Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2025 SAM #8535
SOLICITATION NOTICE

Y -- VISN 8 MATOC - Mainland

Notice Date
4/7/2025 6:26:55 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PCAC (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624R0131
 
Response Due
4/28/2025 2:00:00 PM
 
Archive Date
06/27/2025
 
Point of Contact
Katherine Gibney, Contracting Officer, Phone: 216-447-8300 x3556, Fax: Contracting Specialist
 
E-Mail Address
katherine.gibney@va.gov
(katherine.gibney@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
INTRODUCTION: THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The Department of Veterans Affairs (VA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for VISN 8 for the Florida/South Georgia VA Healthcare System (VAHCS). This IDIQ MATOC will cover major medical facilities and other various related off-site VA medical facilities in Florida/South Georgia (IDIQ MATOC Mainland). The main VISN 8 Florida/South Georgia VAHCS facilities covered under this MATOC are: Miami VA Healthcare System, Miami, Florida Orlando VA Medical Center, Orlando, Florida Malcom Randall VA Medical Center, North Florida/South Georgia VA Healthcare System (NF/SGVHS), Gainesville, Florida Lake City VA Medical Center, NF/SGVHS, Lake City, Florida West Palm Beach VA Medical Center, West Palm Beach, Florida James A. Haley Veterans' Hospital, Tampa, Florida James A. Haley Veterans' Primary Care Annex C.W. Bill Young VA Medical Center, Bay Pines, Florida PROJECT DESCRIPTION: General project descriptions and specifications shall be derived from the terms and conditions of each individual Task Order (TO) that is issued to execute a construction project. The MATOC will cover all construction projects. The work may consist of multiple disciplines of construction, and may include but not be limited to the following categories of work: construction, repair and alteration of 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, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, painting, storm drainage, limited environmental remediation, concrete and asphalt paving, demolition of facilities, construction of new facilities, construction of new usable square footage, and other construction-related work. TOs may have any of the following PSCs: Y1DA Construction of Hospitals and Infirmaries Y1DB Construction of Laboratories and Clinics Y1DZ Construction of Other Hospital Buildings Y1LZ Construction of Parking Facilities Z1DA Maintenance of Hospitals and Infirmaries Z1DB Maintenance of Laboratories and Clinics Z1LZ Maintenance of Parking Facilities Z1DZ Maintenance of Other Hospital Buildings Z2DA Repair or Alteration of Hospitals and Infirmaries Z2DB Repair or Alteration of Laboratories and Clinics Z2DZ Repair or Alteration of Other Hospital Buildings Z2LZ Repair or Alteration of Parking Facilities ADMINISTRATIVE: The solicitation will be issued as a Request for Proposal (RFP) conducted in accordance with Federal Acquisition Regulation (FAR) Parts 15, 16, and 36 and will be evaluated in accordance with the procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers received from other than SDVOSB concerns will not be considered. The applicable NAICS code is 236220 with a size standard of $45 million. The solicitation will be issued around April 2025. The ordering period of the IDIQ MATOC will be five years. Each task order will have its own period of performance established. The minimum guarantee is $1,000.00. The minimum guarantee will be satisfied with the award of Task Order 1, which will be awarded simultaneously with the PCAC VISN 8 Construction IDIQ Mainland contract. The first task order for all awardees will be a mobilization/kick-off meeting. The maximum overall contract value for the life of this IDIQ MATOC is $3,000,000,000. The maximum of $3,000,000,000 applies collectively to all awarded IDIQs, and all IDIQ holders will share in the $3,000,000,000 maximum contract value. The VAAR magnitude of construction for each TO will be between $1,000 and $50,000,000. FAR requires that federal contractors register in the System for Award Management (SAM) database at https://sam.gov/ and enter all mandatory information into the system. Offerors are required to be registered in SAM at the time an offer is submitted and at award in order to comply with the annual representations and certifications requirements (see FAR 52.204-7). All SDVOSBs must be listed as certified by the Small Business Administration (SBA) Veteran Small Business Certification (VetCert). Offerors must be certified in the SBA VetCert database Veteran Small Business Certification (sba.gov) at the time of proposal submission and at the time of award. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to jacquelyn.wise@va.gov AND katherine.gibney@va.gov. Telephone calls will not be accepted. -END-
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5ec55c5b5524a5793ce5ae5546118a2/view)
 
Place of Performance
Address: VISN 8 Facilities - Florida/Georgia Regions Multiple Locations, USA
Country: USA
 
Record
SN07399555-F 20250409/250407230050 (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.