Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2009 FBO #2936
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC) IDIQ Construction Multi-Trade Phoenix and Prescott

Notice Date
12/6/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;650 E. Indian School Rd.;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-258-10-RP-0032
 
Response Due
12/21/2009
 
Archive Date
1/20/2010
 
Point of Contact
Bonny J PayneContracting Officer
 
E-Mail Address
Only written email responses accepted
(Bonny.Payne@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A PRESOLICITATION NOTICE VA-258-10-RP-0032. The solicitation is intended to be issued on or about December 21, 2009 and shall remain open for approximately 45 days. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 18 - Phoenix VA Health Care System (PVAHCS), 650 E. Indian School Rd., Phoenix, Arizona, 85012-1892, and Northern Arizona VA Health Care System (NAVAHCS), 500 Hwy 89 North, Prescott, Arizona, 86313-5000, has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property at the PVAHCS and NAVAHCS. The intent of the project is to award Multiple Award Task Order Contracts (MATOC) via multiple award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts to include the following areas: Phoenix VA Health Care System (PVAHCS), 650 E. Indian School Rd., Phoenix, Arizona, 85012-1892, and Northern Arizona VA Health Care System (NAVAHCS), 500 Hwy 89 North, Prescott, Arizona, 86313-5000. The types of work to be performed will include General Construction as well as specified Specialty Trades. The applicable NAICS codes are 236220 Commercial and Institutional Building Construction, 238210 Electrical Contractors, and 238220 Plumbing, Heating, and Air-Conditioning Contractors. General building and heavy construction contractors have a size standard of $33.5 million in average annual receipts. Special trade construction contractors have a size standard of $14 million. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects between the two locations. Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. The government intends to award task orders that are ARRA American Reinvestment and Recovery Act funded and the terms and conditions related to those funds will be applicable to those individual tasks only. The term of the IDIQ Multi-Award Task Order Contract (MATOC) may be a one-year Base Period from date of award, with four (4) one (1) year options to extend or one two-year Base Period from date of award, with three (3) one (1) year options to extend. Each task order will have its own completion date established. The solicitation is 100% Set-Aside for certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under Public Law 109-461, 38 U.S.C. 8127 and 8128 who are capable of performing the requirements under the categories described in the solicitation when posted. Interested parties shall be required to be registered in the US Department of Veterans Affairs Vet Biz database. Registration may be accomplished at http://www.vip.vetbiz.gov/. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of an IDIQ multi-trade construction project (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz website or intention of registration prior to submission of offers to a solicitation; (5) documentation on company's bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is December 3, 2009 at 3:00 pm Arizona time. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via Bonny.Payne@va.gov or Gary.Templin@va.gov. Hard copy submissions are acceptable to VISN18-PHX, 650 E. Indian School Rd., Phoenix, AZ 85012-1892. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. AE FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA-258-10-RP-0032/listing.html)
 
Place of Performance
Address: Phoenix VA Health Care System and;Northern Arizona VA Health Care System
Zip Code: 85012-1892
 
Record
SN02017799-W 20091208/091206233031-796c61bac18a1c8770f377e44406fe37 (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 |
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.