Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2024 SAM #8376
SOURCES SOUGHT

Y -- Design-Build and Construction MATOC

Notice Date
10/31/2024 2:10:01 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20001 USA
 
ZIP Code
20001
 
Solicitation Number
36C10F25R0001
 
Response Due
12/2/2024 11:00:00 AM
 
Archive Date
01/01/2025
 
Point of Contact
Andrew Page, Contracting Officer, Phone: 240-494-2952
 
E-Mail Address
andrew.page@va.gov
(andrew.page@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA, Veterans Health Administration (VHA), Office of Facilities Acquisition (OFA) with the Office of Construction and Facilities Management (CFM) is conducting a market survey and is seeking potential sources for an enterprise-wide Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction projects across the Department of Veterans Affairs. The MATOC will support the major and minor programs, and include all Veterans Integrated Service Networks (VISNs). The VISNs covered under this MATOC are: VISN 1: VA New England Healthcare System VISN 2: New York/New Jersey VA Health Care Network VISN 4: VA Healthcare - VISN 4 VISN 5: VA Capitol Health Care Network VISN 6: VA Mid-Atlantic Health Care Network VISN 7: VA Southeast Network VISN 8: VA Sunshine Healthcare Network VISN 9: VA MidSouth Healthcare Network VISN 10: VA Healthcare System VISN 12: VA Great Lakes Health Care System VISN 15: VA Heartland Network VISN 16: South Central VA Health Care Network VISN 17: VA Heart of Texas Health Care Network VISN 19: Rocky Mountain Network VISN 20: Northwest Network VISN 21: Sierra Pacific Network VISN 22: Desert Pacific Healthcare Network VISN 23: VA Midwest Health Care Network Companies interested in participating in the solicitation should submit a response to this notice as described below. The responses will help the VA to determine the level of industry interest by socio-economic categories within the small business communities. The Request for Information (RFI) reference ID for this Sources Sought Notice is 36C10F25R0001. PROJECT DESCRIPTION: IDIQ MATOC will support a full range of design, construction, and engineering activities necessary to meet the Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM) enterprise construction solution. VA Healthcare Enterprise includes Veterans Health Administration (VHA) Minor Construction Program, VHA Non-Recurring Maintenance Program, VA Major Construction Program, and VA Super Construction Program. The VA Enterprise Design-Build & Construction (DBnC) is available for use by all VA enterprise, and Non-Departmental Federal Entities (NDFE). The primary construction areas associated with this SOW include, but are not limited to: General healthcare facility construction and renovation; Healthcare additions and upgrades; Repairs, refits, maintenance enhancements, equipment and component replacement; Parking garages, parking lots, roadways, bridges; General office, conference, and meeting spaces; Requirements to maintain on-going operations and prepare for larger efforts such as swing space or make-ready work; Seismic retrofit of Existing facilities; Utilities; Historic facility renovations. PROCUREMENT INFORMATION: The North American Industry Classification System (NAICS) for all work under the IDIQ MATOC is 236220 General Construction, with a size standard of $45 Million. OFA anticipates awarding multiple construction IDIQ contracts to cover the facilities listed above. The anticipated maximum contract value for all work issued under the MATOC is currently $7.5 Billon. IDIQs will not have an individual contract ceiling/maximum. The ordering period of the IDIQ will be a base of five years with Options. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded against the established IDIQ MATOC for individual construction 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. Each task order will have its own period of performance established. Typical task orders will consist of providing all labor, tools, equipment, material, and supervision needed to provide construction services including renovations/alterations and new construction of hospital spaces and infrastructure. Significant sub-contracting opportunities can be expected to include a variety of trades including roofing, electrical, plumbing, mechanical, carpentry, roadwork, paving, painting, masonry, fencing, demolition, abatement and excavation. The anticipated task orders will be competitive, firm-fixed-price contracts utilizing the design-bid-build approach (final Specifications and Drawings will be provided by the VA) or design-build approach (Awardee will be responsible for design and construction). The anticipated task order solicitations will be issued either as a Request For Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors as either trade-offs or lowest price technically acceptable. SMALL BUSINESS INFORMATION: This notice is published to conduct market research to determine if there is a sufficient number of verified Service-Disabled/Veteran-Owned Small Businesses (SDVOSBs/VOSBs), Women Owned Small Businesses (WOSBs), HUBZone, and small businesses (SBs) capable of performing the requirements. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. In order to be eligible as an SDVOSB or VOSB, a firm must be registered under the applicable NAICS in SBA VetCert. Registration may be accomplished at https://veterans.certify.sba.gov/. Additionally, all interested firms must have an active registration in SAM at www.sam.gov. The SBA Small Business Mentor-Protégé Program applies to this requirement. Prospective offerors are encouraged to seek assistance from their Procurement Technical Assistance Center regarding the SBA Small Business Mentor Protégé Program within the framework of a Joint Venture Agreement. The JV itself and the members of the JV shall be registered in SAM.gov at time of submission of the offer and throughout the performance of the contract. Members of the JV (i.e., parties to the JV) shall be registered and listed as mentor and protégé, respectively, in the SBA Mentor-Protégé Program (SBA MPP) database at time of submission of the offer. 13 CFR 125.9. (https://www.sba.gov/mpp) In accordance with the Limitations on Subcontracting, any small business prime contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. (See 13 CFR § 125.6). Prior Government contract work is not required for submitting a response under this sources sought. SUBMISSION REQUIREMENTS: Interested parties meeting the requirements of this notice must submit the following information: (1) Attachment 1, Capabilities and Contractor Information (2) Attachment 2, PLA questionnaire; and (3) Any other pertinent company documentation to include interested contractors standard format capabilities package to further demonstrate experience. Responses must include 36C10F25R0001 Sources Sought Design Build and Construction MATOC in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary and secondary points of contact listed below by December 2, 2024, at 2:00 PM ET. No phone calls will be accepted. DISCLAIMER: This is NOT a solicitation. Information submitted to in response to this Sources Sought Notice is strictly voluntary. The Government will not award a contract based on this notice. This notice is a request by the Government to collect information from construction firms for the purpose of market research. Not providing a response to this notice will not prohibit or exclude a company from participating in any future solicitations. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Contract Opportunities at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. POINTS OF CONTACT: Contracting Office Address: Office of Facilities Acquisition Office of Construction and Facilities Management U.S. Department of Veterans Affairs 425 I Street, NW Washington, DC 20001 Primary Point of Contact: Andrew Page Contracting Officer andrew.page@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e089d416cb124573b4a40b26c0fc4be7/view)
 
Record
SN07254657-F 20241102/241031230119 (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 |
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.