SOLICITATION NOTICE
Z -- VA Central Western Massachusetts Healthcare System (HCS) – Single Award Task Order Contracts (SATOC)
- Notice Date
- 3/17/2025 9:00:59 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125R0068
- Response Due
- 3/31/2025 11:00:00 AM
- Archive Date
- 07/08/2025
- Point of Contact
- Chelsea Rodrigue, Contracting Officer, Phone: (413) 584-4040
- E-Mail Address
-
chelsea.rodrigue@va.gov
(chelsea.rodrigue@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRE-SOLICITATION NOTICE: The Department of Veterans Affairs, Central Western Massachusetts Healthcare System (HCS) intends to issue a Request for Proposal (RFP) for a Construction Indefinite-Delivery Indefinite-Quantity (IDIQ), Single Award Task Order (SATOC) Contract. The purpose of this contract is to provide construction services for a broad range of renovation and construction projects in support of the VA Central Western Massachusetts Healthcare System (HCS). Orders will primarily include construction, repair, and maintenance projects that may or may not involve a variety of trades. Work performed under these contracts will include but are not limited to the following general project categories: construction, repair, and alteration of various 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, site work, fencing, masonry, roofing, concrete, asphalt paving, and other related work. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The Government intends to award one (1) SATOC IDIQ contract. The North American Industry Classification System (NAICS) for these contracts will fall under 236220 Commercial and Institutional Building Construction. The current size standard for NAICS 236220 is $45M. The maximum limit is $7,000,000 per contract and a five (5) year period, whichever comes first. The minimum order per task order is $2,000.00 and the maximum limit per task order is $500,000.00. The solicitation is being issued as a Request for Proposal (RFP) under FAR Part 15.101-1 Best Value Continuum where a tradeoff is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Non-price evaluation factors will include technical and past performance. A price evaluation will be conducted utilizing a seed project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the seed project to be considered for award. It is anticipated that the solicitation will be available on or about April 1, 2025. The solicitation closing date is scheduled for on or about April 30, 2025. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted on https://sam.gov/content/opportunities. Interested offerors must be registered in the System for Award Management (SAM) database. Service-Disabled Veteran-Owned Small Business (SDVOSB) must be verified in the SBA - Dynamic Small Business Search, https://dsbs.sba.gov/search/dsp_dsbs.cfm?CFID=578171&CFTOKEN=9a0139bb60ea0c51-42DF5440-A88F-CCDC-5E609D901814BEE2 at the time of proposal submission. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24125R0068 on https://sam.gov/content/opportunities. Any amendments to the solicitation will be posted solely to this web site. It is the responsibility of the offeror to verify the number of amendments issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/485a5182ceb845369bca34b1408f8599/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Central Western Massachusetts HCS 421 North Main Street, Leeds 01053, USA
- Zip Code: 01053
- Country: USA
- Zip Code: 01053
- Record
- SN07374588-F 20250319/250317230043 (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 |