Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2009 FBO #2636
SOURCES SOUGHT

Y -- Sources Sought -Multiple Award Task Order Contract (MATOC) IDIQ Construction Multi-Trade

Notice Date
2/11/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-09-RI-0153
 
Response Due
3/4/2009
 
Archive Date
4/3/2009
 
Point of Contact
Dena M Kist, Supervisory Contract Specialist774-826-1517 or<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. There will not be a solicitation issued at this time. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 Boston Health Care System (BHS), has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property throughout the BHS. The intent of the project is to award Multiple Award Task Order Contracts (MATOC) via multiple award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts to include the following areas: Brockton VAMC Facilities, West Roxbury VAMC Facilities and Jamaica Plains VAMC Facilities. The types of work to be performed will be Building, Highway and Heavy Construction. This will include General Construction as well as specified Specialty Trades. The applicable NAICS codes are 236220 Commercial and Institutional Building Construction, 238210 Electrical Contractors, and 238220 Plumbing, Heating, and Air-Conditioning Contractors. General building and heavy construction contractors have a size standard of $33.5 million in average annual receipts. Special trade construction contractors have a size standard of $14 million. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects throughout the three locations. Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. The term of the IDIQ Multi-Award Task Order Contract (MATOC) may be a one-year Base Period from date of award, with four (4) one (1) year options to extend or one two-year Base Period from date of award, with three (3) one (1) year options to extend. Each task order will have its own completion date established. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database. Registration may be accomplished at http://www.vip.vetbiz.gov/. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of an IDIQ multi-trade construction project (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz website or intention of registration prior to submission of offers to a solicitation; (5) documentation on companys bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is March 4, 2009 at 4:00 pm. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Dena.Kist@va.gov or Athena.Jackson@va.gov. Hard copy submissions are acceptable to VISN 1 Consolidated Contracting Office (90C), 940 Belmont Street, Building 3, 4th Floor, Brockton, MA 02301.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2245e56449606df107fc4a643783ebe7&tab=core&_cview=1)
 
Place of Performance
Address: Various Locations in the Boston Healthcare System;Including Brockton, Jamaica Plains and West;Roxbury<br />
Zip Code: 02301<br />
 
Record
SN01749163-W 20090213/090211221230-2245e56449606df107fc4a643783ebe7 (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 |
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.