DOCUMENT
Z -- 695-15-114, MATOC IDIQ - $10M Max Clement J. Zablocki VAMC, MILW WI - Attachment
- Notice Date
- 10/8/2014
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D14R1864
- Archive Date
- 1/15/2015
- Point of Contact
- Dean Regazzi, Contract Specialist
- E-Mail Address
-
NCO-12 GLAC Construction Contracting Office
(dean.regazzi@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE: The Milwaukee VA Medical Center has a need for multiple award construction task order contracts (MATOC) for a Five (5) year base contract term and zero (0) option periods. The VA plans to award multiple Indefinite-Delivery Indefinite- Quantity (IDIQ) multi-trade contracts for maintenance, repair and new construction services with task orders ranging in value from $2,000 to $2,000,000. The maximum value of the MATOC base contract shall not exceed $10,000,000 for the 5-year life. The facilities covered by the resultant contracts are located at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin only. The VA anticipates a minimum of 2 contract awards up to a maximum of ____ contract awards as the Contracting Officer deems to be in the best interest of the Government. The type of work included in task orders may consist of multiple disciplines of construction, and shall include but not be limited to the following categories of work: construction, repair and alteration of facilities, interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, painting, storm drainage, limited environmental remediation, concrete and asphalt paving, demolition of facilities, construction of new facilities, and other construction-related work. As requirements are defined, task order solicitations will be competitively issued to all selected MATOC contractors. All selected MATOC contractors will be given an opportunity to bid or propose on any task order. The contract terms will also allow contractors to opt out of any task order solicitation by providing a no bid or no proposal notice to Government by the date and time specified for receipt of bids or proposals. The NAICS code for this procurement is 236220 with a size standard of $36.5 million dollars. The construction range for the SEED project that shall be included in each contractor's MATOC proposal is between $100,000 and 250,000. Contractors will be required under the contract to have a minimum bonding capacity of $1,000,000 annually for the life of the contract. Pursuant to Public Law 109-461, Solicitation VA69D-14-R-1864 will be issued as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-aside. In order to be considered for award, the contractor shall be CVE-Verified as an SDVOSB vendor in https://www.vip.vetbiz.gov by the date and time specified for receipt of proposals. No other sources will be considered. All interested parties shall have a current registration and current annual On-line Representation and Certifications Application (ORCA) in the System Award Management (SAM) database https://www.sam.gov/prtal/public/SAM prior to award. This Pre-Solicitation notice is NOT a request for proposals or submittals of any kind. The VA plans to issue the official solicitation VA69D-14-R-1864 on or about 11/03/2014. The solicitation will be posted to https://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14R1864/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-14-R-1864 VA69D-14-R-1864_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1673454&FileName=VA69D-14-R-1864-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1673454&FileName=VA69D-14-R-1864-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-14-R-1864 VA69D-14-R-1864_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1673454&FileName=VA69D-14-R-1864-000.docx)
- Place of Performance
- Address: Clement J. Zablocki VA Medical Center;5000 West National Avenue;Milwaukee, WI
- Zip Code: 53295-0001
- Zip Code: 53295-0001
- Record
- SN03545307-W 20141010/141008234733-7759334946755c6cb7db3862c0713bfe (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 |