The RFP Database
New business relationships start here

VISN 1 MATOC - CT, NH, MA, ME, RI and VT


Rhode Island, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Multiple Award Task Order Contract (MATOC) FOR VISN 1 (New England): THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking interested sources, 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 interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB) and Small Businesses. The intent is to have four (4) categories under the MATOC: CAT 1 SDVOSB, CAT 2 SDVOSB & VOSB, CAT 3 SDVOSB, VOSB and WOSB and CAT 4 SDVOSB, VOSB, WOSB & SB.

The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 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 1 VA Facilities: VAMC Providence, RI; VA Connecticut Health Care System facilities located in West Haven and Newington, CT; VAMC White River Junction, VA; VAMC Manchester, NH; VAMC Togus, ME; VAMC Bedford, MA; VA Boston Healthcare System facilities located in Brockton, Jamaica Plain, and West Roxbury, MA.

Interested parties meeting the requirements of this notice must submit the attached area of consideration with their response. Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The intent of the project is to award Multiple Award Task Order Contracts (MATOC) via multiple-award Indefinite-Delivery Indefinite-Quantity multi-trade construction contracts to include the areas identified above. The types of work to be performed will be Building and Heavy Construction, which includes General Construction. The projects will range from $2,000 to $10,000,000. General building construction contractors have a size standard of $33.5B million in average annual receipts; the applicable NAICS code is 236220.B The resulting contracts will not have fixed unit costs. All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be priced individually and will include its own wage determination. These task orders will be competed amongst the IDIQ awardees. The term of the IDIQ Multi-Award Task Order Contract (MATOC) may be a one-year Base Period from date of award, with four (4) one (1) year options to extend. Each task order will have its own completion date established.

This notice is published to conduct market research to determine if there is a sufficient number of verified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB) and Small Businesses capable of performing the requirements to warrant a solicitation set-aside. In order to be eligible as an SDVOSB or VOSB, a firm must be registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov/. Additionally, all interested firms must have an active registration in SAM. Registration is available at www.sam.gov. For planning purposes, the Government intends to publish a solicitation for this requirement on or about August 1, 2017.

Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of multiple multi-trade construction projects (including references with current point of contact and phone number); (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or status of verification application; (4) Company s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company documentation; (5) completed area of consideration form; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is June 20, 2017, at 11:00 am. This market research is for informational and planning purposes only to determine the appropriate set-aside. The Government will not pay any costs for responses submitted. Electronic submissions are required via Karla.Rotondo@va.gov. Subject line relating to this sources sought must read VA241-17-R-0274 MATOC SOURCES SOUGHT RESPONSE .

Should any firms interested in responding to this solicitation not be able to open the attachment for the area of consideration, please send an email to Karla.Rotondo@va.gov subject title must read Send area of consideration MATOC .

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 Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

AREAS OF CONSIDERATION MATOC FOR VISN 1 (New England) SOURCES SOUGHT NOTICE ATTACHMENT

NOTE: INTERESTED PARTIES MUST INDICATE AREAS OF CONSIDERATION BELOW AND RETURN BY JUNE 20, 2017 at 11:00 am.

LOCATIONS


INTERESTED IN CONSIDERATION
VA Medical Center Providence
830 Chalkstone Avenue
Providence, RI 02908
( ) Interested in Consideration for this location


VA CT Healthcare System includes the following locations:

West Haven Campus
950 Campbell Avenue
West Haven, CT 06516

Newington Campus
555 Willard Street
Newington, CT 06111
( ) Interested in Consideration for this location




VA Medical Center White River Junction
215 North Main Street
White River Junction, VT 05011
( ) Interested in Consideration for this location

VA Medical Center Manchester
718 Smyth Road
Manchester, NH 03104
( ) Interested in Consideration for this location

VA Medical Center Togus
1 VA Center
Augusta, ME 04330
( ) Interested in Consideration for this location

VA Medical Center Bedford
200 Springs Road
Bedford, MA 01730
( ) Interested in Consideration for this location

VA Central Western Massachusetts
421 North Main Street
Leeds, MA 01053
( ) Interested in Consideration for this location

VA Boston Healthcare System includes the
following locations:

Brockton Campus
940 Belmont Street
Brockton, MA 02301

Jamaica Plain Campus
150 South Huntington Avenue
Jamaica Plain, MA 02130

West Roxbury Campus
1400 VFW Parkway
West Roxbury, MA 02132
( ) Interested in Consideration for this location

Karla Rotondo
Contracting Officer

karla.rotondo@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP