Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2017 FBO #5564
DOCUMENT

Y -- VISN 5 CONSTRUCTION MULTIPLE AWARD TASK ORDER CONTRACT 2017 $1,000,000 - $10,000,000 AKA:MATOC ONE - Attachment

Notice Date
2/14/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 26;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24517R0041
 
Response Due
4/1/2017
 
Archive Date
4/11/2017
 
Point of Contact
Bryan J. Burgee
 
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 interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN)/Network Contracting Office (NCO) 5 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 facilities located in VISN/NCO 5, that includes Maryland, West Virginia and Washington, D.C. Interested parties meeting the requirements of this notice should submit the attached area of consideration with their response. Limitations on subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The intent of the project is to award Multiple Award Task Order Contracts (MATOC) via multiple-award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts to include the areas identified above. The types of work to be performed will be Building and Heavy Construction, which includes General Construction. General building construction contractors have a size standard of $33.5  million in average annual receipts; the applicable NAICS code is 236220.   The resulting contracts will not have fixed unit costs. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects valued between $1,000,000.00 (minimum task order) and $10,000,000.00 (maximum task order). Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. The term of the IDIQ Multi-Award Task Order Contract (MATOC) will be a one-year base period from date of award, with four (4) one (1) year options to extend. Each task order will have its own period of performance established. This notice is published to conduct market research to determine if there is a sufficient number of verified Service Disabled Veteran Owned Small Businesses (SDVOSB) capable of performing the requirements. In order to be eligible as an SDVOSB, a firm must be registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov/. Additionally, all interested firms must be verified by the Center for Veteran Enterprises upon submission of a proposal in accordance with VAAR 804.1102 in order to be eligible. An active registration in System for Award Management (SAM) is also required. Registration is available at www.sam.gov. For planning purposes, the Government intends to publish a solicitation for this requirement on or about April 1, 2017. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of multiple multi-trade construction projects between $1,000,000.00 and $10,000,000.00; (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4) Company s Bonding Capability (construction bonding level per task order/single project of $10,000,000.00 and aggregate construction bonding level of $15,000,000.00 or more, both expressed in dollars) via letterhead from bonding company; (5) completed area of consideration form. The response date to this Sources Sought Notice is February 24, 2017, at 2:00 pm. This market research is for informational and planning purposes only to determine if sufficient numbers of SDVOSB have the capability to obtain $10,000,000.00 per project/task order bonding capacity. The Government will not pay any costs for responses submitted. Electronic submissions are required via bryan.burgee@va.gov. Subject line relating to this sources sought must read VA-245-17-I-0041 MATOC SOURCES SOUGHT RESPONSE. Should any firms interested in responding to this solicitation not be able to open the attachment for the area of consideration, please send an email to bryan.burgee@va.gov subject title must read Send area of consideration MATOC. 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. Information is due NLT 24 February 2017 at 2 pm ET LOCATIONS INTERESTED IN CONSIDERATION VA Maryland Health Care System-includes: VA Medical Center, Perry Point, MD 21902 10 N. Greene St, Baltimore, MD 21201 3900 Loch Raven Boulevard, Baltimore, MD 21218 *to include any other facility supported by VA Maryland Health Care System ( ) Interested in Consideration for this location VA Washington, D.C. Healthcare System includes: 50 Irving St NW, Washington, DC 20422 *to include any other facility supported by the aforementioned in the Washington DC area ( ) Interested in Consideration for this location VA West Virginia Medical Centers- includes: 1 Med Center Dr, Clarksburg, WV 26301 510 Butler Ave, Martinsburg, WV 25405 200 Veterans Ave, Beckley, WV 25801 1540 Spring Valley Dr, Huntington, WV 25704 *to include any other facility supported by the aforementioned medical centers ( ) Interested in Consideration for this location
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24517R0041/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-17-R-0041 VA245-17-R-0041_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3275381&FileName=VA245-17-R-0041-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3275381&FileName=VA245-17-R-0041-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04401674-W 20170216/170214234348-79c436c08ce393fc1b36f4b6125cebb9 (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.