Last Updated 08/26/2022 05:03 PM
Project Title

Access Control and Security System Upgrades and Misc Interior Improvements-Construction

Physical Address View project details and contacts
City, State (County) Pensacola, FL 32507   (Escambia County)
Category(s) Single Trades
Sub-Category(s) Security/Communications
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

***A0002 is attached***A0001 is attached***RFP 36C25622R0123 is attached*** This justification is to support the Access Control & Security System Upgrades project to use certain equipment in the 24/7 video monitoring system and the physical access control system (PACS) for the Access Control & Security System Upgrades project at JACC that will be awarded as a firm-fixed price contract. This justification is for other than full and open competition for the procurement of certain construction materials and installation. The use of a particular brand name for the items listed below accommodates standardization of these items throughout the facility and continued warranty coverage for furnishings This procurement is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under Public Law 109-461. Offerors must be registered and verified as a SDVOSB in the Vendor Information Pages (VIP) at https://www.vetbiz.va.gov. Proposals received from contractors who are not verified as a SDVOSB in VetBiz shall not be considered for award. This includes Joint Ventures. Joint Venture Agreements must be submitted with proposal to be considered. Contract award shall not be delayed due to loss of SDVOSB verification. Verification showing seal shall be included with proposal. Base Offer Item: furnish all labor, tools, materials, equipment and supervision necessary to perform all work associated with Project #520-22-174, Access Control, Security System Upgrades & Miscellaneous Interior Improvements located at the Joint Ambulatory Care Center, 790 Veterans Way, Pensacola, FL 32507. SITE VISIT: AN ORGANIZED SITE VISIT WILL BE HELD AT THE DATE/TIME/LOCATION SHOWN IN FAR 52.236-27 SITE VISIT (CONSTRUCTION) ALTERNATE I. THIS WILL BE THE ONLY SITE VISIT CONDUCTED FOR THIS PROCUREMENT. INFORMATION PROVIDED AT THE SITE VISIT SHALL NOT ALTER THE TERMS AND CONDITIONS OF THE SOLICITATION. TERMS OF THE SOLICITATION REMAIN UNCHANGED UNLESS THE SOLICITATION IS AMENDED IN WRITING. CONTRACTORS ARE REQUIRED TO SUBMIT ALL QUESTIONS IN WRITING, USING EXHIBIT F, (EMAIL IS ACCEPTABLE) TO THE CONTRACT SPECIALIST SHOWN ABOVE NO LATER THAN NOON CST 14 CALENDAR DAYS PRIOR TO THE DATE/TIME SET FOR RECEIPT OF PROPOSALS. SEE BLOCK 13A FOR SOLICITATION CLOSING DATE. PER FAR 36.204 THE ESTIMATED MAGNITUDE OF THIS PROJECT IS BETWEEN $500,000 AND $1,000,000 IN NEGOTIATED SOLICITATIONS "BID" AND "BIDDER" MEAN "OFFER"AND "OFFEROR" NAICS CODE: 236220 SIZE STANDARD: $39.5M GEOGRAPHICAL AREA WHERE WORK IS TO BE PERFORMED: Pensacola, Escambia County (32507), Florida VAAR Clause 852.219-77 is required to be completed and returned with each price proposal. Proposals without a completed VAAR Clause 852.219-77 will be considered ineligible for evaluation and award. Project: 520-22-174 Issuing Office: NCO 16 Location of Project: JACC, Pensacola, FL 32507. Point of Contact: JB Herbst, Contract Specialist, NCO 16 - Pineville, LA E-mail: Jennings.herbst@va.gov 1. VAAR Clause 852.219-77 is required to be completed and returned with each price proposal. Proposals without a completed VAAR Clause 852.219-77 will be considered ineligible for evaluation and award. 2. Service-Disabled Veteran-Owned Small Business Verification: This action is a 100% set aside for verified Service-Disabled Veteran Owned Small Businesses (SDVOSB) in VIP. The award of this solicitation shall not be delayed due to loss of SDVOSB verification. Proposals submitted by non-verified SDVOSB shall be excluded from award consideration. 3. Joint Ventures must be verified SDVOSBs and registered in SAM at the time of solicitation response and at award. 4. VETS-4212: 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. 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. Therefore, all potential contractors are encouraged to file every year. 5. Past Safety Record: VHA DIRECTIVE 7715 SAFETY AND HEALTH DURING CONSTRUCTION requires that Contracting Officers evaluate and consider past safety records of prospective contractors in awarding contracts. OFFERORS SHALL SUBMIT EXHIBIT D CONTRACTOR EVALUATION FORM CONSTRUCTION SAFETY AS A PART OF THE PRICE PROPOSAL. All offerors shall submit, as part of their price proposal, information pertaining to their past Safety and Environmental record using Exhibit D. The information must show that the offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA violation(s) in the past three years. If those totals are exceeded, the offeror shall attach an 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 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. 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. 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. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors 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. OFFERORS WHO FAIL TO SUBMIT EXHIBIT D AND EXHIBIT E (AND THE ASSOCIATED ADDITIONAL REQUIRED INFORMATION) AS A PART OF THEIR PROPOSAL PACKAGE WILL BE RATED LOWER THAN AN OFFEROR THAT DOES PROVIDE. 6. Site Visit: An organized site is scheduled as shown in clause 52.236-27 (Alternate I). Only one site visit will be conducted. Attendance at the site visit is not mandatory, but highly suggested for proper proposal preparation. 7. Requests for Information (RFIs): RFI's are due, utilizing Exhibit F, no later than (NLT) 12:00 PM CT 14 calendar days prior to the date set for receipt of proposals or as amended and will not be accepted after this date. RFI's should be submitted by email to the Contract Specialist, JB Herbst at jennings.herbst@va.gov. Responses will be provided by amendment to the solicitation in a question and answer format. Example: Subject Line of the RFI e-mail should be as follows: Company Name, RFI #1, 36C25622R0123 and Project #520-22-174. *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.

Details

Division 27 - Communications, Common Work Results for Communications.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents