Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

Z -- VISN 1 Construction IDC

Notice Date
11/9/2022 8:00:05 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123R0009
 
Response Due
11/30/2022 11:00:00 AM
 
Archive Date
03/09/2023
 
Point of Contact
Heather M Libiszewski-Gallien, Heather Libiszewski-Gallien, Phone: 413-584-4040 ext 6386
 
E-Mail Address
heather.libiszewski-gallien@va.gov
(heather.libiszewski-gallien@va.gov)
 
Awardee
null
 
Description
**SOURCES SOUGHT NOTICE AMENDED TO ADDRESS THE FOLLOWING CHANGES HIGHLIGHTED IN YELLOW** Multiple Award Task Order Contract (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) for the Department of Veterans Affairs, Veterans Integrated Service Network (VISN 1), New England: THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking interested sources, 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), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB) and Small Businesses (SB). VISN 1 has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, roofing, site work, ventilation and air conditioning (HVAC), for the following VISN 1 VA Facilities: (1) VA Togus, Maine; (2) VA White River Junction, Vermont; (3) VA Manchester, New Hampshire; (4) VA Central Western MA, Northampton, Massachusetts; (5) Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA; (6) VA Boston Health Care System, MA, including the Brockton Campus, the Jamaica Plain Campus, and the West Roxbury Campus; (7) VA Providence, RI; (8) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus; (9) any Community Based Outpatient Clinics located within VISN 1; and (10) any other VA facility and/or location within the New England Healthcare System. The Network Contracting Office (NCO) 1 anticipates awarding approximately twenty (20) Construction IDIQ Contracts to cover the facilities with four (4) price categories and an anticipated ceiling of $100 million per award. 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. 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 MATOC will be a five-year contract. Each task order will have its own completion date established. Interested parties meeting the requirements of this notice must submit Attachment 1 selecting the areas of consideration, categories of interest, and the appropriate NAICS. In accordance with the Limitations on Subcontracting, the prime contractor shall 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 and at least 25% for specialty trades. Prior Government contract work is not required for submitting a response under this sources sought notice. The intent of the project is to award a MATOC via multiple-award IDIQ, multi-trade construction contracts. The projects will range from $2,000 to $10,000,000. The North American Industry Classification System (NAICS) codes for this acquisition include: 236220 General Construction Size Standard $39.5M 238220 Plumbing, Heating, and Air-Conditioning Contractors Size Standard $16.5M 237110 Water and Sewer Line and Related Structures Construction Size Standard $39.5M 238990 All Other Specialty Trade Contractors Size Standard $16.5M 237310 Highway, Street, and Bridge Construction Size Standard $39.5M 238210 Electrical Contractors and Other Wiring Installation Contractors Size Standard $16.5M 238160 Roofing Contractors Size Standard $16.5M 238910 Site Preparation Contractors Size Standard $16.5M Interested parties responding to this sources sought request shall submit the following information: (1) Company name and address, point of contact with phone number, and Unique Entity Identifier (UEI); (2) A positive statement of your intention to submit a proposal for evaluation when the solicitation is posted; (3) Documentation relating to capability of performance of multiple multi-trade construction projects (including references with current point of contact and phone number); (4) Company s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company; (5) Complete Attachment 1 with areas of interest, categories, and discipline; and (6) Any other pertinent company documentation. NCO 1 looks forward to interest of well-qualified new entrants to contracting with the Veterans Health Administration including the interest of SB and WOSB contractors and especially responses from CVE SDVOSB/VOSB Firms. This notice is published to conduct market research to determine if there is a sufficient number of verified SDVOSB s, VOSB s, WOSB s and SB s capable of performing the requirements. All information must be submitted in sufficient detail for a decision to be made on the appropriate set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered under the applicable NAICS in VetBiz. Registration may be accomplished at https://www.vetbiz.va.gov/. Additionally, all interested firms must have an active registration in SAM at www.sam.gov. ADD: The SBA Small Business Mentor-Protégé Program applies to this requirement. Prospective offerors are encouraged to seek assistance from their Procurement Technical Assistance Center regarding the SBA Small Business Mentor Protégé Program within the framework of a Joint Venture Agreement. The JV itself and the members of the JV shall be registered in SAM.gov at time of submission of the offer and throughout the performance of the contract. Members of the JV (i.e., parties to the JV) shall be registered and listed as mentor and protégé, respectively, in the SBA Mentor-Protégé Program (SBA MPP) database at time of submission of the offer. 13 CFR 125.9. (https://www.sba.gov/mpp) Failure to submit all information requested will result in a contractor not being considered as an interested concern. If adequate interest is not received by 2:00 p.m. local time on 11/30/2022, this action will not be set-aside for SDVOSBs, VOSBs, WOSBs, or SB firms. Interested firms must reply via e-mail to Heather.Libiszewski-Gallien@va.gov. Subject line relating to this sources sought must read 36C24123R0009 MATOC SOURCES SOUGHT RESPONSE . DISCLAIMER This sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government will not pay any costs for responses submitted. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms who fail to provide ALL of the required information will not be used to make the acquisition decision, which is the intent of this announcement. For planning purposes, the Government intends to publish a solicitation for this requirement on or about March 1, 2023. The official synopsis citing the solicitation number will be issued on SAM under Contract Opportunities on www.sam.gov and firms should register electronically to receive a copy of the solicitation when it is issued. ATTACHMENT 1 AREAS OF CONSIDERATION MATOC FOR VISN 1 (New England) SOURCES SOUGHT NOTICE ATTACHMENT NOTE: INTERESTED PARTIES MUST INDICATE AREAS OF CONSIDERATION, CATEGORY, AND DISCIPLINE BELOW AND RETURN BY NOVEMBER 30, 2022 at 2:00 pm. LOCATIONS INTERESTED IN CONSIDERATION VA Medical Center Providence 830 Chalkstone Avenue Providence, RI 02908 ( ) Interested in Consideration for this location VA CT Healthcare System includes the following locations: West Haven Campus 950 Campbell Avenue West Haven, CT 06516 Newington Campus 555 Willard Street Newington, CT 06111 ( ) Interested in Consideration for this location VA Medical Center White River Junction 215 North Main Street White River Junction, VT 05011 ( ) Interested in Consideration for this location VA Medical Center Manchester 718 Smyth Road Manchester, NH 03104 ( ) Interested in Consideration for this location VA Medical Center Togus 1 VA Center Augusta, ME 04330 ( ) Interested in Consideration for this location VA Medical Center Bedford 200 Springs Road Bedford, MA 01730 ( ) Interested in Consideration for this location VA Central Western Massachusetts 421 North Main Street Leeds, MA 01053 ( ) Interested in Consideration for this location VA Boston Healthcare System includes the following locations: Brockton Campus 940 Belmont Street Brockton, MA 02301 Jamaica Plain Campus 150 South Huntington Avenue Jamaica Plain, MA 02130 West Roxbury Campus 1400 VFW Parkway West Roxbury, MA 02132 ( ) Interested in Consideration for this location Price Category (per task order award, may select more than one): REMOVE: ( ) CAT I $2,000-$500,000 REPLACE WITH: ( ) CAT I $2,000-$250,000 REMOVE: ( ) CAT II - $500,001 to $1,000,000 REPLACE WITH: ( ) CAT II - $250,001 to $1,000,000 ( ) CAT III - $1,000,001 to $5,000,000 ( ) CAT IV - $5,000,001 to $10,000,000 Disciplines: REMOVE: Potential firms will only be considered under one discipline and must select the most appropriate NAICS according to their experience. REPLACE WITH: Potential firms are encouraged to select the appropriate NAICS according to their experience under the scope of this IDIQ. ( ) NAICS 236220 General Construction Size Standard $39.5M ( ) NAICS 238220 Plumbing, Heating, and Air-Conditioning Contractors Size Standard $16.5M ( ) NAICS 237110 Water and Sewer Line and Related Structures Construction Size Standard $39.5M ( ) NAICS 238990 All Other Specialty Trade Contractors Size Standard $16.5M ( ) NAICS 237310 Highway, Street, and Bridge Construction Size Standard $39.5M ( ) NAICS 238210 Electrical Contractors and Other Wiring Installation Contractors Size Standard $16.5M ( ) NAICS 238160 Roofing Contractors Size Standard $16.5M ( ) NAICS 238910 Site Preparation Contractors Size Standard $16.5M
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4df195fc0f44c8f9c8b0125039e7841/view)
 
Place of Performance
Address: VISN 1 New England Healthcare System
 
Record
SN06514324-F 20221111/221109230115 (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.