DOCUMENT
Y -- Multiple Award Task Order Contract (MATOC) - VISN 6 - Attachment
- Notice Date
- 2/20/2014
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- VA Medical Center;Network Contracting Office 6;508 Fulton Street;Building 3, Room 207;Durham, NC 27705
- ZIP Code
- 27705
- Solicitation Number
- VA24614R0285
- Response Due
- 3/7/2014
- Archive Date
- 6/14/2014
- Point of Contact
- Heather Hampton
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- NOTE - This Sources Sought Notice replaces VA246-13-R-0042, Sources Sought Notice, Published to FBO on October 30, 2012. 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 notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. 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) 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, general construction contracts, one (1) for each of the following regions (4 Regions): NORTH: Salem, VA, and Beckley, WV (2 Locations); SOUTH: Asheville, NC, and Salisbury, NC (2 Locations); CENTRAL: Durham, NC, and Fayetteville, NC (2 Locations); EAST: Hampton, VA, and Richmond, VA (2 Locations). The Government anticipates awards to at least six (6) contractors for each MATOC. Limitations on Subcontracting: At least 15% of the cost of the contract performance incurred for personnel must be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. 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 general 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 each MATOC 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 $10,000,000 with a minimum ordering amount of $2,000.00. The total amount of all orders placed against an individual MATOC shall not exceed $100 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 $2,000 or if no task order project is awarded a guaranteed fee of $2,000 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) capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB, 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 solicitations for this requirement on or about April 25, 2014. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) Company name, address, 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 $5,000,000 (b) Between $5,000,001 and $10,000,000 Please include status as prime or subcontractor. Also include contract numbers, project titles, short project descriptions, and dollar amounts; (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 areas of consideration and dollar value interest form. The response date to this Sources Sought notice is March 7, 2014, at 3:30 pm. This market research is for informational and planning purposes only to determine if an SDVOSB 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 "VA246-14-R-0285 - 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 numbers will be issued on Federal Business Opportunities www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC659/SaVAMC659/VA24614R0285/listing.html)
- Document(s)
- Attachment
- File Name: VA246-14-R-0285 VA246-14-R-0285.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215405&FileName=VA246-14-R-0285-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215405&FileName=VA246-14-R-0285-000.docx
- File Name: VA246-14-R-0285 AREAS OF CONSIDERATION AND DOLLAR VALUE INTEREST FORM.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215406&FileName=VA246-14-R-0285-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215406&FileName=VA246-14-R-0285-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-14-R-0285 VA246-14-R-0285.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1215405&FileName=VA246-14-R-0285-000.docx)
- Record
- SN03292812-W 20140222/140220235030-9229de90e821098c1be036eda55e18f3 (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 |