Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
DOCUMENT

Y -- V21 Construction Multiple Award Construction Contract - Attachment

Notice Date
9/13/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Rd;Honolulu HI 96819-1522
 
ZIP Code
96819-1522
 
Solicitation Number
36C26118R0065
 
Response Due
10/18/2018
 
Archive Date
1/25/2019
 
Point of Contact
Nicole Do
 
E-Mail Address
9-1301<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Construction services are required for an Indefinite Delivery, Indefinite Quantity (IDIQ) type multiple award construction contract (MACC) for various Veterans Health Administration (VHA) construction projects under the cognizance of the Veterans Integrated Service Network (VISN) 21. The contract coverage includes: The VA Palo Alto Healthcare System (VAPAHCS) - consists of three main campuses: (1) Palo Alto Division (PAD) located at 3801 Miranda Avenue Palo Alto, CA 94304; (2) Menlo Park Division (MPD) located at 795 Willow Road Menlo Park, CA 94025; and (3) Livermore Division (LD) located at 4951 Arroyo Road Livermore, CA 94550. The VAPAHCS is also comprised of various veteran centers and community clinics. San Francisco VA Healthcare Center (SFVAMC) - is located at 4150 Clement Street San Francisco, CA 94121. The SFVAMC is comprised of various veteran centers and community clinics. VA Northern California Healthcare System (VANCHCS) consists of the Valley Division (Sacramento VA Medical Center) located at 10535 Hospital Way Mather, CA 95655 and the East Bay Division Martinez Outpatient Clinic located at 150 Muir Road Martinez, CA 94553. The VANCHCS is comprised of various veteran centers and community clinics VA Pacific Islands Healthcare System (VAPIHCS) the Spark M. Matsunaga VA Medical Center is located at 459 Patterson Road, Honolulu, HI 96819. The Spark M. Matsunaga VA Medical Center is co-located on the Tripler Army Medical Center (TAMC) Department of Defense Army base. The VAPIHCS is also comprised of various veteran centers and community clinics located throughout the Hawaiian Islands, Guam, American Samoa, and Saipan. VA Sierra Nevada Healthcare System (VASNHCS) is located at 975 Kirman Avenue Reno, NV 89502. The VASNHCS consists of veteran centers and community clinics. VA Central California Healthcare System (VACCHCS) is located at 2615 E. Clinton Avenue Fresno, CA 93703. The VACCHCS consists of veteran centers and community clinics. VA Southern Nevada Healthcare System (VASNHS) is located at 6900 North Pecos Road North Las Vegas, NV 89086. The VASNHS consists of veteran centers and community clinics. The scope of work is for a broad range of new construction, repair, and renovation projects (including design-build). Worth to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction, average annual receipts is $36.5 million over the past three years. However, it will also include Subsection 237, Heavy and Civil Engineering Construction, Subsection 236 Construction of Buildings, and Subsection 238 Specialty Trade Contractors. This procurement is being advertised as a 100% SDVOSB set aside. The Government will determine whether the offeror is a verified SDVOSB in the Vendor Information Pages (VIP) at www.vip.vetbiz.gov. An offeror that that is not verified in VIP at the time of proposal submission will not be evaluated and will not be considered for award. This is a two-phase, best value, trade off procurement. The Government intends to evaluate Phase I submissions and move forward to Phase II without conducting discussions with any Offeror, except for clarifications as described in FAR 15.206(a). However, the Government reserves the right to conduct discussions with Phase I Offerors, if required. The Phase I non-price evaluation factors are anticipated to be FACTOR 1 Safety, FACTOR 2 Experience, FACTOR 3 Past Performance. The Phase I documents will be available on or about September 13, 2018 through the Federal Business Opportunities (FBO) website with anticipated due date of October 18, 2018. The procurement consists of one solicitation and two contract groups (Group 1 and Group 2) with the intend to award multiple IDIQ contracts for each Group. The Government anticipates awarding a minimum of ten contracts for each Group as a result of this solicitation. Task orders under Group 1 will range from $2K SAT (currently $250K). Task orders under Group 2 will range from $2K - $10M. Potential Offerors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain direct access to any posted project documents. Registration instructions can be found on the FBO website. It is the responsibility of the Offeror to check the FBO website periodically for any revisions to the posted documents. All prime firms are required to complete the System for Award Management (SAM) via the website at https://www.sam.gov. The contract period of performance is anticipated to consist of a 24-month base period and three (3) potential 12-month option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base period and all options, for each contract is $50 million. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $2,000 is guaranteed for each awardee under the base period of the contract. There are no additional minimum guarantees obligated for each option year. A pre-proposal conference is tentatively scheduled for September 19, 2018 at 10:00 AM HST (1:00 PM PT) for the purposes of briefing on the proposal requirements and answering questions regarding the solicitation. The conference will be held remotely via tele-conference. Interested contractors are highly encouraged to attend the pre-proposal conference. Please contact Nicole.Do@va.gov to RSVP for the pre-proposal conference AND indicate the names of those wishing to attend, their e-mail addresses, and the firm/company to which they belong/represent. Interested contractors must RSVP no later than 2 business days prior to the conference. A record of the conference shall be made and furnished to all prospective offerors via posting to https://www.fbo.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMROC/DVAMROC/36C26118R0065/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118R0065 36C26118R0065_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590855&FileName=36C26118R0065-014.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4590855&FileName=36C26118R0065-014.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05087915-W 20180915/180913231316-91d098cd792d8d8ba6a1c20a66c1575e (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.