Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SOLICITATION NOTICE

Z -- FY25 VISN 21 Multiple Award Construction Contract (MACC) Pre Sol Notice- Modified

Notice Date
1/8/2025 10:17:55 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26124R0035
 
Response Due
1/31/2025 3:00:00 PM
 
Archive Date
05/10/2025
 
Point of Contact
Contracting Officer, NCO 21, Priscilla A. Murray, Phone: Mr. Corey Kline
 
E-Mail Address
priscilla.murray@va.gov
(priscilla.murray@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Presolicitation Notice Presolicitation Notice Page 5 of 5 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 5 THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING. A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT JANUARY 27, 2025. PROPOSALS ARE ANTICIPATED TO BE DUE ON OR ABOUT FEBRUARY 27, 2025. Title: MULTIPLE AWARD CONSTRUCTION CONTRACT FOR THE VETERANS INTEGRATED SERVICE NETWORK (VISN) 21 DESCRIPTION: THIS ACQUISITION IS FOR A FIRM-FIXED PRICE (FFP) IDIQ FOR AWARDING CONSTRUCTION PROJECTS AT ANY OF VISN 21 FACILITIES. This requirement will be 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. The Veterans Network Contracting Office (NCO) 21, is procuring Construction Services from construction firms capable of providing multiple-discipline construction services on an as-needed basis for varying construction services. This requirement will be a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This MACC will include requirements for the Veteran Affairs Health Care Systems (VAHCS) under the VISN 21 AOR, including Hawaii, Guam, American Samoa, Saipan, Northern California (to include but not limited to Fresno, Martinez, Mare Island, Mather, McClellan, San Francisco, Palo Alto, Livermore, Monterey, San Mateo), and Nevada (to include but not limited to Reno and Las Vegas). The MACC will require contractors to furnish all labor, materials, equipment, and expert supervision needed to accomplish the work in accordance with the Description/Specifications/Statement of Work provided with each task order under the assigned NAICS code. Task Orders will vary in size and dollar amounts. Task Orders (TO) shall include, but are not limited to general construction categories which include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and earthwork, carpentry, concrete, roofing, site work, excavation, interior renovation, carpet-window and door installation, electrical, steam fitting, plumbing, exterior and interior painting, plaster/stucco, demolition, masonry or metal stud and sheetrock work, installation of acoustical ceilings and light fixtures, HVAC installation and flooring installation. Work may involve some or all the above elements of work. This requirement consists of establishing a MACC resulting in the award of two (2) or more IDIQ contracts with each IDIQ contract having a two-year base period and three one-year option periods. These awardees will then be eligible to submit proposals in response to solicitations issued to the MACC contractors. General construction requirements are delineated in the project specifications for the IDIQ contract and supplemented by individual task orders. The contractors shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW) and task order specific SOWs, specifications, and project drawings except as may otherwise be specified. The period of performance for the MACC IDIQ contract will have a two-year base period. The total guaranteed minimum quantity of service that the Government will acquire under the IDIQ contract is $2,000.00, which also represents a bona fide need of the current fiscal year. The guaranteed minimum award amount is for the entire contract duration. Firm fixed price task orders (TO) will be negotiated for this contract. The MACC TOs shall have a minimum value of $2,000.00 and a maximum value of $10,000,000.00. Awardee ceiling is $50,000,000.00. A cumulative (all IDIQs inclusive) maximum of $600,000,000.00 (ceiling) for the entire MACC IDIQ contract term. Task orders shall have defined periods of performance. Funded TOs shall have a separate Notice to Proceed (NTP) issued to commence construction activities. This is a two-phase, best value, trade off procurement. The Government intends to evaluate Phase I submissions and move forward to Phase II without conducting discussions with any Offeror, except for clarifications as described in FAR 15.206(a). However, the Government reserves the right to conduct discussions with Phase I Offerors, if required. The Phase I non-price evaluation factors are anticipated to be FACTOR 1 Safety, FACTOR 2 Experience, FACTOR 3 Past Performance. The Phase I documents will be available on or about November 15, 2024 through the SAM.gov website with anticipated due date of December 20, 2024. The procurement consists of one solicitation with the intend to award multiple IDIQ contracts. The Government anticipates awarding a minimum of two contracts for this solicitation. The Government intends to award two (2) or more IDIQ contract(s) to offeror(s) that provide a complete proposal pursuant to the preparation requirements set forth in the narrative instructions, and which are responsive to the evaluation factors established in the RFP. Any offeror who does not meet the standards set in this solicitation, will be eliminated from consideration. The Government reserves the right to award a contract without discussions. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information and/or how to register visit the following web site: https://sam.gov/content/entity-registration. The Government will post the solicitation and all subsequent amendments to the Government-Wide Point of Entry (GPE) System for Award Management (SAM) Web Site https://sam.gov/content/home at no charge to prospective offerors. It is the Offeror s responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a small business size standard of $45M. The Federal Supply Code (FSC): Z1DA Maintenance of Hospitals and Infirmaries. A seed project will be provided via amendment for the Phase II evaluation, with the magnitude between $2,000,000 and $5,000,000 in accordance with (IAW) Veterans Affairs Acquisition Regulations. The POC for this project are as follows: Contracting Officer, Ms. Priscilla Murray priscilla.murray@va.gov. Contracting Officer, Mr. Corey Kline corey.kline3@va.gov Important Notice: In accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership, and control sufficient to establish appropriate status, offerors must be VERIFIED by the Department of Veteran Affairs within VetCert. Failure to be VERIFIED within VetCert prior to submission of offer, and remain verified, will result in the offeror s proposal being deemed non-responsive and/or not eligible for award. All offerors are urged to review the requirements in obtaining verification of their SDVOSB status at https://veterans.certify.sba.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb68f66b033b43ef9943e8729e2b49cc/view)
 
Place of Performance
Address: VISN 21 Area of Responsibility (AOR) VA Central California VA Northern California Health Care VA Pacific Islands Health Care System, VA Palo Alto Health Care VA San Francisco
 
Record
SN07308205-F 20250110/250108230110 (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.