Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

Z -- Construction MATOC - above $500K - MS Region (Biloxi 520 and Jackson 586)

Notice Date
5/15/2020 7:11:49 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620R0034
 
Response Due
6/16/2020 12:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Melanie Hawley- Contracting Officer
 
E-Mail Address
Melanie.Hawley@va.gov
(Melanie.Hawley@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS AN AMENDED PRESOLICITATION NOTICE ONLY: This announcement is to provide SITE VISIT/Preproposal conference information. A SITE-VISIT IS SCHEDULED FOR 21 MAY 2020 starting at 9 AM CENTRAL. Please RSVP to Melanie.Hawley@va.gov by NLT noon (Central time) On 20 May 2020. Time slots will be filled by who responds first, second, and so forth. Attachment 1 is a site map being used to show the project and indicates how the engineering staff will shuttle small groups at a time. This is to meet CDC safe distancing rules due to COVID. Depending on the responses, will depend on whether or not we can accommodate one or two members of each potential contractor. Shuttling will start at 9 am and run on the hour. Contractors will be required to go through the screening process that Police Services will direct you to. Contractors will be required to bring and wear their own masks. If sick, contractors are mandated not to attend. Contractors should allow at least 30 minutes to be screened. VA staff will ask you a series of questions. Depending on those answers will determine if you are screened further or given the go to proceed. Contractors will meet Engineering Staff outside Building 10 which is located inside the fenced in compound. Parking is not restricted. The Contracting Officer will be in attendance. The contractors will be reminded that all questions will have to be submitted in writing. More guidance will be provided by email after receiving RSVPs. The site visit is being provided for the seed project that will be included with the MATOC solicitation that is soon to be issued. The project number is 520-19-117 and is to Repair Water Supply for Gulf Coast Veterans Health Care System, Biloxi, Mississippi. Below is some information for this project: The seed project task order will be awarded using FAR 15.101-1. This will also require a bid bond. Description from Scope of Work: Furnish all labor, tools, materials, equipment, subcontractors and supervision necessary to perform all work described in the contract documents for replacement of main water distribution piping and other described work for Project No. 520-19-117, Repair Water Supply, Gulf Coast Veterans Health Care System, Biloxi, Mississippi. All work shall be completed within 365-calendar days after Notice to Proceed is received and signed by the awarded Contractor. Project overview: This scope of work is provided as an overview of the project to make certain upgrades to the water system serving the Biloxi VA Medical Center. The contract documents consist of drawings, construction details and bound specifications. This information is to be the source of information for basis of bid and not this general scope of work. The work in general is to install new and or replace various sizes of water line by either open trench method or by directional boring. Other work consists of but is not limited to replacing fire hydrants, post indicator valves, water valves, backflow preventers, powering of pumps/controls and valve assemblies, chlorine monitoring type equipment and other types of construction work typical to utility infrastructure improvements. Other work incidental to the pipe installation includes but is not limited to removal of existing structures, alterations, general construction of roads, sidewalks, grading and drainage. Contractors are reminded that they will be required to provide a price proposal for this project in order to be eligible for the MS Region MATOC. REMINDER: This notice is published only to provide an update for SDVOSB s as this is a total 100% SDVOSB 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 804.1103-70 in order to be eligible. An active registration in SAM is also required. Registration is available at www.sam.gov. The official Solicitation citing this same solicitation number 36C25620R0034 will be issued shortly after 14 May 2020 (possibly the 18th) on Beta.SAM.gov- Contract Opportunities https://fbohome.sam.gov formerly Federal Business Opportunities www.fbo.gov. The eight (8) current MATOC over $500K contracts expired 29 February 2020. The Contract Specialist and point of contact is Charles.Powell2@va.gov and the awarding CO is Melanie.Hawley@va.gov. Remainder is from previous notice: 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: Gulf Coast Veterans Health Care System (Biloxi, MS; Pensacola, FL; Eglin AFB, FL; Panama City, FL) and G.V. (Sonny) Montgomery VA Medical Center (Jackson, MS). (NOTE: LA facilities have been removed and will be procured via a separate solicitation). Any contracts awarded will cover work at these two medical centers and associated outpatient clinics. Separate contracts will not be awarded for each separate facility/location. One pool of contractors will be selected for award. The anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be five-year firm and will be awarded as Multiple Award Task Order Contracts (MATOC s) using FAR 15.101-1. It is anticipated that there will be a minimum of six (6) to 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 value for each subsequent individual Task Orders will be a minimum of $500,000.00* and maximum of $15,000,000. Each awarded contract value will not exceed $45 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 among the MATOC holders only and the VA reserves the right to add Technical and Past Performance on more complex projects, but price only is the preferred method for evaluation. Guaranteed minimum is $2,000.00. Limitations on Subcontracting: The prime contractor must perform at least 15% of the cost of the contract (on-site) 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. The applicable North American Industrial Classification System (NAICS) primary code is 236220 Commercial and Institutional Building Construction and Size Standard is $36.5M; but not limited to and the following may also be used: Power and Communication Line and Related Structures Construction 237130, Highway, Street, and Bridge Construction 237310, Roofing Contractors 238160, Electrical Contractors and Other Wiring Installation Contractors 238210, Plumbing, Heating, and Air-Conditioning Contractors 238220, Site Preparation Contractors 238910.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d343d82281d7494090e4ce0752b1d82f/view)
 
Place of Performance
Address: Site Visit - GCVHCS - Biloxi;400 Veterans Ave;Biloxi;MS 39531, USA
Zip Code: 39531
Country: USA
 
Record
SN05659262-F 20200517/200516071016 (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.