Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2010 FBO #3267
SOURCES SOUGHT

Z -- MATOC FOR RI, CT, AND NY

Notice Date
11/2/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VISN 1 Contracting;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24111RI0082
 
Response Due
11/12/2010
 
Archive Date
2/10/2011
 
Point of Contact
Jodi Ruggiero/Mike Corriveault
 
E-Mail Address
Contracting Officer
(judith.ruggiero@va.gov)
 
Small Business Set-Aside
N/A
 
Description
MATOC FOR RI, CT, AND NY. THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking information from industry, 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) and/or Veteran Owned Small Businesses (VOSB) in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 and 3 have 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 1 VA Facilities: VAMC Providence, RI and VA Connecticut Health Care System facilities located in West Haven and Newington, CT and the following VISN 3 facilities: VAMC Bronx, NY; VAMC Northport, NY; VA New York Harbor Healthcare System incorporating facilities in Brooklyn, NY, Jamaica, NY, and New York, NY; VA Hudson Valley Healthcare System incorporating facilities in Castle Point, NY, and Montrose, NY; and VA New Jersey Healthcare System incorporating facilities in East Orange, NJ and Lyons, NJ. Interested parties meeting the requirements of this notice should submit the attached area of consideration with their response. Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The intent of the project is to award Multiple Award Task Order Contracts (MATOC) via multiple-award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts to include the areas identified above. The types of work to be performed will be Building and Heavy Construction, which includes General Construction. This will include General Construction. General building construction contractors have a size standard of $33.5 million in average annual receipts. 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 Multi-Award Task Order Contract (MATOC) may be a two-year Base Period from date of award, with three (3) one (1) year options to extend. Each task order will have its own completion date established. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. Registration may be accomplished at http://www.vip.vetbiz.gov/. All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in CCR to be eligible for award of Government contracts. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of multiple multi-trade construction projects (including references with current point of contact and phone number); (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or intention of registration prior to submission of offers to a solicitation; (4) Company's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company documentation; (5) completed area of consideration form; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is November 12, 2010 at 4:00 pm. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Judith.Ruggiero@va.gov or Michael.Corriveault@va.gov. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24111RI0082/listing.html)
 
Place of Performance
Address: See Description
Zip Code: 02908
 
Record
SN02320695-W 20101104/101102234012-fa865ea739e8a0390ba1b62a387f8894 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.