SOURCES SOUGHT
Y -- JOC DC VAMCHS | CONSTRUCTION CONTRACT (VA-20-00024201)
- Notice Date
- 12/16/2020 6:04:40 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24521R0023
- Response Due
- 12/21/2020 7:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Lenora Stephens, Contract Specialist, Phone: (202) 745-8000
- E-Mail Address
-
lenora.stephens@va.gov
(lenora.stephens@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 SOURCES SOUGHT NOTICE FOR A JOB ORDER CONTRACT (JOC) FOR GENERAL CONSTRUCTION AT MULTIPLE LOCATIONS This is not a solicitation announcement. This is a Sources Sought Notice only. This notice does not constitute a Request for Proposal, Request for Quote, or Invitation for Bid. The intent of this notice is to identify potential offerors for determining whether to set-aside the requirement for small businesses. It is a market research tool being utilized for information to be used for preliminary planning purposes. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Veteran Owned Small Businesses (VOSB). This notice is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a copy of the solicitation. There is no solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Respondents will not be notified of the evaluation and any information submitted to this notice is strictly voluntary. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 5, Network Contracting Office (NCO) 5 has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property at medical facilities in Maryland and the District of Columbia. The intent of the project is to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract, specifically a Job Order Contract (JOC) for construction for the following locations: VA Medical Centers in Washington, DC, Baltimore MD and Perry Point, MD. Task orders will be issued off the individual contract(s) at the various locations. PROJECT DESCRIPTION: The general contractor shall provide construction services to prepare the site for building operations. This contract encompasses a broad range of non-recurring maintenance and minor construction on real property. Task orders shall vary in size and dollar amounts. Task orders will involve, but will not be limited, to trades such as carpentry, concrete, roofing, painting, demolition, masonry, dry wall, installation of acoustical ceilings, HVAC, ceramic tile, and road work such as concrete pavers. Informal shop drawings, incidental to an individual task order may be required. Under the JOC all contract work will be completed through individual task orders awarded for individual projects in VISN 5/NCO 5. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. Each task order will be priced individually; will include its own wage determination and period of performance and require bonding. The overall value of the JOC contract shall not exceed $50 million, base year and up to four one-year options combined. Individual task orders will be firm fixed price. Task orders are anticipated to be in the range between $25,000 and maximum of $950,000. Task orders may fall below or above this limit; however, the contractor is not obligated to accept such task orders under the general terms of the contract. The JOC will be based on a coefficient applied to RS Means line items. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract a minimum of $2,000 is guaranteed to be ordered from the contractor under the performance period of the contract. The Government also does not guarantee the amount of work will be equally balanced amongst the multiple sites. The future work at each site is not known at this time. The contractor is not guaranteed work in excess of the minimum guarantee. All interested and certified Service-Disabled Veteran-Owned Small Businesses, and Veteran Owned Small Businesses are encouraged to respond. Upon review of the industry response to this Sources Sought Notice, the Government will decide what type of set-aside acquisition will be in the Government s best interest. The North American Industry Classification Code (NAICS) Code 236220 (Commercial and Institutional Building Construction). The Small Business Size Standard is $36.5 million. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this Sources Sought Notice by sending a PDF document, not exceeding 10 pages, via email to lenora.stephens@va.gov entitled, Sources Sought - JOC providing the following information: 1) Contractor information: Provide your company name and contact information. 2) Business Size: Identify whether your company is an SBA certified 8(a) business, SBA certified HUB Zone business, Service-Disabled Veteran-Owned small business, Women Owned Small Business, or Small Business. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3) Bonding Capacity: Provide: your surety s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Experience: Submit a maximum of 5 Government or commercial contracts/projects your company has completed in the last 5 years, demonstrating your experience in general construction contracts under NAICS 236220 construction projects as indicated in this announcement within the cost range of $25,000 to $950,000. For each of the contracts/projects submitted for experience, provide the title, location, whether prime or subcontractor work, award and completion dates, contract or subcontract value, type of work, and facility repair renovations, flooring, carpeting, HVAC, repair fencing, painting) type of contract (IDIQ or other), a narrative description of the product/services provided by your company, and customer information including point of contact, phone number and email address. If the design was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house, and the contract completion date. In accordance with Federal Acquisition Regulations (FAR) 52.204-7, System for Award Management Contractor Registration, 52.204-8 Annual Representation and Certification and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in Contract Opportunities at beta.SAM.gov and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at https://fbohome.sam.gov/ and VetBiz information at http://www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1bb811d07fc54a2ca6a617fc0dab6675/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Medical Center 50 Irving Street NW, Washington 20422
- Zip Code: 20422
- Zip Code: 20422
- Record
- SN05875987-F 20201218/201216230151 (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 |