Quotes shall be submitted to the following email no later than the time listed on the front of SF1442 or as modified by amendment to the solicitation:
Point of Contact (POC): Elizabeth Romero, Contracting Officer
E-mail: elizabeth.romero@va.gov
Phone: (407) 399-7526
PART I. GENERAL INFORMATION
1. MAGNITUDE OF CONSTRUCTION: FAR Ref 36.204(f) Between $1,000,000.00 and $5,000,000.00.
2. SITE VISIT: A site visit for this requirement is scheduled to occur on Wednesday, May 13, 2026, at 10:00 AM EST. Participants are to meet at Building 3132 in front of the Engineering Office.
3. REQUEST FOR INFORMATION (RFIs): Request for Information (RFIs) shall be submitted by the prime contractor, through email to elizabeth.romero@va.gov. Telephone RFIs will NOT be accepted.
3.1. All questions are due Monday, May 18, at 11:00 AM EST. Responses will be provided in a Question & Answer format via an amendment to the solicitation.
3.2. To easily identify all RFIs or questions for this project, emails subject line shall be titled using the following format:
RFI - Solicitation Number - Project Number and Title - Offeror Company Name.
4. OFFER ACCEPTANCE PERIOD: Offerors providing less than one hundred and twenty (120) calendar days for the Government acceptance after the date offers are due and received, will not be considered and will be rejected.
5. SPECIFICATIONS AND DRAWINGS: All applicable specifications and drawings will be provided electronically along with the Task Order Proposal Request. No hard copies will be made available to proposing contractors.
6. SDVOSB Verification All interested offerors must be registered in the System Award Management SAM.GOV and must be certified SDVOB and verified in SBA s VetCert program database (https://veterans.certify.sba.gov/).
7. BONDS (Reference Contract Clause FAR 52.228-15 for further information on applicability): A payment and performance bond shall be provided. The penal sum shall be one hundred percent (100%) of contract price. Bonds and other payment protection shall be provided within ten (10) calendar days of award of the contract. Notice to proceed will not be issued until the Contractor provides sufficient bonding to cover the work being performed.
8. OFFER GUARANTEE (BID BOND) (SUBMIT WITH YOUR PRICE PROPOSAL): Per FAR Clause 52.228-1 Bid Guarantee, the amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less. NOTE: A scanned copy of the original is acceptable Bond Seal must be visible.
9. WAGE DETERMINATION: Wages for all contractors and subcontractors must comply with Davis Bacon Wage Determinations. The current wage determination is General Decision Wage Determination FL20260218, January 2, 2026. Be advised the determination that is current at the time of the Contract award is the determination that will apply to the project. Current determinations are always available at: https://wdolhome.sam.gov/.
10. LIMITATIONS ON SUBCONTRACTING (Reference Contract Clause VAAR 852.219-75 for further information) See ATTACHMENT 5: By submission of an offer and execution of a contract, the Offeror agrees that in performance of the contract, the concern will perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees.
11. SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATE (EMR) See ATTACHMENT 7
All Offerors shall submit with their proposal a completed Attachment 4, which supplies the Government information pertaining to your firm s past Safety and Environmental record. A submitted Attachment 4 represents a certification of your firm s past Safety and Environmental record identifying serious, willful, or repeat violations from OSHA or any EPA violations within the last 3 years. Please attach an explanation for any violations.
All Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information shall be obtained from the offeror s insurance company and be furnished on the insurance carrier s letterhead.
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. (N1CCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Include this letter with the completed Attachment C. 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 Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The information provided, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases, will be used to make the Determination of Responsibility.
PART II. QUOTE PREPARATION AND SUBMISSION INSTRUCTIONS: The following must be included in the offeror s quote:
QUOTE SUMISSION: Quotes shall be submitted by the prime contractor no later than (NLT) closing date and time specified in Block 13a of SF 1442 or as amended on SF30. One electronic copy of all items requested below shall be submitted to the Contracting Officer via email to elizabeth.romero@va.gov. Offeror s quote shall be submitted as a .pdf, .docx, or .doc and documents submitted shall be no larger than 5 Megabytes (MB) File Size Limitation. If your submission is larger than 5MB, you may send multiple emails as deemed necessary. If separate files are submitted, offeror shall indicate in the subject line using the following format: Solicitation Number, Project Title, Email Number e.g. 1 of 3, 2 of 3 and so on.
Undeliverable emails due to an offeror s quote size, using wrong email address, or other transmission errors, are not the responsibility of the Government. NOTE: To be considered and accepted as timely the Quote must be received in its entirety prior to the deadline. Failure to provide a Quote in its entirety prior to the deadline will render the Quote noncompliant.
Offeror s quote shall consist of four (4) separate volumes: General Information; Technical Approach, Past Performance and Price. Printing shall be no smaller than 12pt Times New Roman. For tables, graphics, photos, etc., no smaller than 8pt Times New Roman.
VOLUME 1. General Information:
Cover Page with Solicitation Number, Project Title, Project Number, Company Information (Principal points of contact, email address, phone numbers (including area code), SAM Unique Identity Number, Commercial and Government Entity (CAGE) Code, and Tax ID number.
Table of Contents
Signed offer SF1442/Amendments (SF30 - if applicable) OR completed Acknowledgement of Amendments.
Copy of current SBA.gov SDVOSB certification.
Completed Limitation of Subcontracting Certificate. See Attachment 5
VOLUME 2. Technical Approach: The technical quote shall address each of the evaluation factors.
FACTOR 1: Construction Methods Narrative 10-page maximum
In a narrative describe in detail how the contractor intends to meet or exceed all performance areas stated in the solicitation/statement of work/attachments that are related to the subject project.
Provide specific technical methods and procedures that reflect a construction approach unique to the site and facility. A narrative that effectively describes in detail a technical approach of how the contractor will (1) coordinate work, (2) accomplish work, (3) avoid disturbance to the facility, and (4) maintain Infection Control and safety measures will be rated more favorably.
FACTOR 2: Specialized Experience and Technical Competence Narrative 20-page maximum
The construction company shall provide information on five (5) construction projects that best match the scope of this project.
These demonstrations should highlight specialized experience and technical competence in this type of work, including, where appropriate, experience in projection mapping or similar projects. Additionally, they should illustrate effective coordination of sub-contractor submittals and material management to avoid delays.
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working.
Completed Specialized Experience Form. See Attachment 6
Completed Experience Modification Rate (EMR) Form. See Attachment 7
FACTOR 3: Schedule Narrative 3-page maximum
Submit a preliminary (CPM) Critical Path Method schedule for construction satisfying the requirements of this project. A practicable schedule showing the order in which the Contractor proposes to perform the work, and the dates on which the Contractor contemplates starting and completing the several salient features of the work (including materials, equipment, mobilization, demolition, installation, finalization, etc.). The schedule shall be in the form of a progress chart of suitable scale to indicate appropriately the percentage of work scheduled for completion by any given point during the period. Most importantly, the schedule should show length of downtime required. The schedule shall show key milestone dates and outages for tie-in and materials and start-up of equipment. The progress schedule will be in a time-scaled bar graph format. The horizontal axis will be scaled for a time beginning with the Notice to Proceed and concluding with contract completion. The vertical axis will show the milestones and major portions of the contract work. The schedule is not included in the page limit.
Provide the precautions the contractor will take to avoid damage to facility buildings (including pre-existing conditions) and the remediation that will take place if damage is done.
VOLUME 3. Past Performance
Submit Past Performance on construction with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information obtained for Government Past Performance Information Systems may be accessed and utilized in the evaluation process.
Offerors shall provide complete Past Performance Surveys, see ATTACHMENT 8 of a minimum five (5) business reference for which the contractor performed the same or similar in size, scope, magnitude of effort and complexity to this requirement within the last five (5) years. The reference information shall include:
Name of Business
Name and Title of Point of Contact
Brief description of services performed
Dollar Value and Duration of requirement
b. Completed Past Performance Questionnaire. See Attachment 8
VOLUME 4. Price
PRICE PREPARATION INSTRUCTIONS: The following must be included in the offeror s price quote. Price quote shall be a separate file (clearly separated from the technical and past performance volumes.)
Completed Section B.S PRICE COST SCHEDULE by providing a Grand Total Amount.
Price Breakdown to support the total cost of Contract Line-Item Number(s) (CLINs) 0001 (Price Matrix), see ATTACHMENT 9
Offer Guarantee (Bid Bond-SF24), submit with Price Quote. Per FAR Clause 52.228-1, Bid Guarantee, the amount of the bid guarantee shall be 20% of the bid or $3,000,000.00, whichever is less. NOTE: A scanned copy of the original (pdf format legible and with visible stamps/seals) is acceptable.
Price quotes shall be submitted on SF1442, completed, and signed by an authorized individual(s) of the Offeror. Offers submitted in the name of a Joint Venture must be signed in accordance with the terms and conditions specified in the joint venture agreement as evidenced in the proposal. The price quote shall encompass all costs associated with the requirements of the solicitation. The total proposed price for CLINs 0001 shall be rounded to the nearest dollar.
Price will be evaluated by the Contracting Officer. Price will not be rated or scored but will be evaluated for fairness and reasonableness through the use of price analysis. The price evaluation will also check for appearance of unbalanced line-item prices. Offerors are cautioned to distribute direct costs, such as material, labor, equipment, subcontracts, etc. and to evenly distribute indirect costs, such as job overhead, home office overhead, bond, etc., to the appropriate contract line items. Both parties shall presume that field overhead costs through the proposed contract duration are inclusive in the offered price for the contract.
BASIS FOR AWARD:
The Government will conduct a comparative evaluation of quotes submitted in response to this solicitation, which meet the requirements in accordance with the factors listed above.
It is the Government s intent to award one (1) firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, is fair and reasonable, and has been determined to be the most advantageous to the Government, non-price, price, and other factors considered. The proposals must conform to the requirements of solicitation and represent the Best Value to the Government.
All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As differences in factor ratings and relative advantages and disadvantages become less distinct, difference in price may become the discriminating factor in determining the most advantageous offer. Conversely, as differences in price become less distinct, differences in ratings and relative advantages and disadvantages between offers are determinative.
Intent for No Discussions: Offerors are hereby advised that the Government intends to evaluate proposals and award a contract without conducting discussions with offerors. However, the Government reserves the right to contact Offerors and/or hold discussions if the Contracting Officer determines them to be necessary. Offerors are cautioned that discussions may not be conducted, and Offerors should not assume that they will have an opportunity to revise their proposals after submission.