Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Robley Rex VA Medical Center Louisville, KY

Notice Date
1/12/2021 1:56:03 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24921R0055
 
Response Due
1/27/2021 7:00:00 AM
 
Archive Date
04/27/2021
 
Point of Contact
Matthew R. Whisman, Contract Specialist, Phone: 859-281-3883
 
E-Mail Address
matthew.whisman@va.gov
(matthew.whisman@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
NOTE This PRE-SOL Notice replaces the previously issued PRE-SOL Notice, 36C24919R0133, that was published on 4-19-2019 and did not result in a solicitation or award. The Department of Veterans Affairs (DVA), Robley Rex (Louisville) VA Medical Center has a continuing requirement for construction period services for Non-Reoccurring Maintenance (NRM) projects, and other construction projects related to facility improvements, alterations and repairs of buildings, structures and other real property. The resulting Multiple Award Task Order Contract (MATOC) is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will have task orders issued that vary in scope and magnitude of the work involved, which shall include but is not limited to such trades as mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork, carpentry, concrete, roofing, site work, excavation, interior renovation, carpet-window and door installation, electrical, steam fitting, plumbing, exterior and interior painting, plaster/stucco, demolition, masonry or metal stud and sheetrock work, installation of acoustical ceilings and light fixtures, HVAC installation and flooring installation and repairs. Work may involve some or all of the above elements of work. NAICS Code 236220 is applicable to this requirement. The Small Business size standard is $39.5M. While the primary NAICS code is 236220, other NAICS codes applicable to task orders to be issued under the MATOC are as follows: 236110, 237110, 237990, 238110, 238120, 238140, 238150, 238160, 238170, 238190, 238210, 238220, 238290, 238310, 238320, 238330, 238340, 238350, 238390, 238910 and 238990. This acquisition will be conducted in accordance with FAR 15.101-1, Tradeoff Source Selection Process, which will result in up to six (6) firm-fixed price MATOC contracts. The government will consider prices, other non-cost factors/sub-factors and past performance as the basis for selecting awardees. The terms of the MATOC contracts will be for one (1) base year period, and four (4) one-year option periods. Subsequent individual task orders will be competed amongst other MATOC contract awardees. Individual Task Orders will include work requirements, specifications, and drawings for that project. This solicitation will be a 100% Set-Aside for Service-Disabled Veteran Owned Small Businesses. To be eligible for award, at the time which offers are due and delivered to the Contracting Officer, the offeror must be listed and viewable in the Vendor Information Pages in the VetBiz registry at https://www.vip.vetbiz.va.gov/. The Vendor Information Pages will be checked at the time of receipt of all offers, as well as prior to award. In addition, offerors are further advised that compliance with VAAR 852.219-10 shall be enforced and monitored to ensure that the minimum self-performance requirements are being met by the SDVOSB contractor. Prospective offerors must also be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://www.sam.gov/SAM/. No telephone or email requests regarding this announcement will be responded to. Prospective offerors shall be located, either by virtue of their main office or a satellite operation base, within an area permitting a maximum of a four (4) hour response time to the Robley Rex (Louisville) VA Medical Center. Said office or satellite base must be operational at contract award and throughout the duration of the contract and shall be open for business from 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. The solicitation will be available for download in late January or early February of 2021. VA will not maintain a manual list of interested firms. It is the prospective offeror's responsibility to monitor this site for the release of any changes or updates to this solicitation announcement. NOTE Though this PRE-SOL notice states a Response Date/Time, responses are not required. This is simply a PRE-SOL notice to alert all interested parties that a formal solicitation will be issued which is planned to be posted late January or early February of 2021. Responses are not required for this notice. END OF PRE-SOL NOTICE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba2ccd30e0824ca9a86de2fa4414a1a1/view)
 
Place of Performance
Address: Department of Veterans Affairs Robley Rex VA Medical Center 800 Zorn Avenue, Louisville 40206, VIR
Zip Code: 40206
Country: VIR
 
Record
SN05890086-F 20210114/210112230109 (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  © 1994-2020, Loren Data Corp.