Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
DOCUMENT

Y -- IDIQ Construction VISN 11 Southern Tier - Attachment

Notice Date
1/27/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA25111RP0040
 
Response Due
4/2/2012
 
Archive Date
7/10/2012
 
Point of Contact
Tracy Stoughton, Contract Specialist
 
E-Mail Address
Tracy Stoughton, Contract Specialist
(tracy.stoughton@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRESOLICITATION NOTICE FOR CONSTRUCTION INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC). THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 11, intends to issue a Request for Proposal for Construction IDIQ MATOCs for construction, alterations, and repair of buildings, structures and other real property at the following VA facilities: Danville, Illinois; Fort Wayne, Indiana; Indianapolis, Indiana; and Marion, Indiana. 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. All contract work will be completed in accordance with individual task order requirements, specifications, and drawings provided with each project or master specifications, between the four 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. Prospective contractors must be able to respond within 120 minutes (2 hours), in response to emergencies, via the main office or a staffed satellite office. This is a Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) Set-aside as follows: CAT I is a SDVOSB Set-Aside, and CAT II is a VOSB set aside - General Construction. SDVOSB offerors may provide proposals for CAT II, but no preferences are given to SDVOSB for this category. The government anticipates awards to at least twelve (12) contractors, provided sufficiently-qualified contractors present offers. Awards will be made to SDVOSB and VOSB concerns, provided sufficiently-qualified contractors present offers. General building and heavy construction contractors (NAICS 236220) have a size standard of $33.5 million in average annual revenue for the previous three years, and Specialty trade construction contractors (NAICS 238210 and 238220) have a size standard of $14 million in average annual revenue for the previous three years. All responsible firms may submit an offer. The anticipated MATOC contracts will consist of a Base Award Period of one (1) calendar year and four (4) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 and $5,000,000.00. The resulting contracts will not have fixed unit costs. Each task order will have its own completion date established. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of the Prototypical Project(s). Prospective offerors must submit a written past performance and technical proposal, and a price proposal for the prototypical project(s) to be considered for award. The prototypical project(s) will be used to evaluate the price proposal and portions of the technical proposal, and may be awarded if funds are available. It is anticipated that the solicitation will be available on or about March 1, 2012, with a closing date of April 2, 2012. Actual dates and times will be identified in the solicitation. A pre-proposal conference and site visit will be announced in the solicitation. Details for registering for the conference will be available in solicitation Section 00100. Interested contractors are encouraged to attend, and should register, in accordance with the requirements to be provided in the solicitation, prior to attending, for clearance to the facility. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, amendments, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) System website (http://www.fbo.gov). No other site shall be used to obtain these documents. This notice is for informational purposes only, and is not a request for submission of offers. No other information regarding scope, dates, etc is available until issuance of the solicitation on http://www.fbo.gov. All interested bidders (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register at the FedBizOpps website. Bidders are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. No other site should be used to obtain this information. Prospective contractors shall be registered in the Central Contractor Registration (CCR) database via http://www.ccr.gov, or by contacting the CCR Information Center at 1-888-227-2423. Additionally, prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, and will have completed the VETS100A report at http://www.dol.gov/vets/programs/fcp/main.html (if applicable). Interested parties must be REGISTERED in the US Department of Veterans Affairs Vet Biz database at the time of offer submission, and VERIFIED prior to award. Registration may be accomplished at http://www.vip.vetbiz.gov/. Timely registration is strongly encouraged, in order for the VA to certify the company's registration. Address ALL questions in writing to the issuing office via email to tracy.stoughton@va.gov or by fax to (317) 988-1809. No telephone inquiries will be accepted or returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25111RP0040/listing.html)
 
Document(s)
Attachment
 
File Name: VA-251-11-RP-0040 VA-251-11-RP-0040 PRESOLICITATION NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291774&FileName=VA-251-11-RP-0040-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291774&FileName=VA-251-11-RP-0040-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02662679-W 20120129/120127234402-80b2b07b30d3dcadb239b32abff629d2 (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.