SOLICITATION NOTICE
Y -- NCO17 Central Texas Construction MATOC
- Notice Date
- 4/5/2024 7:02:41 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25723R0013
- Response Due
- 6/17/2024 1:00:00 PM
- Archive Date
- 09/15/2024
- Point of Contact
- Horacio Fernandez, Senior Contract Specialist, Phone: (915) 217-1238, Fax: (254) 421-4096
- E-Mail Address
-
Horacio.Fernandez@va.gov
(Horacio.Fernandez@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING. A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT APRIL 24, 2024. PROPOSALS ARE ANTICIPATED TO BE DUE ON OR ABOUT JUNE 17, 2024. Title: Indefinite Delivery/Indefinite Quantity (IDIQ) for a new Central Texas Region Construction Multiple-Award Task Order Contract (MATOC). DESCRIPTION: THIS ACQUISITION IS FOR A FIRM-FIXED PRICE (FFP) IDIQ FOR AWARDING CONSTRUCTION PROJECTS AT ANY OF ITS FACILITIES. The Veterans Network Contracting Office (NCO) 17, is procuring Construction Services from construction firms capable of providing multiple-discipline construction services on an as-needed basis for varying construction services. This requirement will be a multiple award IDIQ contract. This Central Texas Region MATOC will include requirements for the Veteran Affairs Health Care Systems (VAHCS) under Central Texas, North Texas, South Texas, and Valley Coastal Bend. NCO 17 is comprised of facilities that include Bonham, Dallas, Waco, Temple, San Antonio, Kerrville, and Harlingen, in addition to multiple community-based outpatient clinics. The MATOC will require contractors to furnish all labor, materials, equipment, and expert supervision needed to accomplish the work in accordance with the Description/Specifications/Statement of Work provided with each task order under the assigned NAICS code. Task Orders will vary in size and dollar amounts. Task Orders (TO) shall include, but are not limited to general construction categories which include maintenance, repair, alteration, 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. Work may involve some or all the above elements of work. This requirement consists of establishing a MATOC resulting the award of two (2) or more Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts with each IDIQ contract having a base period of five years. These awardees will then be eligible to submit proposals in response to solicitations issued to the MATOC contractors. General construction requirements are delineated in the project specifications for the IDIQ contract and supplemented by individual task orders. The contractors shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW) and task order specific SOWs, specifications, and project drawings except as may otherwise be specified. The period of performance for the MATOC IDIQ contract will have a three-year base period. The total guaranteed minimum quantity of service that the Government will acquire under the IDIQ contract is $2,000.00, which also represents a bona fide need of the current fiscal year. The guaranteed minimum award amount is for the entire contract duration. Firm fixed price task orders (TO) will be negotiated for this contract. The MATOC TOs shall have a minimum value of $2,000.00 and a maximum value of $20,000,000.00 and no dollar limit per year up to a cumulative (all IDIQs inclusive) maximum of $500,000,000.00 for the entire MATOC IDIQ contract term. Task orders shall have defined periods of performance. Funded TOs shall have a separate Notice to Proceed (NTP) issued to commence construction activities. The solicitation seed project requirement s details will be detailed in the seed project s SOW. Briefly, the requirement is for renovating Building 71 for Mental Health at the Dallas, TX VA Medical Center. Further the contractor shall provide: Site investigation assess property for demolition, civil work, mechanical work, electrical work, grading, excavation, layout planning, construction. Convert approximately 12,000+ sq. ft. in sections A, C, and D in building 71 into Veteran Service Organization (VSO) ready areas. The section 71A will be occupied by Mental health, section 71C-A will be Hotdesking, 71C-B by Texas Veteran Commission (TVC) and building 71D by Disabled American Veterans (DAV). Section 71B called Methadone is not part of scope of work. The building is experiencing different water penetration issues both from underground and from the roof. The project shall be done in phasing, as the Mental Healthcare personnel working in section 71A will still occupy the building during the construction. The existing flat roof over 71B will be removed and replaced with a pitched roof. The pitched roof will comprise of wood trusses spanning between the existing load bearing walls. The new roof will be enclosed with plywood. The valleys between the existing roofs and the new roof are framed to provide slope for drainage. The existing load bearing walls are used to support the new roof trusses. This acquisition will be conducted utilizing price past performance tradeoff (PPTO), where there is a tradeoff between price and past performance factors and will allow the Government to accept other than the lowest priced proposal. Past Performance is significantly more important than price. For the Central Texas Region MATOC, the Lowest Priced, Highest Past Performance (PPTO) Rated Offerors will determine the best value basis for contract awards. PPTO will achieve the objective of awarding contracts to General Contractors with the capability to provide multi-discipline design and construction services on an as-needed basis. A FAR Part 36 requirement will be used for pricing that meets the minimum requirements of the SOW for the seed project. The Government intends to award two (2) or more but not-to-exceed 15 IDIQ contract(s) to offeror(s) that provide a complete proposal pursuant to the preparation requirements set forth in the narrative instructions, and which are responsive to the evaluation factors established in the RFP. Any offeror who does not meet the standards set in this solicitation, will be eliminated from consideration. The Government reserves the right to award a contract without discussions. The Government will post the solicitation and all subsequent amendments to the Government-Wide Point of Entry (GPE) System for Award Management (SAM) Web Site https://sam.gov/content/home. It is the Offeror s responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information and/or how to register visit the following web site: https://sam.gov/content/entity-registration. The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45M. The Federal Supply Code (FSC): Y1DA Construction of Hospitals and Infirmaries. The magnitude of this project is between $2,000,000 and $5,000,000 in accordance with (IAW) Veterans Affairs Acquisition Regulations. This project will be 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, as stated below. The POC for this project will be Horacio Fernandez. He can be contacted via email at Horacio.Fernandez@va.gov. Important Notice: Apparent successful proposals must apply for and receive verification from https://veterans.certify.sba.gov/ (and see https://www.sba.gov/brand/assets/sba/resource-partners/Preparing-for-certification-VetCertFactSheet-508c.pdf) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership, and control sufficient to establish appropriate status, offerors must be VERIFIED by the Department of Veteran Affairs within VetCert. Failure to be VERIFIED within VetCert prior to submission of offer will result in the offeror s proposal being deemed non-responsive. All offerors are urged to review the requirements per the two hyperlinks above in obtaining verification of their SDVOSB status if they have not done so already.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0de5db87fe234ad2a2cc82501a6ef086/view)
- Place of Performance
- Address: 4500 S. Lancaster Rd Building 71 Dallas VA Medical Center, Dallas, TX 75216, USA
- Zip Code: 75216
- Country: USA
- Zip Code: 75216
- Record
- SN07021725-F 20240407/240405230048 (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 |