SOLICITATION NOTICE
Z -- Construction MATOC - above $500K - MS Region (Biloxi 520 and Jackson 586)
- Notice Date
- 4/28/2020 8:05:43 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620R0034
- Response Due
- 5/13/2020 12:00:00 AM
- Archive Date
- 08/11/2020
- Point of Contact
- Contract Specialist- Charles.Powell2@va.gov Awarding CO - Melanie.Hawley@va.gov
- E-Mail Address
-
Melanie.Hawley@va.gov
(Melanie.Hawley@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY: This announcement is to provide an update to a previous released Sources Sought Notice. 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 notify potential Service-Disabled Veteran-Owned Small Businesses (SDVOSB s), in accordance with the requirements of Public Law 109-461 of this requirement. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 16 has 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 16 locations: Gulf Coast Veterans Health Care System (Biloxi, MS; Pensacola, FL; Eglin AFB, FL; Panama City, FL) and G.V. (Sonny) Montgomery VA Medical Center (Jackson, MS). (NOTE: LA facilities have been removed and will be procured via a separate solicitation). Any contracts awarded will cover work at these two medical centers and associated outpatient clinics. Separate contracts will not be awarded for each separate facility/location. One pool of contractors will be selected for award. The anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be five-year firm and will be awarded as Multiple Award Task Order Contracts (MATOC s) using FAR 15.101-1. It is anticipated that there will be a minimum of six (6) to eight (8) contracts awarded assuming sufficient qualified contractors submit proposals. Typical work includes, but is not limited to: interior and exterior renovations and alterations, electrical, plumbing, mechanical, heating and air-conditioning, HVAC Controls, fire suppression, intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt, paving, storm drainage, limited environmental remediation, construction of new facilities, demolition, surveys, and other related work. Projects will be design/bid/build from already completed designs, or projects including a statement of work and using the VA Master Construction Specifications (http://www.cfm.va.gov/TIL/spec.asp ). The value for each subsequent individual Task Orders will be a minimum of $500,000.00* and maximum of $15,000,000. Each awarded contract value will not exceed $45 million. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be individually priced and have its own wage determination. Task orders will be issued on a competitive basis among the MATOC holders only and the VA reserves the right to add Technical and Past Performance on more complex projects, but price only is the preferred method for evaluation. There is a seed project (Repair Water Supply) that has been added to this requirement and will be awarded using FAR 15.101-1. This will also require a bid bond. Limitations on Subcontracting: The prime contractor must perform at least 15% of the cost of the contract (on-site) incurred for personnel with its own employees or the employees of other eligible SDVOSB s for general construction-type procurements. For construction by special trade contractors, the prime contractor must perform at least 25% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB s. The applicable North American Industrial Classification System (NAICS) primary code is 236220 Commercial and Institutional Building Construction and Size Standard is $36.5M; but not limited to and the following may also be used: Power and Communication Line and Related Structures Construction 237130, Highway, Street, and Bridge Construction 237310, Roofing Contractors 238160, Electrical Contractors and Other Wiring Installation Contractors 238210, Plumbing, Heating, and Air-Conditioning Contractors 238220, Site Preparation Contractors 238910. This notice is published only to provide an update for SDVOSB s as this is a total 100% SDVOSB set-aside. In order to be eligible as an SDVOSB a firm must be registered and verified as an SDVOSB in VetBiz at http://www.vip.vetbiz.gov/. All interested firms must be verified as SDVOSB s in VetBiz at the time of submission of a proposal in accordance with VAAR 804.1103-70 in order to be eligible. An active registration in SAM is also required. Registration is available at www.sam.gov. The official Solicitation citing this same solicitation number 36C25620R0034 will be issued on or shortly after 14 May 2020 on Beta.SAM.gov- Contract Opportunities https://fbohome.sam.gov formerly Federal Business Opportunities www.fbo.gov. The eight (8) current MATOC over $500K contracts expired 29 February 2020. The Contract Specialist and point of contact is Charles.Powell2@va.gov and the awarding Contracting Officer is Melanie.Hawley@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/78987afe6af3413eb4e83c8fede68450/view)
- Place of Performance
- Address: Includes GCVHCS - Biloxi, MS;Inc FL clinics Pensacola, Eglin, & Panama City;Includes Jackson VAMC - Jackson, MS;400 Veterans Ave;Biloxi, MS 39531, USA
- Zip Code: 39531
- Country: USA
- Zip Code: 39531
- Record
- SN05638210-F 20200430/200428230147 (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 |