Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
DOCUMENT

Y -- IDIQ Construciton (MATOC) - Attachment

Notice Date
4/27/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24711RP0205
 
Response Due
5/30/2011
 
Archive Date
7/29/2011
 
Point of Contact
Bonita Floyd-Ross
 
E-Mail Address
6-4000
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY: This is not a request for proposal. This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. There will not be a solicitation issued at this time. The Department of Veterans Affairs, Veterans Integrated Services Network (VISN 7), has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property throughout VISN 7. 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 (3 Pools): Pool 1: South Carolina VAMC Facilities (2 Locations “ Columbia, Charleston); Pool 2: Georgia VAMC Facilities (3 Locations “ Atlanta, Augusta, Dublin) and Pool 3: Alabama VAMC Facilities (4 Locations “ Birmingham, Tuscaloosa, Tuskegee, Montgomery). The types of work to be performed will be Building, Highway and Heavy Construction. This will include General construction as well as specified Specialty Trades. The applicable NAICS codes are 236220 Commercial Construction 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 $33.5M in average annual receipts. Special trade construction contractors have a size standard of $14.0M. Electrical Contractors have a size standard of $14.0M. The resulting contract will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects throughout the three 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 term of the IDIQ Multi-Award Task Order Contract (MATOC) may be one-year Base Period from date of award, with three (3) 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. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. Interested parties should register 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 (limit to 20 pages): (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; include specialized experience working within a hospital environment for which your firm was the prime contractor), (3) intentions of subcontracting program 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 (letter from surety); and (6) any other pertinent company documentation. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies 24/7, routine response times will be outlined in each individual RFQ ™s for the specific task orders. Firms must have an established bona-fide working office within a 150 mile radius of one of VISN 7 ™s medical facilities, due to the emergency response time. The intent is to award 20 plus/minus Multiple Task Order Contracts for a period of one-year Base Period from date of award, with three (3) one (1) year options to extend or two (2) calendar years, and possibly three one-year option periods. Task Orders will range from $2,001.00 to $5,000,000.00. The total dollar magnitude of individual task orders placed against any individual contract shall not exceed $50,000,000.00 for the life of that contract. TYPES OF CONSTRUCTION TASK ORDERS (Any combination may be used): (Consummate Design Effort Required): MATOC contractor shall be provided a previously accomplished preliminary/intermediate design effort (e.g. Level I - Schematic or Level II - design development, Ref. VA document PG-18-15, Volume E, http://www.cfm.va.gov/contract/aedesSubReq.asp ) including available drawings, specifications, and/or design analysis etc. which is to be further developed into a 95% / 100% final design effort. Upon completion of design, and upon acceptance by the Government, construction execution shall commence and be completed in accordance with contract requirements. (Construction Effort Only): MATOC contractor shall be provided a 100% completed design document (drawings and specifications) to initiate and complete construction execution in accordance with contract requirements. The response date to this Sources Sought notice is May 30, 2011 at 4:00 pm. 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 Bonita.Floyd-Ross@va.gov. Hard copy and CD submission are acceptable to Bonita Floyd-Ross (90) William Jennings Bryan Dorn VAMC 6439 Garners Ferry Road Columbia, South Carolina.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24711RP0205/listing.html)
 
Document(s)
Attachment
 
File Name: VA-247-11-RP-0205 VA-247-11-RP-0205.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=195067&FileName=VA-247-11-RP-0205-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=195067&FileName=VA-247-11-RP-0205-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: William Jennings Bryan Dorn;6439 Garners Ferry Road;Columbia, South Carolina
Zip Code: 29209
 
Record
SN02434576-W 20110429/110427234623-3c4fd5af88b9e439c7bfef043f6b2569 (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.