Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2019 SAM #6576
SOLICITATION NOTICE

Z -- CONSTRUCTION IDIQ 2020 - MICHIGAN - SPECIALTY TRADES

Notice Date
11/29/2019 5:37:29 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020R0004
 
Response Due
1/8/2020 8:59:59 PM
 
Archive Date
04/16/2020
 
Point of Contact
Scott D BrennanContract Specialist269-223-6075
 
E-Mail Address
scott.brennan2@va.gov
(scott.brennan2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 1 of 4Department of Veterans Affairs Network Contracting Office 10 (NCO 10)ALL SPECIALTY TRADES CONSTRUCTIONINDEFINITE DELIVERY INDEFINITE QUANTITY(IDIQ)MULTIPLE-AWARD TASK ORDER CONTRACTS (MATOC)MICHIGAN36C25020R0004DEPARTMENT OF VETERANS AFFAIRS - NETWORK CONTRACTING OFFICE 10 (NCO 10)Description: This Pre-Solicitation Notice is to inform potential offerors of our intent to advertise for the establishment of Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the construction, alteration, maintenance, and repair of buildings, structures, and or other real property per the definition of construction in FAR Part 2.101 at all VA Medical Facilities located in the State of Michigan (Ann Arbor, Battle Creek, Detroit, and Saginaw) at which awardees will be chosen on a competitive basis to perform construction services via issued Task Orders. The Government anticipates awarding an estimated 10 MATOC contracts to offerors whose proposals fully complies with the solicitation requirements and offer the best value to the Government.The Period of Performance for all contracts resulting from this solicitation will be for a duration of five (5) calendar years each. This acquisition is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) IAW Public Law 109-461. Only offers from VA Center for Verification and Evaluation verified SDVOSBs listed in the Vendor Information Pages (VIP) database at the time of proposal submission are eligible for consideration. Proposals from unverified SDVOSBs will be considered unacceptable and will receive no consideration. All potential offerors are also required to be registered in the System for Award Management (SAM) at the time of proposal submission. Proposals from unregistered offerors will be considered unacceptable and will receive no consideration. Point of Contact: Scott D. Brennan, Contracting Officer, (scott.brennan2@va.gov). Reference solicitation no. 36C25020R0004.An All Specialty Trades Indefinite Delivery-Indefinite Quantity (IDIQ) solicitation is scheduled for release on or about Jan 8, 2020. This is an estimated date only. The primary North American Industrial Classification System (NAICS) code assigned to this solicitation is 238990 All Other Specialty Trade Contractors but includes the entirety of the NAICS series 238 which includes 238110 Poured Concrete Foundation and Structure Contractors, 238120 Structural Steel and Precast Concrete Contractors, 238130 Framing Contractors, 238140 Masonry Contractors, 238150 Glass and Glazing Contractors, 238160 Roofing Contractors, 238170 Siding Contractors, 238190 Other Foundation, Structure, and Building Exterior Contractors, 238120 Electrical Contractors and Other Wiring Installation Contractors, 238220 Plumbing, Heating, and Air-Conditioning Contractors, 239290 Other Building Equipment Contractors, 238310 Drywall and Insulation Contractors, 238320 Painting and Wall Covering Contractors, 238330 Flooring Contractors, 238340 Tile and Terrazzo Contractors, 238350 Finish Carpentry Contractors, and 238390 Other Building Finishing Contractors, 238910 Site Preparation Contractors, The government anticipates awards to the maximum number of contractors as possible. The above cited NAICS codes each have a small business size standard of $16.5�million in average annual revenue. Task Orders will range from $400,000.00 to $10,000,000.00. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of the seed projects included with the solicitation. Prospective offerors must submit a written past performance and technical proposal, and a price proposal for the project(s) to be eligible for award. The seed project(s) will be used to evaluate the price proposal and portions of the technical proposal.The solicitation will be posted electronically to Contracting Opportunities located at https://www.beta.sam.gov. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation. A bidder's list will not be prepared nor distributed by the Contracting Officer. Offerors are advised that they are responsible for obtaining all solicitation documents including any issued amendments via the https://www.beta.sam.gov Contracting Opportunities website. No other site (bid clerk, Dow Jones, etc.) should be used to obtain this information.As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies.END OF NOTICE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bdf7ea247ca14a6d83504ed24722dac0/view)
 
Place of Performance
Address: INDIANAPOLIS, IN;FT. WAYNE, IN;MARION, IN 48602
Zip Code: 48602
 
Record
SN05505333-F 20191201/191204043903 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.