DOCUMENT
Y -- Indefinite Delivery/Indefinte Quantity (IDIQ) Construction Multiple Award Task Order (MATOC) Contract - Attachment
- Notice Date
- 12/17/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- VA25013R0131
- Archive Date
- 3/17/2013
- Point of Contact
- Bob Ivey
- E-Mail Address
-
Robert.Ivey@VA.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- General Information Document Type: Synopsis Solicitation Number:VA250-13-R-____ Classification Code:Y -- Construction of structures and facilities NAICS Code:236220 -- Commercial and Institutional Building Construction Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO 10), 3140 Governor's Place Blvd. - Suite 210, Kettering, OH 45409 Description Pursuant to U.S.C. 8127 (d), Entitled "Veterans First Program" the NCO 10 will be soliciting for a Competitive 100% Service Disabled Veteran Owned Small Business (SDVOSB) Best Value Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) at the: Chillicothe VA Medical Center, 17273 State Route 104, Chillicothe, OH 45601; Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, OH 45220; Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106; and the Dayton VA Medical Center, 4100 W. Third Street, Dayton, OH 45428. The type of work involved is geared towards a Multi disciplined SDVOB's general contractor. The VA will not be awarding IDIQ contracts based upon individual disciplines; i.e. HVAC or electrical etc. Individual task order work will consist of multiple disciplines in general construction categories and design capabilities (including design/build ranging from concept up to 100% level of effort and execute a broad range of maintenance, repair, minor and/or new construction. 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. Work disciplines noted are geared towards general contractors (GC's). All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Task order limits will be $2,000 to $100,000. The contractor shall provide all material, equipment, labor and general conditions to accomplish minor design, maintenance, repair, and minor construction projects in an expeditious manner. The maximum program value (combined value of all task orders from all awarded contracts) is not to exceed $4.5M over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. Note: The 120 minutes (2 hours) emergency response means the contractor must be prepared to start addressing the emergency, with staff, tools, materials, and equipment as necessary. Work to be performed under the MAJOCC will be within the North American Industry Classification System (NAICS) codes as follows: Sector 23 Construction, Subsection 236 Construction of Buildings size standard $33.5M. The work may include facility upgrades, utility work, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Offers are solicited only from Service Disabled Veteran Owned Small Business (SDVOSB) business concerns that are expressly certified as a Service Disabled Veteran Owned Business in the North American Industry Classification System (NAICS) Code 236220. A Request for Proposal (RFP) is contemplated utilizing best value source selection procedures described in Federal Acquisition Regulation (FAR) 15.3, Veterans Administration Acquisition Regulation (VAAR) Subpart 815.3--Source Selection procedures - Best Value Trade off Process targeted specifically toward competitive SDVOSB's with a 30-day response time (offers due 30 days after issuing). In using this approach, the Government seeks to award up to three (3) IDIQ contracts, per VAMC, to those Offerors who give the Veterans Health Administration the greatest confidence that they can meet our requirements for construction expertise on infrastructure renovation, repair, new construction, roads, roofs and other assorted repair and maintenance projects. The solicitation will include a seed project that will be used to evaluate these requirements. The seed project magnitude is $25,000 to $100,000.00. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Government's stated importance of evaluation criteria. This may result in award being made to a high-rated, higher-priced offeror where the Contracting Officer determines that the Past Performance and Technical capability of the higher-priced offeror outweighs the cost difference. The three highest rated offers from the source selection, per VAMC, will receive basic contract award (up to 3). The best value rated offer will be awarded the seed project subject to availability of funds. All contractors receiving award will receive a not-to-exceed $1000 task order for the MATOC to satisfy the contract minimum requirement. These contracts will be issued as direct awards by the Department of Veterans Affairs, Network Contracting Office (NCO 10), 3140 Governor's Place Blvd. - Suite 210, Kettering, OH 45409. The solicitation will be available in electronic format only. The RFP will be posted on the website at http://www.fbo.gov/ on or about February 2013 and close on or about April 2013. No hard copies will be provided. It is the contractor's responsibility to check the website for any and all amendments to this solicitation. A Pre-proposal conference and site visit will be scheduled for March 2013. Details for registering for the conference will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. Actual dates and times will be identified in the solicitation. Prospective contractors must be registered at Vet Biz web site located at http://www.vetbiz.gov/ and Central Contractor Registration (CCR) database located at http://www.ccr.gov/ and the VETS 100 program (http://vets100.cudenver.edu/vets100.asp), Registration is mandatory for any contract award by this agency. Failure to register in the CCR database may cause your firm to be ineligible for award. Any and all questions must be submitted electronically (via email), in writing, in a question answer format, on MS Word. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to at http://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an Offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. Current Point of Contact Bob Ivey Contracting Officer Email Robert.ivey@va.gov. Telephone replies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25013R0131/listing.html)
- Document(s)
- Attachment
- File Name: VA250-13-R-0131 VA250-13-R-0131.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=556837&FileName=VA250-13-R-0131-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=556837&FileName=VA250-13-R-0131-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-13-R-0131 VA250-13-R-0131.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=556837&FileName=VA250-13-R-0131-000.docx)
- Record
- SN02950131-W 20121219/121217234159-1838829bfec825e97ecdc1b964a0d6fb (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 |