Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
DOCUMENT

Z -- 695-15-114, MATOC IDIQ - $50M Max Clement J. Zablocki VAMC, MILW WI - Attachment

Notice Date
9/24/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D14R1864
 
Archive Date
1/1/2016
 
Point of Contact
Travis Sharp, Contract Specialist
 
E-Mail Address
NCO-12 GLAC Construction Contracting Office
(travis.sharp@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE: The Clement J. Zablocki VA Medical Center in Milwaukee, WI has a need for multiple award task order contracts (MATOC) for construction. The MATOC will be a five (5) year base contract with zero (0) option periods. The VA plans to award multiple indefinite-delivery indefinite-quantity (IDIQ) multi-trade contracts for maintenance, repair and new construction with task orders ranging in value from $2,000 to $2,000,000. The maximum net value of all task orders and modifications issued to a single contractor under this MATOC shall not exceed $9 Million. The net aggregate value of funding for all task orders and modifications issued against the MATOC shall not exceed $10 Million. The facilities covered by the resultant contracts are located at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The VA anticipates a minimum of two (2) IDIQ contract awards and shall reserve the right to make additional IDIQ contract awards as the Contracting Officer deems to be in the best interest of the Government. The type of work included in task orders may consist of multiple disciplines of construction, and shall include but not be limited to the following categories of work: construction, repair and alteration of facilities, interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, painting, storm drainage, limited environmental remediation, concrete and asphalt paving, demolition of facilities, construction of new facilities, and other construction-related work. As requirements are defined, task order solicitations will be competitively issued to all selected MATOC contractors. All selected MATOC contractors will be given an opportunity to bid or propose on any task order. The contract terms will also allow contractors to opt out of any task order solicitation by providing a no bid or no proposal notice to Government by the date and time specified for receipt of bids or proposals. The NAICS code for this procurement is 236220 with a size standard of $36.5 million dollars. The construction price range for the SEED project that shall be included in each contractor's MATOC proposal is between $100,000 and $250,000. Contractors will be required under the contract to have a minimum bonding capacity of $1,000,000 annually for the life of the contract. Pursuant to Public Law 109-461, Solicitation VA69D-14-R-1864 will be issued as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-aside. In order to be considered for award, the contractor shall be CVE-Verified as an SDVOSB vendor in https://www.vip.vetbiz.gov by the date and time specified for receipt of proposals. No other sources will be considered. All interested parties shall have a current registration and current annual On-line Representation and Certifications Application (ORCA) in the System Award Management (SAM) database https://www.sam.gov prior to award. This Pre-Solicitation notice is NOT a request for proposals or submittals of any kind. The VA plans to issue the official solicitation VA69D-14-R-1864 on or about 10/13/2015. The solicitation will be posted to https://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14R1864/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-14-R-1864 VA69D-14-R-1864_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338364&FileName=VA69D-14-R-1864-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2338364&FileName=VA69D-14-R-1864-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Clement J. Zablocki VA Medical Center;5000 W. National Ave.;Milwaukee, WI
Zip Code: 53295-0001
 
Record
SN03901954-W 20150926/150924235550-60896c5338ccb060861ec6e6d0ff5401 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.