Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

Y -- North Region VISN 8 MATOC - Construction Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) Max $100M over 5 calendar years

Notice Date
2/23/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Acquisition Service Area Office 8 (ASAO);8875 Hidden River Parkway;Suite 525;Tampa FL 33612
 
ZIP Code
33612
 
Solicitation Number
VA-248-10-RP-0244
 
Archive Date
6/2/2010
 
Point of Contact
Tami Drake, Contract Specialisttami.drake@va.gov
 
E-Mail Address
Contract Specialist
(john.petersen@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs, Acquisition Service Area Office 8 (ASAO 8), located in Tampa FL, intends to issue a Request for Proposal (RFP) for a VISN 8 North Region Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ). This RFP will utilize Best-Value Trade-Off source selection procedures. Offers will be solicited only from Service Disabled Veteran Owned Small Business (SDVOSB) concerns that are expressly certified as a Service Disabled Veteran Owned Business. The following participating North Region VISN 8 facilities are listed below: NORTH REGION James A. Haley VA Medical Center Station 673 13000 Bruce B. Downs Boulevard Tampa, FL 33612 Bay Pines VA Healthcare System Station 516 10000 Bay Pines Blvd, P O Box 5000 Bay Pines, FL 33744 North Florida South Georgia VA Healthcare System Station 573 Gainesville VA Medical Center 1601 S.W. Archer Road Gainesville, FL 32608-1197 North Florida South Georgia VA Healthcare System Station 573 Lake City VA Medical Center 619 S. Marion Avenue Lake City, FL 32025 The MATOC provides a vehicle for a broad range of minor new construction and real property maintenance and repairs. The MATOC may require traditional Bid-Build where plans and specs will be provided and/or Design-Build where each MATOC awardee will be required to compete for the design award task order. Work to be performed under the MATOC will be within the North American Industry Classification System (NAICS) 236220 Commercial and Institutional Construction, size standard $33.5 Million. Anticipated disciplines shall include but are not limited to the following: Individual task order work will consist of multiple disciplines in general construction categories for typical work that includes, but is not be limited to: 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, storm drainage, limited environmental remediation, construction of new facilities, and other related work. All work will be in accordance with individual requirements as determined at the task order level. Description of the work will be identified in each individual task order. Task orders may range from $2,000.00 to $10,000,000.00 Total contract value shall Not Exceed $100,000,000.00 over a five-year period per Regional MATOC. The government anticipates an award of up to fifteen (15) contracts and reserves the right to award additional MATOC's if determined to be in the best interest of the Government. The government will evaluate offers utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Veterans Administration Acquisition Regulation Subpart 815.3--Source Selection procedures - Best Value Trade-Off Process. This pre-solicitation notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All interested parties will be required to respond to the resultant solicitation separately from their response to this notice. Offerors may submit a proposal on the South Region MATOC RFP however only one contractor may be selected for each region; not both. Contractors must be a legitimate Service Disabled Veteran Owned Small Business., comply with all requirements of 38 USC 8127 and provide assurances of their ability to meet the bonding thresholds of each task order. Contractors must be able to manage all locations in this region. The solicitation is expected to be electronically posted on or around April 1, 2010. Prospective contractors must be registered in the Central Contractor Registration (CCR) database located at https://www.bpn.gov/ccr/default.aspx and Vet Biz Vendor data base located at http://www.vetbiz.gov/ prior to award of a government contract; failure to register in the CCR database and Vet Biz Vendor data base will cause your firm to be ineligible for award. Questions may be directed to either Ms. Tami Drake, Contract Specialist, Email address: tami.drake@va.gov or Ms. Toni Smith, Contract Specialist, Email address: toni.smith5@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA-248-10-RP-0244/listing.html)
 
Record
SN02072801-W 20100225/100223235230-9d0b3ca962cdfcbe6a9f4a8c2231ba6a (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  © 1994-2020, Loren Data Corp.