Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
DOCUMENT

Y -- Multiple Award Task Order Contract for Construction - Attachment

Notice Date
8/26/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25911RP0180
 
Response Due
7/29/2011
 
Archive Date
11/5/2011
 
Point of Contact
H. Reb Conn
 
E-Mail Address
04-3571<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Summary This 100% SDVOSB set-aside acquisition under NAICS 236220 is for multiple award task order contract (MATOC) with task orders to be issued on an indefinite quantity, indefinite delivery basis for construction services at various stations within the VISN 19 Healthcare System. The Government intends to award a minimum of three and a maximum of eight MATOC contracts under this solicitation. After selection of qualified contractors under this planned acquisition, task orders will be issued on an as-needed and as-funded basis for projects at all stations within the VISN19 Rocky Mountain Region. These task orders will be for construction contractor services not to exceed $9,999,999.00 per task order. The total amount of individual task orders which may be placed against each MATOC contract will not exceed $100,000,000.00 beginning with the base year of 2012 and running through the four option years beginning with FY 2013 and ending in 2016. The solicitation is estimated to be issued in mid-October, 2011 with contract awards estimated to be made at the end of Calendar Year 2011. Background. The VHA VISN19 Healthcare Network is currently experiencing a lack of quick response capability to execute acquisitions for Medical Facility (MF) infrastructure funding. Executing these MATOCs should result in significantly reduced lead times for acquiring capable contractors to execute these MF projects at competitive pricing. Required construction services and geographical region to be served The Contractor shall provide commercial and institutional building construction, electrical and other wiring construction and plumbing, heating, air conditioning construction services.. The task order projects will be performed at the VAMCs located in Denver, CO, Grand Junction, CO, Salt Lake City, UT, Fort Harrison, MT, Sheridan, WY and Cheyenne, WY. Contractors may perform services at any of these locations. Contractors will be provided a fair opportunity to compete for task orders at those locations checked within the dollar range indicated below, if they are awarded a contract. Offerors must state in their offers that they are willing to bid on and complete work for task orders for any of the VAMC locations list below if awarded a MATOC Contract Cost. The MATOC contract will not be priced other than including a minimum task order amount of $TBD for the Metasys Controls and Energy Upgrade task order and a total not to exceed ceiling amount of $100,000,000 over the five year life (including four one-year options) of the contracts. Technical requirements and Specifications. The Contractor will be required to build all task order projects in compliance with the VA Standard Technical Specifications. These specifications and standards are located on the internet website http://www.cfm.va.gov/til/ and shall be used by the contractor. Individual task orders will include detailed lists of applicable technical specifications and drawings and the contractor shall build the projects according to these detailed technical specifications and drawings. There will be no performance work statement or performance standard used to define these project requirements. Delivery or performance-period requirements. The performance period for this contract is expected to begin upon award and continue for one calendar year thereafter. Four option years will also be included to be exercised as the VA deems necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RP0180/listing.html)
 
Document(s)
Attachment
 
File Name: VA-259-11-RP-0180 VA-259-11-RP-0180_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=243039&FileName=VA-259-11-RP-0180-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=243039&FileName=VA-259-11-RP-0180-000.docx

 
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: All VISN 19 Healthcare System Stations:;VAMC Denver, VAMC Grand Junction, VAMC Salt Lake;VAMC Ft. Harrison, MT, Cheyenne, WY, Sheridan, WY
Zip Code: 80246
 
Record
SN02551417-W 20110828/110826235533-5a103947b6398db9b10894b8135e7dd6 (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.