Firm Fixed Price

ESTIMATED COST RANGE:
Between $250,000 and $500,000. (In accordance with (IAW) VAAR 836.204(f))

DESIGN:
This project includes a package of drawings with specifications.

ESTIMATED COMPLETION TIME:
Forty-five (45) Calendar Days after NTP

PRE-BID CONFERENCE AND SITE VISIT:
An organized pre-bid conference and site visit have been scheduled for: Friday, 11:00 a.m. (California time), June 14, 2019 at the following facility:

LOMA LINDA VA HEALTH CARE SYSTEM (LLVAHCS):
VAMC: 11201 Benton Street,
Loma Linda, CA 92357

** Additional Details regarding meeting location are listed in block 10 of this solicitation

Attendance is not mandatory, however all interested bidders are strongly encouraged to attend. No other site visits shall be scheduled.

REQUEST FOR INFORMATION:
All Requests for Information (RFIs) regarding this IFB must be received no later than Tuesday, 11:00 a.m. (Arizona Time), June 18, 2019 via email to ronald.fantasia@va.gov, to allow a reply to reach all prospective bidders before the submission of their bids. Responses to questions at the Government s discretion will be posted as an amendment to the solicitation and the Government reserves the right to consolidate questions and responses.

BID CONTENTS:
Standard Form 1442. (Box 14-20 completed and signed acknowledging all amendments; do not fill in anything in Award section, from box 21 down).
Bid Guarantee/Bond (using SF24).
Electronic Copies of the Bonding will be acceptable for bid opening so long as all other elements of the executed bond are present. Physical copy of the actual bonding, with the raised seal shall be received mail from the apparent low offeror within 48 hours of the conclusion of the public opening, or will be ineligible for award.
Contractor s License - All Bidders shall submit, issued to the SDVOSB Prime, a current copy of their General Contractor s License, or for those States that do not issue a General Contractor s License, a State issued construction license that pertains to the remodeling or renovation of a building structure.

BID DUE DATE:
Submit One (1) original hardcopy of Bid Contents no later than Sunday, 11:00 a.m. (Arizona time), July 14, 2019.

Department of Veterans Affairs
NCO 22-Gilbert Network Contracting Office
777 East Missouri Ave, Suite 300
Phoenix AZ, 85014

Bids may also be emailed directly to Ronald.fantasia@va.gov
*All mailed bids must be received in a sealed package.
**Bids received after the time and date specified above, shall be rejected as late.

PUBLIC BID OPENING:
Will be held on Tuesday, 11:00 a.m. (Arizona time), July 16, 2019 in conference room 305 at the following facility:

Department of Veterans Affairs
NCO 22-Gilbert Network Contracting Office
777 East Missouri Ave, Suite 300
Phoenix AZ, 85014

OFFER GUARANTEE (BID BOND):
An offer guarantee is required. Per FAR Clause 52.228-1 Bid Guarantee paragraph (c), the amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less.

PAYMENT AND PERFORMANCE BONDS:
If the contract will exceed $150,000 (see FAR 28.102-1 for lesser amount), the bidder to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum as noted in the solicitation.

DAVIS BACON WAGE RATE
Compliance to Labor Standards Provisions and Bid Davis Bacon Wage Rate Determinations for San-Bernardino County is required.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS)
The North American Industry Classification System (NAICS) Code for this procurement is 238220.

BUY AMERICAN ACT:
VA does not anticipate accepting an offer that includes foreign construction material. More information about this can be found under the following provisions and clauses: FAR 52.225-9, 52.225-10; VAAR 852.236-89.

AMENDMENTS:
Amendments to the solicitation must be acknowledged in the space provided in Block 19 of the SF1442 or by returning a signed copy of the amendment with the bid on the bid due date.

Bidders are strongly cautioned to check the Federal Business Opportunities http://www.fbo.gov website frequently and to refresh their web page to ensure they have the latest information.

REPRESENTATIONS AND CERTIFICATIONS:
This solicitation requires registration with the System for Award Management (SAM) pursuant to applicable regulations and guidelines. All bidders must also complete an electronic annual representations and certifications. Registration information can be found at www.sam.gov.

Bidders are required to provide verification of their submission of the annual form VETS-4212, Federal Contractor Veterans Employment Report. http://www.dol.gov/vets/vets100verification.htm). This verification shall be the emailed confirmation of receipt notification sent to the bidder after successful submission of their report.

This solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB). Public Law 109-461, 38 USC Sec. 8127 provides SDVOSB and VOSB Set Aside authority to the VA. Businesses must be registered and verified in the VIP database at Vendor Information Pages (VetBiz).

SAFETY OR ENVIRONMENTAL VIOLATIONS AND EMR
All Bidders shall submit information pertaining to their past Safety and Environmental record. The information will be reviewed such that the bidder has no more than three (3) serious, or one (1) repeat or one (1) willful Occupational Safety and Health Administration (OSHA) or any Environmental Protection Agency (EPA) violation(s) in the past three (3) years.

All Bidders/Offerors shall submit information pertaining to their past Safety and Environmental record. The information must contain a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years.B If such certification cannot be made, a Bidder/Offeror shall explain why and submit as much information as possible regarding the circumstances of its past safety and environmental record, including the number of EPA violations and/or the number of serious, repeat, and/or willful OSHA violations, along with a detailed description of those violations.

All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR).B This information shall be obtained from the Bidder s/Offeror s insurance carrier and be furnished on the insurance carrier s letterhead.B If a Bidder/Offeror s EMR is above 1.0, Bidder/Offeror must submit a written explanation of the EMR from its insurance carrier furnished on the insurance carrier s letterhead, describing the reasons for the elevated EMR and the anticipated date the EMR may be reduced to 1.0 or below.

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. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. 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.

RESPONSIBILITY DETERMINATION
A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government systems, such as the Occupational Safety and Health Association (OSHA) and Environmental Protection Agency (EPA) online inspection history databases will be used, in part, to make the Determination of Responsibility. Failure to affirm being within the guidelines above will result in a determination of Non-Responsibility for the bidder.
Note: Any information received by the Government that would cause for a negative Determination of Responsibility will make the bidder ineligible for award.

This requirement is applicable to all subcontracting tiers, and prospective prime Contractors are responsible for determining the responsibility of their prospective subcontractors.

PAYMENT VENDOR FILE
Prospective Offerors are notified that verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX, must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award.



- - END OF SECTION - -

SEE PRE-SOLICITATION NOTICE

Ronald.Fantasia@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP