Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

Z -- MATOC over $500K AR Region (FAV 564, LR, NLR 598) includes seed project 598-18-107 North Little Rock

Notice Date
7/20/2020 5:41:12 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
36C25620R0052
 
Response Due
8/18/2020 12:00:00 PM
 
Archive Date
11/16/2020
 
Point of Contact
Melanie Hawley, Contracting Officer, Phone: 228-523-5069
 
E-Mail Address
Melanie.Hawley@va.gov
(Melanie.Hawley@va.gov)
 
Awardee
null
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY: This announcement is to provide an update to a previous released Sources Sought Notice. 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 notify potential Service-Disabled Veteran-Owned Small Businesses (SDVOSB s), in accordance with the requirements of Public Law 109-461 of this requirement. The Department of Veterans Affairs has a requirement for general contractors to perform non-recurring maintenance, repair and construction services (including new construction) for the following VISN 16 locations: Central Arkansas Veterans Healthcare System Eugene J. Towbin Healthcare Center (referred to as NLR), Central Arkansas Veterans Healthcare System John L. McClellan Memorial Veterans Hospital (referred to as LR), and Veterans Health Care System of the Ozarks (referred to as FAV). Any contracts awarded will cover work at these three medical centers. 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. There is a seed project (Construct Inpatient Dialysis for NLR) that is included with this requirement and will be awarded using FAR 15.101-1. This will also require a bid bond. A site-visit is planned for and the information will be provided with actual solicitation. Tentative date is 19 August, there will be no one set time, as times will be assigned the day prior to those that RSVP. 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. 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 a SDVOSB, a firm must be registered and verified as a 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. This includes Joint Ventures. An active registration in SAM is also required. Registration is available at www.sam.gov. Again, includes Joint Ventures. The official Solicitation citing this same solicitation number 36C25620R0052 will be issued on or shortly after 11 August 2020 on Beta.SAM.gov- Contract Opportunities https://fbohome.sam.gov formerly Federal Business Opportunities www.fbo.gov. The Contract Specialist and point of contact is Renardo.Hollowell@va.gov and the awarding CO is Melanie.Hawley@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ceff01c8e48642dfb8e8d0b62019b227/view)
 
Place of Performance
Address: Fayetteville Little Rock North Little Rock, North Little Rock 72114, USA
Zip Code: 72114
Country: USA
 
Record
SN05726387-F 20200722/200720230148 (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.