BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Fayetteville, Arkansas. Completed plans call for the renovation of a medical facility.

Award Details Contract Award Date: Jul 15, 2022 Contract Award Number: 36C25622C0060 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: VGN8ER7CRCY7 Contractor Awarded Name: 3M ELECTRIC LLC Contractor Awarded Address: SPRINGDALE, AR 72762 Base and All Options Value (Total Contract Value): $91192.00000000 PROPOSAL PREPARATION AND EVALUATION INFORMATION This part describes the precise mechanism for evaluating and selecting offers for this procurement for: To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors are required to meet all solicitation requirements. The Government reserves the right to make a final determination on a proposal s acceptability/ unacceptability solely on the basis of the proposal submitted and to proceed without requesting additional information. Failure to meet a requirement may result in an offer being removed from consideration for award. Offeror s proposal should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the proposal instructions. Communication conducted to resolve minor or clerical errors would not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revisions or discussions. Price proposals and Technical proposals of each offeror will be evaluated independently. Offerors shall submit as separate attachments titled, Price Proposal and Technical Proposal . Each attachment must contain a cover sheet with the offerors name, business address, and VA Solicitation Number. Proposal shall be (1) submitted on the forms furnished by the Government or on copies of those forms; and (2) manually/digitally signed. The person signing the proposal shall initial each erasure or change appearing on any proposal form. Offerors shall submit proposed prices for ALL priced line items as listed in the schedule. Failure to submit proposed prices for ALL bid items will result in the proposal being rejected as unacceptable without further consideration. Alternate proposals will NOT be considered. The following documents shall be submitted to the Contract Specialist on the due date and time listed on the SF 1442. The offeror shall submit two (2) separate proposals: Price and Technical/Past Performance and identified accordingly. The proposal shall be arranged in the following order: 1. 2-page SF1442 completed and signed by the signatory authority. All blocks under section OFFER on page 2 of SF1442 (Item 14 thru 20C) shall be completed. Offerors shall be solely responsible for monitoring Contract Opportunities for amendments to this solicitation if any and acknowledge them in accordance with the requirements stipulated in this solicitation and amendments. 2. To be eligible for award, Offerors are required to be CVE SDVOSB certified and have an active account in SAM. Offerors must register their businesses at http://www.vetbiz.gov/ and https://www.sam.gov/portal/public/SAM/ and complete the ORCA. Upon request by the Government, Offerors shall submit a printout of their ORCA. 3. Acknowledgement of ALL Amendments 4. Proof VETS 100 has been filed for 2021 Proposals shall be submitted via email to andrew.misfeldt@va.gov no later than the closing date and time of the solicitation. The subject of the email must include: 36C25622R0058 Chemo Hood . It is solely the responsibility of the offerors to ensure the Government receives the proposal and bid before or on the exact due date and time set forth in this solicitation. All inquiries about this solicitation shall be directly submitted in writing via email to the Contract Specialist: andrew.misfeldt@va.gov. No phone or faxed inquiry will be accepted. Deadline for all inquiries for this solicitation is listed on the SF 1442. Government s responses to inquiries will be issued in the form of Amendment(s) to be posted on Beta.SAM Contract Opportunities. All interested offerors including those submitting inquiries are required to monitor the above website for any posted amendments and acknowledge them in accordance with the instructions provided in the amendments as well as in this solicitation. BASIS FOR CONTRACT AWARD: All proposals submitted on time and in accordance with provision 52.215-1 will be evaluated for the conformance to all requirements of this solicitation. Any proposal that fails to conform to the requirements of this solicitation will be rejected as nonresponsive. SOURCE SELECTION USING THE LOWEST PRICE TECHNICALLY ACCEPTABLE PROCESS (LPTA): This is a competitive Request for Proposal (RFP) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Government intends to evaluate proposals and award a contract without discussions. Therefore, the offeror s initial proposal shall contain the offeror s best terms from a price and technical standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the instructions to offerors section of this solicitation. Communication conducted to resolve minor or clerical errors would not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revisions. There will be no public bid opening. Award will be made to the responsible, lowest price technically acceptable offeror that meets or exceeds the acceptability standards for all non-cost factors. Lowest price offer will be determined by the Government by comparison method of all offers received. A single award will be made as described in the Price Offer Schedule that is most advantageous to the Government. EVALUATION OVERVIEW: Proposals will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical proposal of the lowest price offeror. Other technical proposals may not be evaluated unless the Government determines the lowest priced offeror to be unacceptable. In the event the Government determines the lowest priced offeror to be unacceptable, the technical proposal of the next lowest price offeror will be evaluated. This process will continue until a technical proposal is determined to be acceptable. The lowest offeror deemed acceptable in all non-cost factors shall be the apparent awardee. PRICE EVALUATION: Price proposals will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price reasonableness. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Note: Offers that are not technically acceptable cannot be selected, regardless of price. Offerors submitting price proposals in response to this solicitation do so with the complete and full understanding that the Government reserves the right to publicly announce the total contract award amount. PAST PERFORMANCE: Past performance will be rated in accordance with FAR 15.305 utilizing the Past Performance Questionnaire attached to this solicitation. In addition, pursuant to FAR 9.103 prescribing that purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only, the Government will perform the determination of responsibility on the apparently lowest offeror whose proposal is deemed technically acceptable. The Government s determination of responsibility will be performed in accordance with FAR 9.1 and will include but not limited to the review of all federal excluded or debarred lists from different U.S. departments, and from the Federal Awardee Performance and Integrity Information System (FAPIIS), available at www.ppirs.gov. Since this solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Business (SDVOSB), the Government will refer the matter to the Small Business Administration which will decide whether to issue a Certificate of Competency if the Government deems a potential SDVOSB awardee non-responsible. TECHNICAL EVALUATION: The Technical evaluation factors consist of two separate elements: Technical Capability and Performance Schedule. Technical proposals will be judged on a pass/fail basis. Each element must receive a pass in order for the proposal to be deemed technically acceptable. I. Technical Capability Offers shall address the following sub-factors in narrative form. Offers that do not describe each topic in enough detail or provide the requested documentation will be rated as fail and be considered technically unacceptable. 1. Provide documentation of ability to Retest, recommission, and recertify Chemo and IV systems in accordance with the drawings and specifications once installed for operations. 2. Provide the names of the general contractor s proposed project Site Superintendent and Project Manager with a description of the individual s experience to include, at a minimum, one successfully completed waste water project of similar size, scope, and complexity within the last five (5) years, from the date this solicitation was issued. 3. Provide a list of sub-contractors that your firm intends to use for this solicitation s proposed project and include the subcontractor s company name, and the number of years experience in relevant construction. Minimal experience required for subcontractors is three years from the date this solicitation was issued. II. PERFORMANCE SCHEDULE Offers shall include the general contractor s project schedule for this solicitation s proposed project to showcase, at a minimum, completing the project within the mandatory timeframe of 60 calendar days. INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORSA GENERAL PROPOSAL INFORMATIONA A GENERAL PROPOSAL INFORMATIONA A Project:A 564-22-407 Relocate Chemo HoodA A Issuing Office:A NCO 16A Location of Project:A Veterans Healthcare System of the Ozarks, Fayetteville, ARA Point of Contact:A Andrew Misfeldt, Contracting Specialist, NCO 16 A E-mail: andrew.misfeldt@va.govA A Service-Disabled Veteran-Owned Small Business Verification:A This action is a 100% set aside for verified Service Disabled Veteran Owned Small Businesses (SDVOSB).A A The award of this solicitation shall not be delayed due to loss of SDVOSB verification.A Proposals submitted by non-verified SDVOSB shall be excluded from award consideration.A Offerors must be registered and verified as a SDVOSB in the VetBiz.gov Vendor Information Pages (VIP) at http://www.vetbiz.gov/.A Offerors received from contractors who are not verified as a SDVOSB in VetBiz at the time of offer submission and at the time of contract award will be considered non-responsive and will not be considered for award.A A SYSTEM FOR AWARD MANAGEMENT (SAM):A SAM has replaced the Central Contractor Registration (CCR), Online Representations and Certifications Application (ORCA) and the Excluded Parties List System (EPLS). Federal Acquisition Regulations require that federal contractors register in the SAM database at https://www.sam.gov and enter all mandatory information into the system.A Award cannot be made until the contractor has registered.A Offerors are encouraged to ensure that they are registered in SAM prior to submitting their bid.A Completion of Representations and Certifications shall consist of completion of annual representations and certifications electronically via SAM.A It is not necessary to complete and return as a part of the offer package FAR 52.204-8, Annual Representations and Certifications, contained in this solicitation unless offeror identifies changes in FAR 52.204-8(d).A A VETS-4212:A Title 38, USC Section 4212(d) and Public Law 105-339, requires that federal contractors report, at least annually, the number and category of veterans who are within their workforce.A This VETS-4212 report can be submitted per the instructions at https://www.dol.gov/agencies/vets/programs/vets4212. For assistance contact VETS-4212 customer support at 1-866-237-0275 or vets4212-customersupport@dolncc.dol.gov. For procurement awards in excess of $150,000, this report must be completed and accepted prior to any Federal contract award.A Therefore, all potential contractors are encouraged to file every year.A A A Past Safety Record:A VHA DIRECTIVE 2011-036 SAFETY AND HEALTH DURING CONSTRUCTION requires that Contracting Officers evaluate and consider past safety records of prospective contractors in awarding contracts. A All offerors shall submit information regarding their current Experience Modification Rate (EMR). This information shall be obtained from the offeror s insurance carrier and be furnished on the insurance carrier s letterhead. If an offeror s EMR is above 1.0, offeror must attach a written explanation of the EMR from its insurance carrier furnished on the insurance carrier s letterhead, describing the reasons for the EMR, and the anticipated date the EMR may be reduced to 1.0 or below.A A 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.A A If the NCCI cannot issue an EMR because the offeror lacks insurance history, offeror shall submit a letter indicating so from its insurance carrier furnished on the insurance carrier s letterhead, and include a letter from the NCCI indicating that is has assigned offeror a Unity Rating of 1.0.A A This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractorsA A The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make an initial Determination of Responsibility.A OFFERORS WHO FAIL TO SUBMIT THE ADDITIONAL REQUIRED INFORMATION AS A PART OF THEIR PROPOSAL PACKAGE WILL BE EXCLUDED FROM AWARD CONSIDERATION IF AWARD IS MADE WITHOUT DISCUSSIONS.A A A Site Visit: An organized site visit is scheduled as shown in clause 52.236-27.A Only one site visit will be conducted.A Attendance at the site visit is not mandatory, but highly suggested for proper proposal preparation. Information provided at the site visit shall not alter the terms and conditions of the solicitation and specifications.A Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing.A A Requests for Information (RFIs):A RFI s are due no later than (NLT) 2:00 PM CST Time 11 March 2022 or as amended and will not be accepted after this date.A RFI s should be submitted by email to the Contract Specialist, Andrew Misfeldt at andrew.misfeldt@va.gov. Responses will be provided by amendment to the solicitation in a question and answer format within 7 days of RFI submission due date.A Example: Subject Line of the RFI e-mail should be as follows:A Company Name, RFI #1, 36C256-22-R-0058 and Chemo Hood.A A Proposal Due Date:A Proposals are due NLT the date/time shown in Block 13a of Standard Form (SF) 1442.A All proposals will be submitted by email to andrew.misfeldt@va.govA A A Magnitude of Construction:A Pursuant to VAAR 836.204 the magnitude of construction is between $25,000.00 and $100,000.00.A A North American Industry Classification (NAICS) code:A The applicable NAICS code for this procurement is 236220 Commercial and Institutional Building Construction.A The Small Business size standard is $39.5 Million.A A Wage Determination (WD):A The applicable Davis Bacon WD for this solicitation is incorporated as an attachment to this solicitation.A A Period of Performance:A The successful offeror shall begin performance within 7 calendar days after receiving the notice to proceed and complete all work within the time specified in the award. All punch list items must be completed during the established period of performance.A A A Funding:A Award is contingent upon the availability of appropriated funds.A The Government does not compensate vendors for proposal development and submission.A A Superintendence:A The offeror shall provide, from their own staff, a competent 30 hour OSHA certified superintendent.A This individual shall be 100% full time dedicated to supervision and assigned to this project while work is being performed on site.A The offeror shall not divide or split up their superintendence duties among multiple projects at the same facility.A Each project stands alone and requires a dedicated superintendent to be allocated and funded to that particular project.A A A Holidays:A The following federal holidays are observed:A A New Year's Day Martin Luther King Jr. s Birthday President's Day A Memorial Day Juneteenth Independence Day Labor Day Veterans Day Columbus Day Thanksgiving Day Christmas Day A A Any other holiday proclaimed by the President as a Federal Holiday.A A When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday.A When a holiday falls on a Saturday, the preceding Friday is observed by U.S. Government agencies.A A Contractor Performance Assessment Reporting System (CPARS):A A Upon completion of contract performance and annually if performance is longer than 365 days, the Contracting officer will evaluate contractor performance for use in future contract award decisions.A The Contractor shall be provided an opportunity to comment on the contracting officer s evaluation.A If you wish to familiarize yourself with this system, you can find it at https://www.cpars.gov/.A A A The government retains the evaluations, contractor responses, and review comments, if any, as part of the contract file.A The evaluations are available for Federal Agencies for support of future award decisions through CPARS.A A The contractor must provide the contracting officer with the name and email address of the contractor CPARS POC.A This is the person responsible for responding to these evaluations. This person will be granted access to CPARS during the award and assigned the system role of contractor representative (CR).A *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Questions about this project are due in email to andrew.misfeldt@va.gov by 4/1/22 at 14:00 CST. as per addendum1.

Award

Medical

$91,192.00

Public - Federal

Renovation

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
114
Active Projects
73
Bidding Soon
871
All Active Projects
397
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

April 15, 2022

May 16, 2022

July 15, 2022

img_map_placeholder

1100 N College Ave, Fayetteville, AR

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.