Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOLICITATION NOTICE

Y -- Job Order Contract (IDIQ Type Contract) for Construction at Three Seperate Locations

Notice Date
6/11/2020 10:21:15 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520R0088
 
Response Due
7/27/2020 12:00:00 PM
 
Archive Date
09/25/2020
 
Point of Contact
lenora.stephens@va.gov, Ms. Lenora Stephens, Phone: (202) 745-8000
 
E-Mail Address
lenora.stephens@va.gov
(lenora.stephens@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS A PRESOLICITATION NOTICE FOR SOLICITATION NUMBER 36C24520R0088, JOB ORDER CONTRACT FOR GENERAL CONSTRUCTION The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 5, Network Contracting Office (NCO) 5 has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property at medical facilities within the aforementioned VISN. The intent of the project is to award an Indefinite Delivery Indefinite Quantity (IDIQ) type contract, specifically a Job Order Contract (JOC) for construction for the following locations: VA Medical Centers in Washington, DC, Baltimore MD and Perry Point, MD. The general contractor shall provide construction services to prepare the site for building operations. This contract encompasses a broad range of non-recurring maintenance and minor construction on real property. Task orders shall vary in size and dollar amounts. Task orders will involve, but will not be limited, to trades such as carpentry, concrete, roofing, painting, demolition, masonry, dry wall, installation of acoustical ceilings HVAC, ceramic tile, and road work. Informal shop drawings, incidental to an individual task order may be required. The North American Industry Classification Code (NAICS) Code 236220 (Commercial and Institutional Building Construction). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside procurement. The Small Business Size Standard is $39.5 million. The term of the IDIQ Job Order Contract will be for a one-year Base Period from date of award, with four (4) one (1) year options. Under the JOC all contract work will be completed through individual task orders awarded for individual projects in VISN 5/NCO 5. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. Each task order will be priced individually; will include its own wage determination and period of performance. The overall value of the IDIQ JOC contract shall not exceed $20 million, base year and all options combined. Individual task orders will be firm fixed price, with a minimum task order value of $25,000 and maximum of $750,000. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this solicitation will be a 100% Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). In accordance with FAR 52.204-7, System for Award Management Contractor Registration, 52.204-8 Annual Representation and Certification and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in Contract Opportunities at beta.SAM.gov and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at https://fbohome.sam.gov/ and VetBiz information at http://www.vip.vetbiz.gov. The solicitation package should be available for download on or about June 26, 2020. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to lenora.stephens@va.gov and ensure that the subject line reads, 36C24520R0088 - JOC - Question Request .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fbe6ae6256804a9190c73b397edecd14/view)
 
Place of Performance
Address: 1) Baltimore Maryland 2) Perry Point Maryland 3) Washington DC
 
Record
SN05687359-F 20200613/200611230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.