Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2012 FBO #3995
DOCUMENT

Y -- MULTIPLE AWARD TASK ORDER CONTRACT FOR VISN 6 - Attachment

Notice Date
10/30/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;1601 Brenner Ave;Salisbury NC 28144
 
ZIP Code
28144
 
Solicitation Number
VA24613R0042
 
Response Due
11/13/2012
 
Archive Date
1/12/2013
 
Point of Contact
Heather Hampton
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY: This announcement is seeking information from industry, which will be used for preliminary planning purposes. 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 gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 6 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 6 VA Medical Centers (VAMC): Asheville, NC; Salisbury, NC; Fayetteville, NC; Durham, NC; Beckley, WV; Salem, VA, Richmond, VA; and Hampton, VA. The intent of the project is to award four (4) Multiple Award Task Order Contracts (MATOC) via multiple-award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts, one (1) for each of the following areas (4Areas): Area 1: Asheville, NC, Salisbury, NC, and Fayetteville, NC (3 Locations); Area 2: Durham, NC, Richmond, VA, and Hampton, VA (3 Locations); Area 3: Salem, VA and Beckley, WV (2 Locations); Area 4: Asheville, NC; Salisbury, NC; Fayetteville, NC; Durham, NC; Beckley, WV; Salem, VA, Richmond, VA; and Hampton, VA (All 8 Locations). Multiple Awards with target up to six (6) contractors per MATOC are contemplated. Interested parties meeting the requirements of this notice should submit the attached area of consideration with their response. Limitations on Subcontracting: The prime contractor must 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. Prior Government work is not required for submitting a response under this sources sought notice. The intent of the project is to award four (4) Multiple Award Task Order Contracts (MATOC) via multiple-award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts to include the areas identified above. The applicable North American Industry Classification System (NAICS) Code is 236220 (Commercial and Industrial Building Construction) and the small business size standard is $33.5 million. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be priced individually and will include its own wage determination. Task orders will be issued on a competitive basis to the awardees of this solicitation at the Government's option. Each contract will include one (1) base year and four (4) one-year option periods. The maximum ordering amount of an individual task order is $8,000,000.00 with a minimum ordering amount of $2,000.00. The total amount of all orders placed against an individual MATOC shall not exceed $150 million over the life of the contract including option years. The minimum guaranteed order for each contract is one (1) task order valued at a minimum of $5,000 or if no task order project is awarded a guaranteed fee of $5,000 will be paid to the contractor. This notice is published to conduct market research to determine if there is a sufficient number of verified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov/. Additionally, all interested firms must be verified by the Center for Veteran Enterprises upon submission of a proposal in accordance with VAAR 804.1102 in order to be eligible. An active registration in SAM is also required. Registration is available at www.sam.gov. For planning purposes, the Government intends to publish a solicitation for this requirement on or about January 28, 2013. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) Company name, address (to include any branch offices), point of contact with phone number, e-mail address, NAICS code(s), and DUNS number; (2) List of firm's experience in work performed of similar type and scope to include projects in progress and completed within the past 5 years. Specify work that was: (a) Between $2,000 and $1,000,000 (b) Between $1,000,001 and $5,000,000 (c) Between $5,000,001 and $10,000,000 Please include status as prime or subcontractor. Also include contract numbers, project titles, short project descriptions, dollar amounts, and owner points of contact with current e-mail and phone number; (3) Proof of registration in the VA VetBiz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4) Company's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company; (5) Completed area of consideration form; and (6) Experience Modification Rating (EMR) for the proceeding 3 years; (7) Self certification on company letterhead that the bidder/offeror has no more than three serious, or one repeat or one willful OSHA or any EPA violation(s) in the past three years. Interested parties shall submit copies of their OSHA logs (OSHA's Form 300A) for the past three years. If the firm has not been in business for a full three years, then they shall submit their OSHA logs for the history of the firm. The response date to this Sources Sought notice is November 13, 2012, at 3:30 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 required via Heather.Hampton@va.gov. Subject line relating to this sources sought must read "VA-246-12-R-0042 - MATOC SOURCES SOUGHT RESPONSE". RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC659/SaVAMC659/VA24613R0042/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-13-R-0042 VA246-13-R-0042.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=512553&FileName=VA246-13-R-0042-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=512553&FileName=VA246-13-R-0042-000.docx

 
File Name: VA246-13-R-0042 AREAS OF CONSIDERATION MATOC FOR VISN 6.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=512554&FileName=VA246-13-R-0042-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=512554&FileName=VA246-13-R-0042-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02921641-W 20121101/121030234348-fdacddc6b97f73da1686010164e83792 (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.