DOCUMENT
Y -- CONSTRUCTION MATOC FOR THE VA GULF COAST VETERANS HEALTH CARE SYSTEM, G.V. (SONNY) MONTGOMERY VA MEDICAL CENTER AND SOUTHEAST LOUISIANA VETERANS HEALTH CARE SYSTEM - Attachment
- Notice Date
- 3/11/2013
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VA Gulf Coast VHCS (90C);Network Contracting Office (NCO) 16;400 Veterans Avenue;Biloxi MS 39531
- ZIP Code
- 39531
- Solicitation Number
- VA25613R0560
- Response Due
- 3/21/2013
- Archive Date
- 6/28/2013
- Point of Contact
- Mark Wesson
- E-Mail Address
-
3-5068<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY: This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of the interest, capabilities and qualifications of Service Disabled Veteran Owned Small Businesses (SDVOSB's), in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 16 has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property, and minor construction relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), for the following VISN 16 locations: VA Gulf Coast Veterans Health Care System (Biloxi, MS; Pensacola, FL; Eglin AFB, FL; Panama City, FL); G.V. (Sonny) Montgomery VA Medical Center (Jackson, MS); and the Southeast Louisiana Veterans Health Care System (New Orleans, LA; Reserve, LA; Hammond, LA). Any contracts awarded will cover work at all three medical centers and associated outpatient clinics. Separate contracts will not be awarded for each separate facility/location. The anticipated contracts will include a base year plus four (4) option years and will be awarded as Multiple Award Task Order Contracts (MATOC's). It is anticipated that there will be a minimum of eight (8) contracts awarded assuming sufficient qualified contractors submit proposals. Typical work includes, but is not limited to: interior and exterior renovations and alterations, electrical, plumbing, mechanical, heating and air-conditioning, HVAC Controls, fire suppression, intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt, paving, storm drainage, limited environmental remediation, construction of new facilities, demolition, surveys, and other related work. Projects will be design/bid/build from already completed designs, or projects including a statement of work and using the VA Master Construction Specifications (http://www.cfm.va.gov/TIL/spec.asp ) The VA anticipates awarding MATOC's in the following three categories: Category 1 - Task order amounts between $2,000.00 and $750,000.00 Category 2 - Task order amounts between $750,000.01 and $2,000,000.00 Category 3 - Task order amounts between $2,000,000.01 and $10,000,000.00 Potential SDVOSB contractors shall indicate in which category they wish to be considered. Contractors may indicate interest in one, two, or all three categories using the attached "Categories of Consideration". The value for each Task Order will be a minimum of $2,000 and maximum of $10,000,000. The total contract value will not exceed $50 million. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be individually priced and have its own wage determination. Task orders will be issued on a competitive basis. The Government reserves the right to issue additional solicitations and award construction contracts within the activities covered by the proposed MATOC contracts to contractors other than those awarded a contract under this solicitation. This is not a requirements contract. It is anticipated that this requirement will be procured in accordance with Federal Acquisition Regulation (FAR) Parts 15 & 36 and will utilize a Tradeoff strategy with Past Performance and Technical Capability being weighted equally and when combined will be considered significantly more important than price. The government expects this strategy to ensure that a Best Value Acquisition is obtained for this requirement. Limitations on Subcontracting: The prime contractor must perform at least 15% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB's for general construction-type procurements. For construction by special trade contractors, the prime contractor must perform at least 25% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB's. Prior Government work is not required for submitting a response under this sources sought notice. The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: NAICSSIZE STANDARD Commercial and Institutional Building Construction236220$33.5M Power and Communication Line and237130$33.5M Related Structures Construction Highway, Street, and Bridge Construction237310$33.5M Roofing Contractors238160$14.0M Electrical Contractors and Other Wiring Installation238210$14.0M Contractors Plumbing, Heating, and Air-Conditioning Contractors238220$14.0M Site Preparation Contractors238910$14.0M This notice is published as market research to determine if there are a sufficient number of SDVOSB's capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB a firm must be registered and verified as an SDVOSB in VetBiz at http://www.vip.vetbiz.gov/. All interested firms must be verified as SDVOSB's in VetBiz at the time of submission of a proposal in accordance with VAAR 804.1102 in order to be eligible. An active registration in SAM is also required. Registration is available at www.sam.gov. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1)Company name, address (to include any branch offices), point of contact with phone number, e-mail address, NAICS code(s), and DUNS number; (2)List of firm's experience in work performed of similar type and scope to include projects in progress and completed within the past 5 years. Specify work that was: (a) Between $2,000 and $750,000 (b) Between $750,000.01 and $2,000,000 (c) Between $2,000,000.01 and $10,000,000 Please include status as prime or subcontractor. Also include contract numbers, project titles, short project descriptions and dollar amounts; (3)Proof of registration in the VA VetBiz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4)Company's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars); and (5)Completed category of consideration form (attached); The response date to this Sources Sought notice is March 21, 2013, at 4:30 pm local (Biloxi) time. This market research is for informational and planning purposes only to determine if a SDVOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are required via Mark.Wesson@va.gov. Subject line relating to this sources sought must read "VA256-13-R-0560 - MATOC SOURCES SOUGHT RESPONSE". RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25613R0560/listing.html)
- Document(s)
- Attachment
- File Name: VA256-13-R-0560 VA256-13-R-0560.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653377&FileName=VA256-13-R-0560-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653377&FileName=VA256-13-R-0560-000.docx
- File Name: VA256-13-R-0560 Categories of Consideration.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653378&FileName=VA256-13-R-0560-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653378&FileName=VA256-13-R-0560-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-13-R-0560 VA256-13-R-0560.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653377&FileName=VA256-13-R-0560-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA GULF COAST VETERANS HEALTH CARE SYSTEM;400 VETERANS AVENUE;BILOXI, MS
- Zip Code: 39531
- Zip Code: 39531
- Record
- SN03008389-W 20130313/130311234026-be634deffbb63a3cbc7df052f66a4d9f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |