DOCUMENT
Z -- VISN 15 MATOC - Attachment
- Notice Date
- 2/28/2011
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;LEAVENWORTH KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25511RI0256
- Archive Date
- 5/29/2011
- Point of Contact
- DAVID P. HOLDEN
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT to determine the availability of small business firms for a possible small business category type set-aside for Construction Services. The Department of Veteran Affairs VISN 15 is conducting market research to determine potential sources having the skills, capabilities, experience and bonding to perform the described work. No award will be made from this Sources Sought. No solicitation, specifications, or drawings are available; therefore, do not request a copy of a solicitation. All responses will be used to determine the appropriate acquisition strategy for a anticipated future acquisition. Particularly, the purpose of this notice is to gain knowledge of potential small business sources to include small business such as in the following categories: Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB). This market research is for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the Department of Veterans Affairs. The MATOC will provide services to VISN 15 for the nine different medical centers in eight different locations. The eight locations consist of: Columbia, MO; Kansas City, MO; Wichita, KS; Topeka, KS; Leavenworth, KS; St. Louis, MO (two medical centers); Marion, IL; and Popular Bluff, MO. The MATOC is for construction, alterations, and repair of buildings, structures and other real property throughout the VISN 15. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, and other related work. The North American Industry Classification Code (NAICS) is 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $33.5 million. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies 24/7, routine response times will be outlined in each individual RFQ's for the specific task orders. Firms must have an established bona-fide working office within a 150 mile radius of one of VISN 15's medical facilities, due to the emergency response time. The intent is to award ten plus/minus Multiple Task Order Contracts for a period of one (1) calendar year, and possibly four one-year option periods. Task Orders will range from $2,000.00 to $9,999,999.00. The total dollar magnitude of individual task orders placed against any individual contract shall not exceed $50,000,000.00 for the life of that contract. TYPES OF CONSTRUCTION TASK ORDERS (Any combination may be used): (Consummate Design Effort Required): MATOC contractor shall be provided a previously accomplished preliminary/intermediate design effort (e.g. Level I - Schematic or Level II - design development, Ref. VA document PG-18-15, Volume E, http://www.cfm.va.gov/contract/aedesSubReq.asp ) including available drawings, specifications, and/or design analysis etc. which is to be further developed into a 95% / 100% final design effort. Upon completion of design, and upon acceptance by the Government, construction execution shall commence and be completed in accordance with contract requirements. (Construction Effort Only): MATOC contractor shall be provided a 100% completed design document (drawings and specifications) to initiate and complete construction execution in accordance with contract requirements. Capability Statement: The following requests are designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years in this location area - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The determination of acquisition strategy for this acquisition lies solely with the government. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with a Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Department of Veteran Affairs in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to beconstrued as a commitment by the Government nor will the Government pay or information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Service Disabled Veteran Owned, Veteran Owned, or all Small Business firms. All interested contractors should notify this office via email by 4:00 PM Central Standard time on March 14, 2011. Responses must include the sources sought number and title in the subject line of their email response. Submit response and information to: David P. Holden David.Holden@va.gov VISN 15 Contracting Department of Veteran Affairs Leavenworth, Kansas 66048
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25511RI0256/listing.html)
- Document(s)
- Attachment
- File Name: VA-255-11-RI-0256 VA-255-11-RI-0256.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=179132&FileName=VA-255-11-RI-0256-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=179132&FileName=VA-255-11-RI-0256-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-255-11-RI-0256 VA-255-11-RI-0256.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=179132&FileName=VA-255-11-RI-0256-000.doc)
- Place of Performance
- Address: VISN 15 MEDICAL FACILITIES;4101 S. 4TH STREET TRAFFICWAY;LEAVENWORTH, KANSAS
- Zip Code: 66048
- Zip Code: 66048
- Record
- SN02389035-W 20110302/110228234207-2984bf9e59df448f63304a78c55372aa (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 |