DOCUMENT
Y -- Construction Multiple Award Task Order Contract - Attachment
- Notice Date
- 5/5/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8;8875 Hidden River Parkway, Suite 560;Tampa, FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24815R0863
- Response Due
- 5/18/2016
- Archive Date
- 7/17/2016
- Point of Contact
- Elissa Goodman, Contracting Officer
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 1. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 8 Network Contracting Office 8 (NCO 8), intends to issue a Request or Proposal (RFP) for a Multiple Award Task Order Contract (MATOC) for construction and design-build services. Task orders awarded under this MATOC will consist of a broad range of construction, maintenance, alteration and repair affecting real property at seven major facilities in addition to other various related off site VA medical facilities. The seven major facilities are identified as follows: "Miami VA Healthcare System "Orlando VA Medical Center "Malcom Randall VAMC, NF/SGVHS "Lake City VAMC, NF/SGVHS "West Palm Beach VAMC "James A. Haley Veterans' Hospital and Primary Care Annex "C.W. Bill Young VA Medical Center See http://vaww.va.gov/directory/guide/state.asp?State=FL&dnum=ALL for specific locations. 2. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in CCR (SAM) (https://www.sam.gov/portal/public/SAM/) and visible/certified in Vet Biz (www.vetbiz.gov) as an SDVOSB at time of submission of their firm's proposal in order to be considered. 3. The North American Industry Classification System (NAICS) for this work is 236220 Commercial and Institutional Construction, size standard $33.5 Million. 4. The anticipated work under the MATOC will require traditional Bid-Build and/or Design-Build efforts. The description of the work will be identified in each individual task order. Work to be performed under the MATOC will include but are not limited to the following: 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, storm drainage, limited environmental remediation, construction of new facilities, and other related work. All work will be in accordance with individual requirements as determined at the task order level. Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst all MATOC awardees. 5. The government anticipates award of approximately eighteen (18) individual Indefinite Deliver Indefinite Quantity (IDIQ) contracts, providing sufficient qualified contractors present offers; however, reserves the right to award more or less IDIQ's as determined to be in the best interest of the Government. 6. These anticipated contracts shall not exceed five (5) calendar years. Task Orders will range from $2,000 to $10,000,000. The total of individual task orders placed against the anticipated VISN 8 MATOC shall not exceed $250,000,000. 7. The government will evaluate offers utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Veterans Administration Acquisition Regulation Subpart 815.3--Source Selection procedures - Best Value Trade off Process. This pre-solicitation notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All interested parties will be required to respond to the resultant solicitation separately from their response to this notice. 8. The solicitation is expected to be electronically posted on or around May 21, 2016. 9. A pre-proposal meeting will be scheduled and specifics will be provided in the forthcoming solicitation. 10. Questions may be submitted by e-mail to Elissa.goodman@va.gov. 11. Please include the following of the subject Line in e-mail correspondence: RFI Pre-Solicitation Notice VA248-15-R-0863 | Contractor Name.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA24815R0863/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-R-0863 VA248-15-R-0863_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2716389&FileName=VA248-15-R-0863-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2716389&FileName=VA248-15-R-0863-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-R-0863 VA248-15-R-0863_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2716389&FileName=VA248-15-R-0863-000.docx)
- Place of Performance
- Address: As stated in Pre-solicitation Notice
- Zip Code: See Notice
- Zip Code: See Notice
- Record
- SN04106893-W 20160507/160505234413-068ad4f134352e71b4294ae871669782 (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 |