Z1DZ--Sources Sought Notice for MATOC over $500K for Arkansas (FAV 564 and Little Rock 598)

expired opportunity(Expired)
From: Federal Government(Federal)
36C25620R0052

Basic Details

started - 21 Jan, 2020 (about 4 years ago)

Start Date

21 Jan, 2020 (about 4 years ago)
due - 31 Jan, 2020 (about 4 years ago)

Due Date

31 Jan, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25620R0052

Identifier

36C25620R0052
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103020)VETERANS AFFAIRS, DEPARTMENT OF (103020)256-NETWORK CONTRACT OFFICE 16 (36C256) (5885)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT NOTICE ONLY: This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of the interest, capabilities and qualifications of Service-Disabled Veteran-Owned Small Businesses (SDVOSB s), in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 16 has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property, and minor construction relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), for the following VISN 16 ARKANSAS locations: Eugene J. Towbin (North Little Rock, AR), John L.
McClellan (JLM) Memorial Veterans Hospital (Little Rock, AR), and Veterans Health Care System of the Ozarks (Fayetteville, AR). Any contracts awarded will cover work at all three (3) medical centers. Separate contracts will not be awarded for each separate facility/location. The anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be five-year firm and will be awarded as Multiple Award Task Order Contracts (MATOC s). It is anticipated that there will be a minimum of six (6) to eight (8) contracts awarded assuming sufficient qualified contractors submit proposals. Typical work includes, but is not limited to: interior and exterior renovations and alterations, electrical, plumbing, mechanical, heating and air-conditioning, HVAC Controls, fire suppression, intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt, paving, storm drainage, limited environmental remediation, construction of new facilities, demolition, surveys, and other related work. Projects will be design/bid/build from already completed designs, or projects including a statement of work and using the VA Master Construction Specifications (http://www.cfm.va.gov/TIL/spec.asp ) The value for each Task Order will be a minimum of $500,000.00* and maximum of $15,000,000. Each awarded contract value will not exceed $50 million. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be individually priced and have its own wage determination. Task orders will be issued on a competitive basis among the MATOC holders only and the VA reserves the right to add Technical and Past Performance on more complex projects, but price only is the preferred method for evaluation. Limitations on Subcontracting: The prime contractor must perform at least 15% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB s for general construction-type procurements. For construction by special trade contractors, the prime contractor must perform at least 25% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB s. Prior Government work is not required for submitting a response under this Sources Sought Notice. The applicable North American Industrial Classification System (NAICS) primary code is 236220 Commercial and Institutional Building Construction and Size Standard is $36.5M; but not limited to and the following may also be used: Power and Communication Line and Related Structures Construction 237130, Highway, Street, and Bridge Construction 237310, Roofing Contractors 238160, Electrical Contractors and Other Wiring Installation Contractors 238210, Plumbing, Heating, and Air-Conditioning Contractors 238220, Site Preparation Contractors 238910. This notice is published as market research to determine if there are a sufficient number of SDVOSB s capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB a firm must be registered and verified as an SDVOSB in VetBiz at http://www.vip.vetbiz.gov/. All interested firms must be verified as SDVOSB s in VetBiz at the time of submission of a proposal in accordance with VAAR 804.1103-70 in order to be eligible. An active registration in SAM is also required. Registration is available at www.beta.sam.gov. Interested parties responding to this Sources sought request shall submit the following information at a minimum: (1) Company name, address (to include any branch offices), point of contact with phone number, e-mail address, NAICS code(s), and DUNS number; (2) List of firm s experiences in work performed of similar type and scope to include projects in progress and completed within the past 5 years. Specify work that was between $500,000.00 to $15,000,000.00. Please include status as prime or subcontractor. Also include contract numbers, NAICS code used (if known), project titles, short project descriptions and dollar amounts; (3) Proof of registration in the VA VetBiz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application and SAM registration; (4) Company s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars); and (5) Intentions of subcontracting program to other small business programs and/or meeting subcontracting limitations as mentioned above. (6) Complete Attachment 1 and return The response date to this Sources Sought notice is January 30, 2020, at 11:59 pm local (Biloxi) Central time. This market research is for informational and planning purposes only to determine if a SDVOSB set-aside is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are required via Charles.Powell2@va.gov. Subject line relating to this Sources Sought must read 36C25620R0052 MATOC over $500K SOURCES SOUGHT RESPONSE . No phone responses will be accepted. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this Sources Sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this Sources Sought announcement. The official Solicitation citing the same solicitation number will be issued in the near future on Beta.SAM.gov- Contract Opportunities https://fbohome.sam.gov formerly Federal Business Opportunities www.fbo.gov. There is no current MATOC contracts for these facilities.

Little Rock  both facilities;Fayetteville;Arkansas    72114  USALocation

Place Of Performance : Little Rock both facilities;Fayetteville;Arkansas

Country : United States

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z1DZMAINTENANCE OF OTHER HOSPITAL BUILDINGS