DOCUMENT
Z -- Single Action Task Order Contract ID/IQ for Maintenance Activities - Attachment
- Notice Date
- 3/15/2018
- Notice Type
- Attachment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- 36C26018R0161
- Response Due
- 4/6/2018
- Archive Date
- 7/14/2018
- Point of Contact
- Matthew Wheeler
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 2 This is a Presolicitation Notice Synopsis to publicize the upcoming solicitation 36C26018R0161 for maintenance activities with ancillary construction of low dollar magnitude at the following location: VA PUGET SOUND HEALTH CARE SYSTEM (663) Includes both Seattle and American Lake Facilities 1660 S. Columbian Way, Seattle, WA 98108-1597 9600 Veterans Drive, Tacoma, WA 98493 These facilities contain campus buildings listed as eligible for the National Historic Register. This solicitation is anticipated to be posted to FBO on 3/19/2018 and will close on 4/9/2018 One Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) will be awarded for both of the facilities listed above for: Maintenance upkeep Servicing existing facilities Servicing roads Environmental activities such as: Asbestos abatement Lead based paint abatement Task Orders shall be based on individual projects. The majority of the task orders awarded under each SATOC will be between $15,000 and $75,000 with a task order ceiling of approximately $250,000 although, Contractors should have bonding capabilities in the range of $500,000. The NAICS codes for this procurement will be: 238290, Other Building Equipment Contractors, and the small business standard is $15 million. This procurement will be a total Service Disabled Veteran Owned Business (SDVOSB) set-aside, and only vetbiz.gov verified SDVOSB vendors should respond to this sources sought. In accordance with 5 CFR 351.203 Local commuting area is defined as the geographic area that usually constitutes one area for employment purposes. It includes any population center (or two or more neighboring ones) and the surrounding localities in which people live and can reasonably be expected to travel back and forth daily to their usual employment. It is anticipated that the contract performance period will include 1, one-year base period, and 2, two-year option periods for a maximum contract life of 5 years should all options be exercised. Comments will be shared with the Government and project management team. The Government will not reimburse responders for any cost associated with providing information in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018R0161/listing.html)
- Document(s)
- Attachment
- File Name: 36C26018R0161 36C26018R0161_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4152837&FileName=36C26018R0161-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4152837&FileName=36C26018R0161-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26018R0161 36C26018R0161_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4152837&FileName=36C26018R0161-001.docx)
- Record
- SN04856557-W 20180317/180315232319-c6fc2799e068f12f0655645b001f044f (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 |