Search Contract Opportunities

Biloxi MATOC-Seed Project Project #520-22-122 FCA Corrections BLDG 17   9

ID: 36C25622R0030 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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 Gulf Coast Veterans Health Care System (Biloxi, MS). One pool of contractors will be selected for award. This procurement will be issued as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) through RFP procedures under FAR 15 and other FAR Parts and Subparts as applicable. 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) using FAR 15.101-1. It is anticipated that there will be approximately five (5) 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 subsequent individual Task Orders will be a minimum of $500,000.01 and maximum of $16,000,000. Each awarded contract value will not exceed $40 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. Guaranteed minimum is $2,000.00. Limitations on Subcontracting: The prime contractor must perform at least 85% of the cost of the contract (on-site) 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 75% of the cost of the contract incurred for personnel with its own employees or the employees of other eligible SDVOSB s. The applicable North American Industrial Classification System (NAICS) primary code is 236220 Commercial and Institutional Building Construction and Size Standard is $39.5M; as well as but not limited to: 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. Interested offerors are asked to please first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. The RFP number for this project is 36C25622R0030 and its tentatively projected to be published on 03/04/2022. The RFP will be posted and can be downloaded (without charge) from the beta.SAM website. Amendments to this RFP will not be mailed but will be posted at the beta.SAM website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the beta.SAM website and for acknowledging all Amendments to the RFP. It is the responsibility of all interested offerors to check the beta.SAM website as necessary for any Amendments to the RFP (to include the day proposals are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, the offeror must represent to the Contracting Officer that it is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Vendor Information Pages (VIP) database on the U.S. Department of Veterans Affairs Office of Small & Disadvantaged Business Utilization s VIP website (https://www.vip.vetbiz.va.gov) and have the Center for Veterans Enterprise (CVE) Verification Icon/Seal/Logo. To be considered for award, SDVOSB concerns must be registered and verified in the VetBiz Registry as a SDVOSB and have the Center for Veterans Enterprise (CVE) Verification Icon/Seal/Logo. SDVOSB concerns must also be registered in the System for Award Management (SAM) database. Information on the VetBiz Registry and CVE Verification can be found at https://www.vip.vetbiz.va.gov. Information on SAM Registration can be found at https://beta.sam.gov/.
Background
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 Gulf Coast Veterans Health Care System (Biloxi, MS). This procurement will be issued as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) through RFP procedures under and other Parts and Subparts as applicable. It is anticipated that there will be approximately five (5) contracts awarded assuming sufficient qualified contractors submit proposals.

Work Details
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.

Period of Performance
The anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be five-year firm.

Place of Performance
The construction projects will be performed at the Gulf Coast Veterans Health Care System in Biloxi MS.

Overview

Response Deadline
Sept. 30, 2023, 3:00 p.m. EDT (original: April 29, 2022, 3:00 p.m. EDT) Past Due
Posted
Feb. 9, 2022, 10:25 a.m. EST (updated: Sept. 26, 2023, 12:47 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Department of Veterans Affairs Gulf Coast Veterans Health Care System Biloxi 39531
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
83%
Vehicle Type
Indefinite Delivery Contract
On 2/9/22 VISN 16: South Central VA Health Care Network issued Presolicitation 36C25622R0030 for Biloxi MATOC-Seed Project Project #520-22-122 FCA Corrections BLDG 17 due 9/30/23. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2FB.
Primary Contact
Title
Contract Specialist
Name
JB Herbst   Profile
Phone
(318) 466-2241

Documents

Posted documents for Presolicitation 36C25622R0030

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 36C25622R0030

Award Notifications

Agency published notification of awards for Presolicitation 36C25622R0030

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 36C25622R0030

Incumbent or Similar Awards

Contracts Similar to Presolicitation 36C25622R0030

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 36C25622R0030

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 36C25622R0030

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 256-NETWORK CONTRACT OFFICE 16 (36C256)
FPDS Organization Code
3600-00256
Source Organization Code
100186525
Last Updated
Oct. 30, 2023
Last Updated By
jennings.herbst@va.gov
Archive Date
Oct. 30, 2023