SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair)

Similar documents
1. System for Award Management.

1. System for Award Management.

1. CONTRACT ID CODE 4. REQUISITION/PURCHASE REQ.NO. (x) 9B. DATED (SEE ITEM 11) NAMA-04-C B. DATED (SEE ITEM 13) 08/03/2004

1. Prohibition on Contracting with Inverted Domestic Corporations Representation.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

MARCH 27, 2019 INVITATION FOR BIDS

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-14-C Jan 2014.

REQUEST FOR PROPOSAL Enterprise Asset Management System

1. Communications with Bidders

NOTICE TO VENDORS CONTRACT NO IB

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

Webinar: Making the Right Choices in Government Contracting Part 1

April 4, 2016 at 10:00am. 506 N. Chadbourne Ave, San Angelo, Texas

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

COVER PAGE. Bid Proposal # Ready Mix Concrete

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

INVITATION FOR BID Annual Water Meter Purchase

FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

One (1) Original in Hardcopy

COUNTY OF LOUISA, VIRGINIA

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CITY OF HOPKINSVILLE

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

1. THIS CONTRACT IS A RATED ORDER. UNDER DPAS (15 CFR 700) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. HDEC08-13-C Aug 2013.

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009

Diesel Engine Replacement for. Gillig Low Floor Buses


Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

City of Mexico Beach Replacement of Fire Department Roofing Shingles

PUBLIC BID LAW. Erin Day Assistant Attorney General Louisiana Department of Justice

x HHSN W 04/30/2012

Schaumburg Township District Library Invitation for Bid Library Bi-Monthly Guide Printing

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS


Housing Authority of the Cherokee Nation REQUEST FOR BIDS

TERMS AND CONDITIONS OF THE INVITATION TO BID

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

4. ORDER NUMBER. a. NAME b. TELEPHONE NUMBER (No collect calls) 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: HUBZONE SMALL

RETRO REFLECTIVE GLASS BEADS

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

ATTENTION ALL BIDDERS

Eanes Independent School District Purchasing Department 601 Camp Craft Road Austin TX Fax REQUEST FOR PROPOSAL (RFP) C

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR BID # TIRE DISPOSAL SERVICES

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Request for Proposal Amendment #: 3

Legal Services for Representation to Indigent Parents RFP Laramie County

Cherokee Nation

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

Required Federal Forms

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

INVITATION FOR BID Chipeta Lake Park Tree Trimming

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

REQUEST FOR PROPOSALS PUBLIC RELATIONS/COMMUNICATIONS SERVICES MAY 2018 FACILITIES BOND

Request for Proposal for Temporary Staffing Services #001. DATE: June 11, 2018

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

CITY OF SPRING HILL, TENNESSEE

MANOR ISD VENDOR CERTIFICATION FORM

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

Mesquite Independent School District

Office of Surface Mining Reclamation and Enforcement. AGENCY: Office of Surface Mining Reclamation and Enforcement, Interior.

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

OFFEROR S ASSERTION OF COMMERCIALITY. Part No(s) and Description(s) Supplier s Name:

Bid & Contract Provisions CDBG/HOME Guidebook

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

SECTION INSTRUCTIONS TO BIDDERS

INVITATION FOR BID Bid #1012 Ambulance Graphics

REQUEST FOR PROPOSAL - TRI-STATE LOTTO COMMISSION

MILK BID Damaged or partially filled containers must not be used at any time. Leaking cartons will be returned.

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

REQUEST FOR LETTERS OF INTEREST. SOLICITATION TITLE Solicitation Identification Number PD XXX Per The Terms and Conditions of PD

REQUEST FOR PROPOSAL Rotary Park Arroyo Maintenance

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

Transcription:

SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NUMBER 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 1 7 10-27-2017 VA263-17-R-1166 X NEGOTIATED (RFP) IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER 437-14-110 7. ISSUED BY CODE 8. ADDRESS OFFER TO NCO 23 Construction Contracting Office Des Moines Division 3600 30th Street Des Moines IA 50310 9. FOR INFORMATION CALL: 36C366 a. NAME b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS) Antonio Vargus 515-699-5449 SOLICITATION NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date) NCO 23 Construction Contracting Office Des Moines Division 3600 30th Street Des Moines IA 50310 Project Number 437-14-110; Renovate 2nd Floor Building 46 for Medical Specialties Under the terms and conditions set forth in the MN/ND Indefinite Delivery Indefinite Quantity(IDIQ) Multiple Award Task Order Contract (MATOC), the VA request that you provide a price proposal for the above referenced project as described in the attached Scope of Work. The following information is provided to assist you in preparing your proposal. All document submittal due times are Central Standard Time(CST). NOTE: If a firm is NOT SUBMITTING a proposal, you must submit a "NO BID" response via email to the Contracting Officer or through Vendor Portal within five (5) business days from receipt of the RFP. Contractor shall furnish all necessary supervision, tools, labor materials, equipment and transportation necessary to complete the project. There will be a pre-bid site visit at 1:00 p.m. (central) on November 15, 2017. See additional information regarding the pre-bid site visit in Section R of this RFP. Questions must be submitted in writing. The questions format is provided as Attachment C. Questions shall be submitted via electronic mail (e-mail) to: Antonio.Vargus@va.gov Questions will be accepted up to 5:00 p.m. (central) November 27, 2017. All questions and answers will be published via amendment to the solicitation. Proposals are due no later than 1:00 p.m. (central), December 19, 2017 via the ecms Vendor Portal, unless the date and time are changed by an amendment to this solicitation. The Central Iowa Contracting office will not be issuing any State tax exemption certificates. Please incorporate all state tax into your bid. The appropriate tax clauses are included in the MATOC. No tax exempt certificates will be issued. 11. The Contractor shall begin performance within ten (10) calendar days and complete it within 540 calendar days after receiving award, X notice to proceed. This performance period is X mandatory negotiable. (See ). 52.211-10 12a. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) X YES NO 12b. CALENDAR DAYS Ten (10) 13. ADDITIONAL SOLICITATION REQUIREMENTS: a. Sealed offers in original and copies to perform the work required are due at the place specified in Item 8 by 1:00 p.m. (hour) local time 12-19-2017 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, the date and time offers are due. b. An offer guarantee X is, is not required.. c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. d. Offers providing less than 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. STANDARD FORM 1442 (REV. 8/2014) Prescribed by GSA-FAR (48 CFR) 52.236-1(d)

OFFER (Must be fully completed by offeror) 14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NUMBER (Include area code) 16. REMITTANCE ADDRESS (Include only if different than Item 14.) CODE FACILITY CODE 17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of the solicitation, if this offer is accepted by the Government in writing within 90 calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirement stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.) AMOUNTS See ATTACHMENT A Price Schedule Sheet **MUST SUBMIT ATTACHEMENT A WITH AN OFFER FOR ALL LINE ITEMS 18. The offeror agrees to furnish any required performance and payment bonds. AMENDMENT NUMBER 19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each) DATE. 20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER 20b. SIGNATURE 20c. OFFER DATE (Type or print) 21. ITEMS ACCEPTED: AWARD (To be completed by Government) 22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA 24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO (4 copies unless otherwise specified) 10 U.S.C. 2304(c)( ) 41 U.S.C. 3304(a) ( ) 26. ADMINISTERED BY 27. PAYMENT WILL BE MADE BY NCO 23 Construction Contracting Office Des Moines Division 3600 30th Street Des Moines IA 50310 PHONE: FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 FAX: CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 28. NEGOTIATED AGREEMENT (Contractor is required to sign this 29. AWARD (Contractor is not required to sign this document.) Your document and return copies to issuing office.) Contractor agrees offer on this solicitation is hereby accepted as to the items listed. This to furnish and deliver all items or perform all work requirements identified award consummates the contract, which consists of (a) the Government on this form and any continuation sheets for the consideration stated in solicitation and your offer, and (b) this contract award. No further contthis contract. The rights and obligations of the parties to this contract ractual document is necessary. shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications incorporated by reference in or attached to this contract. 30a. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31a. NAME OF CONTRACTING OFFICER (Type or print) TO SIGN (Type or print) Michael Casper 30b. SIGNATURE 30c. DATE 31b. UNITED STATES OF AMERICA 31c. AWARD DATE BY STANDARD FORM 1442 (REV. 8/2014) BACK

REQUEST FOR PROPOSAL (RFP) DATE: October 27, 2017, SUBJECT: Renovate 2 nd Floor Building 46 for Medical Specialties; Project Number: 437-14-110 LOCATION: 2101 Elm St N, Fargo, ND 58102 Under the terms and conditions set forth in the Fargo s Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), VA requests that you provide a price proposal for the above referenced subject as described in the attached Scope of Services. The following information is provided to assist you in preparing your proposal: Note: All documentation submittal due times are local time (CST). Note: If a firm is not submitting a proposal, you must submit a "No Bid" response via email to the Contracting Officer or through Vendor Portal within five (5) days from receipt of the RFP. A. Description of effort: See attached SOW (Attachment D) B. Job Location: Fargo, ND VA Medical Center C. Proposal Due Date: December 19, 2017; 1:00 P.M. Central Time D. Days for government 90 business days acceptance of proposal: E. Source Selection Type: Price Only F. Contract Type: Firm Fixed Price (FFP) Task Order G. Magnitude of Construction: Between $2,000,000 and $5,000,000. VAAR 836.204 (g) H. Pre-proposal Conference See Paragraph R4 below & Site Visit: I. Period of performance: 540 calendar days following Notice to Proceed (NTP) for base proposal item. J. Drawings/Specs Provided: Yes. Drawings Attachment G 1-5 Page 3 of 7

Spec s Attachment F 1-5 K. Work Hours: 7:00 am - 4:30 p.m. Monday-Friday or Weekends if approved by COR. L. Submittal(s) Required: Yes. Submittal Exchange provided by the VA M. Value Engineering: Reference FAR Clause 52.248-3 N. Payment and Performance Yes. Must be submitted within 10 calendar days after award. Bonds: O. Bid guarantee: Yes. 20% as indicated in FAR Provision 52.228-1. Note: A scanned copy of the Bid Guarantee may be provided with the proposal. A signed and sealed original must be provided by the awardee prior to award. P. Davis-Bacon Wage Determination: General Decision Number: ND170021 Date: 01/06/2017. A full text of the Wage Determination is provided as Attachment E. Q. North American Industry 236220 Classification System (NAICS) Code: Page 4 of 7

R. ADDITIONAL INSTRUCTIONS: 1. Solicitation Questions: 1.1 Questions must be submitted in writing. The questions format is provided as Attachment C. Questions shall be submitted via electronic mail (e-mail) to: Antonio.Vargus@va.gov. Questions will be accepted up to 5:00 p.m. central time on November 27, 2017. All questions and answers will be published via amendment to the solicitation. 2. General Information 2.1 All prospective MATOC offerors are advised that this solicitation will remain unchanged unless it is amended in writing. 3. Proposal Format 3.1 Proposals submitted in response to this solicitation shall be submitted via the ecms Vendor Portal and formatted as follows: 3.2 Offerors shall submit a cover letter and price proposal in the form of electronic documents. 3.2.1 The cover letter shall include: (a) The solicitation number; (b) The name, address, telephone, and facsimile numbers, and e-mail addresses of the offeror. (c) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish all items upon which prices are offered at the price set opposite each item; (d) Names, titles, phone numbers, facsimile numbers, and e-mail addresses of persons authorized to negotiate on the offeror s behalf with the Government in connection with this solicitation, and; (e) Name, title, and signature of person authorized to sign the proposal. 3.2.2 The price proposal shall be in the format provided in Attachment A, Price Schedule Sheet and Attachment B, Price Schedule Breakdown Sheet. The price proposal shall provide the total price and a price breakdown for the specified RS Means divisions in specified in Attachment B. 3.2.3 Price Schedule Breakdown Sheet for Specified RS Means divisions shall be submitted using an electronic format that is fully compatible with Microsoft Office Excel. 3.3 Electronic documents shall be submitted in Microsoft Word and/or Microsoft Office Excel as applicable. An additional copy of all documentation shall be submitted using portable document format (.pdf). 3.4 A.zip file is acceptable. Page 5 of 7

4. Site Visit 4.1 Site Visit: November 15, 2017 @ 1:00 p.m. central time meet in Room BD-42 and then proceed to job site location. Names of interested attendees should be submitted by November 14, 2017 @ 3:00 pm central time to Antonio Vargus via email Antonio.Vargus@va.gov. The offerors are urged and expected to inspect the site where the work will be performed. 5. System for Award Management (SAM) 5.1 Contractors must ensure that their registration in SAM is up-to-date prior to award of a task order. For more information, see the SAM website at http://www.sam.gov. A task order cannot be awarded to a contractor that is not registered and current in SAM. 6. Basis of Award 6.1 The Government will evaluate each proposal as a whole on the basis of price. 6.2 The Government reserves the right to reject any or all proposals if such action is deemed in the Government s best interest. The Government may accept minor irregularities in the proposals received if the irregularities are determined to be insignificant or inconsequential to the overall evaluation. 6.3 The Government will evaluate pricing for award purposes by adding total price all CLIN(s). The Government may determine that an offer is unacceptable if the proposal prices are significantly unbalanced. A proposal price is unbalanced when the proposal is based on prices significantly less than the cost for some work and/or significantly overstated for other work. 7. Payment Protection 7.1 Performance and payment bonds in the amount of 100% of the awarded CLIN(s) shall be required. Bonds shall be submitted for approval to the Contracting Officer within 10 days after award of the task order. Commencement of construction is contingent upon approval of required bonds. 8. Supervision 8.1. The Contractor shall provide supervision in accordance with contract clause 52.236-6, Superintendence by the Contractor. 9. Clauses 9.1 All applicable Clauses of the base IDIQ contract for each offeror are incorporated into this solicitation in full force and effect. Page 6 of 7

A.1 List of Attachments See attached document: Attachment A Price Schedule Sheet (2 pgs.). See attached document: Attachment B MATOC Price Schedule Breakdown Sheet. See attached document: Attachment C Questions Request Form. See attached document: Attachment D SOW. See attached document: Attachment E Fargo MATOC WD (6 pgs.). See attached document: Attachment F 437_14_110_Spec1_Cover. See attached document: Attachment F 437_14_110_Spec2_Front_End (72 pgs.). See attached document: Attachment F 437_14_110_Spec3_General (337 pgs.). See attached document: Attachment F 437_14_110_Spec4_Mechanical (307 pgs.). See attached document: Attachment F 437_14_110_Spec5_Electrical (131 pgs.). See attached document: Attachment G 437_14_110_Dwg1_General (2 pgs.). See attached document: Attachment G 437_14_110_Dwg2_Architectural (10 pgs.). See attached document: Attachment G 437_14_110_Dwg3_Asbestos_Abatement. See attached document: Attachment G 437_14_110_Dwg 4_Mechanical (15 pgs.). See attached document: Attachment G 437_14_110_Dwg5_Electrical (8 pgs.). See attached document: Attachment H J_A for Best Corp_Software House_Tyco Simplex (3 pgs.). See attached document: Attachment I Brand Name (3 pgs.). Page 7 of 7