Looking for contract opportunity help?
General Information
-
Contract Opportunity Type: Presolicitation (Original)
-
All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
-
Original Published Date: Dec 21, 2023 11:02 am EST
-
Original Response Date: Feb 28, 2024 01:00 pm EST
-
Inactive Policy: Manual
-
Original Inactive Date:
Jun 06, 2024
-
Initiative:
Classification
Description
PRE-SOLICITATION NOTICE: The Department of Veterans Affairs, Boston Healthcare System, consisting of VA Medical Centers (VAMCs) Jamaica Plain, West Roxbury, and Brockton, MA intends to issue a Request for Proposal (RFP) for three (3) Construction Indefinite-Delivery Indefinite-Quantity (IDIQ), Single Award Task Order (SATOC) Contracts. The purpose of these contracts is to provide construction services for a broad range of renovation and construction projects in support of the three VAMC s. Orders will primarily include construction, repair, and maintenance projects that may or may not involve a variety of trades. Work performed under these contracts will include but are not limited to the following general project categories: construction, repair, and alteration of various facilities; interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, site work, fencing, masonry, roofing, concrete, asphalt paving, and other related work.
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The Government intends to award three (3) SATOC IDIQ contracts, one (1) contract for each of the three (3) Boston VA medical centers. The North American Industry Classification System (NAICS) for these contracts will fall under 236220 Commercial and Institutional Building Construction. The current size standard for NAICS 236220 is $45M.
The maximum limit is $7,000,000 per contract and a five (5) year period, whichever comes first. The minimum order per task order is $2,000.00 and the maximum limit per task order is $500,000.00.
The solicitation is being issued as a Request for Proposal (RFP) under FAR Part 15.101-1 Best Value Continuum where a tradeoff is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Non-price evaluation factors will include technical and past performance. A price evaluation will be conducted utilizing a seed project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the seed project to be considered for award.
It is anticipated that the solicitation will be available on or about January 17, 2024. The solicitation closing date is scheduled for on or about February 28, 2024. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted on https://sam.gov/content/opportunities.
Interested offerors must be registered in the System for Award Management (SAM) database. Service-Disabled Veteran-Owned Small Business (SDVOSB) must be verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov by the Center for Veterans Enterprises at the time of proposal submission.
All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24124R0030 on https://sam.gov/content/opportunities. Any amendments to the solicitation will be posted solely to this web site. It is the responsibility of the offeror to verify the number of amendments issued.
Attachments/Links
Contact Information
Contracting Office Address
-
ONE VA CENTER
-
TOGUS , ME 04330
-
USA
Secondary Point of Contact
History
-
Dec 21, 2023 11:02 am ESTPresolicitation (Original)