The RFP Database
New business relationships start here

VISN 2 DOWNSTATE NY/NJ CONSTRUCTION MATOC IDIQ


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

Page 3 of 3
THIS NOTICE IS A MODIFICATION TO THE PREVIOUSLY POSTED PRE-SOLICITATION NOTICE FOR THE BELOW ACQUISTION (see changes in bold)

PRE-SOLICITATION NOTICE OF TIERED EVALUATIONS:
This procurement is being set-aside based on an order of priority as established in 38 U. S. C. 8127.

TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This pre-solicitation and resulting solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8 (a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 2 Downstate NY/NJ intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for construction, alterations, and repair of buildings, structures and other real property throughout VISN 2 Downstate NY/NJ. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. This Set-Aside structure for this MATOC Construction IDIQ is as follows:
Category I: $2,000-$1,000,000 -SDVOSB Set Aside
Category II: CAT II - $1,000,001 to $5,000,000 - VOSB set aside
CAT III - $5,000,001 to $10,000,000 Cascading tiered evaluations to include Small Business
The government anticipates award of a minimum of twenty (20) individual MATOC contracts for VISN 2 Downstate NY/NJ, providing sufficient qualified contractors present offers. Awards will be made to Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) concerns providing sufficient qualified contractors present offers. The Primary NAICS Code for this acquisition will be the General Construction NAICS Code 236220, with a small business size standard of $36.5 million average annual revenue for the previous three years. However, other NAICS Codes under the Subsector 237 Heavy and Civil Engineering Construction and Subsector 238 Specialty Trade Contractors may be used, based upon the individual Task Order and Statement of Work. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $10,000,000.00. The total value, including options, for each contract award shall not exceed $75,000.000.00. The overall value of the all MATOC IDIQ contracts shall not exceed $300,000,000, base year and all option years combined. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of Prototypical Project(s). Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project(s) to be considered for award. The prototypical project(s) will be used only to evaluate the price proposal and portions of the technical proposal. It is anticipated that the solicitation will be available on or about June 17, 2019. A Pre-proposal conference and site visit will be announced in the Solicitation. Details for registering for the conference will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on or about July 19, 2019. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov/. Interested offerors must be registered in the System for Award Management Database (SAM) at www.SAM.gov. Additionally, Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) must be verified by the Center for Veterans Enterprises (CVE) at the time of submission of an offer in order to be considered responsive and eligible for a contract award. Visit www.vip.vetbiz.gov for details. No telephone requests will be accepted. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via email. If you have any questions concerning this procurement you are encouraged to Email your questions to Patricia Cordero at Patricia.Cordero@va.gov or Christina Katz at Christina.Katz@va.gov.

DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.

Patricia Cordero
Contract Specialist
Email: patricia.cordero@va.gov

Patricia.Cordero@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP