Z1DA--FY25 VISN 21 Multiple Award Construction Contract (MACC)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Nov 29, 2024 08:55 am PST
- Original Published Date: Oct 22, 2024 11:06 am PDT
- Updated Response Date: Dec 18, 2024 03:00 pm PST
- Original Response Date: Nov 08, 2024 01:00 pm PST
- Inactive Policy: Manual
- Updated Inactive Date: Mar 27, 2025
- Original Inactive Date: Feb 15, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: VISN 21 Area of Responsibility (AOR) ,USA
Description
THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A
NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING.
A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT December 23, 2024.
PROPOSALS ARE ANTICIPATED TO BE DUE ON OR ABOUT January 24, 2024.
Title: MULTIPLE AWARD CONSTRUCTION CONTRACT FOR THE VETERANS
INTEGRATED SERVICE NETWORK (VISN) 21
DESCRIPTION: THIS ACQUISITION IS FOR A FIRM-FIXED PRICE (FFP) IDIQ FOR
AWARDING CONSTRUCTION PROJECTS AT ANY OF VISN 21 FACILITIES.
This requirement will be 100% set-aside for Service-Disabled Veteran-Owned Small
Businesses.
The Veterans Network Contracting Office (NCO) 21, is procuring Construction Services from
construction firms capable of providing multiple-discipline construction services on an asneeded
basis for varying construction services. This requirement will be a multiple award
Indefinite Delivery Indefinite Quantity (IDIQ) contract.
This MACC will include requirements for the Veteran Affairs Health Care Systems (VAHCS)
under the VISN 21 AOR, including Hawaii, Guam, American Samoa, Saipan, Northern
California (to include but not limited to Fresno, Martinez, Mare Island, Mather, McClellan, San
Francisco, Palo Alto, Livermore, Monterey, San Mateo), and Nevada (to include but not limited
to Reno and Las Vegas).
The MACC will require contractors to furnish all labor, materials, equipment, and expert
supervision needed to accomplish the work in accordance with the
Description/Specifications/Statement of Work provided with each task order under the assigned
NAICS code. Task Orders will vary in size and dollar amounts. Task Orders (TO) shall include,
but are not limited to general construction categories which include maintenance, repair,
alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving and
earthwork, carpentry, concrete, roofing, site work, excavation, interior renovation, carpet-window
and door installation, electrical, steam fitting, plumbing, exterior and interior painting,
plaster/stucco, demolition, masonry or metal stud and sheetrock work, installation of acoustical
ceilings and light fixtures, HVAC installation and flooring installation. Work may involve some or
all the above elements of work.
This requirement consists of establishing a MACC resulting in the award of two (2) or more IDIQ
contracts with each IDIQ contract having a two-year base period and three one-year option
periods. These awardees will then be eligible to submit proposals in response to solicitations
issued to the MACC contractors. General construction requirements are delineated in the
project specifications for the IDIQ contract and supplemented by individual task orders. The
contractors shall provide all resources necessary to accomplish the deliverables described in
this statement of work (SOW) and task order specific SOWs, specifications, and project
drawings except as may otherwise be specified.
The period of performance for the MACC IDIQ contract will have a two-year base period. The
total guaranteed minimum quantity of service that the Government will acquire under the IDIQ
contract is $2,000.00, which also represents a bona fide need of the current fiscal year. The
guaranteed minimum award amount is for the entire contract duration. Firm-fixed price task
orders (TO) will be negotiated for this contract. The MACC TOs shall have a minimum value of
$2,000.00 and a maximum value of $10,000,000.00. Awardee ceiling is $50,000,000.00. A
cumulative (all IDIQs inclusive) maximum of $600,000,000.00 (ceiling) for the entire MACC IDIQ
contract term.
Task orders shall have defined periods of performance. Funded TOs shall have a separate
Notice to Proceed (NTP) issued to commence construction activities.
This is a two-phase, best value, trade off procurement. The Government intends to evaluate
Phase I submissions and move forward to Phase II without conducting discussions with any
Offeror, except for clarifications as described in FAR 15.206(a). However, the Government
reserves the right to conduct discussions with Phase I Offerors, if required.
The Phase I non-price evaluation factors are anticipated to be FACTOR 1 – Safety, FACTOR 2
– Experience, FACTOR 3 – Past Performance. The Phase I documents will be available on or
about December 23, 2024, through the SAM.gov website with anticipated due date of January
25, 2025. The procurement consists of one solicitation with the intend to award multiple IDIQ
contracts. The Government anticipates awarding a minimum of two contracts for this
solicitation.
The Government intends to award two (2) or more IDIQ contract(s) to offeror(s) that provide a
complete proposal pursuant to the preparation requirements set forth in the narrative
instructions, and which are responsive to the evaluation factors established in the RFP. Any
offeror who does not meet the standards set in this solicitation, will be eliminated from
consideration. The Government reserves the right to award a contract without discussions.
Offerors must be registered and have an active, valid registration in the System for Award
Management (SAM) database. To obtain information and/or how to register visit the following
web site: https://sam.gov/content/entity-registration.
The Government will post the solicitation and all subsequent amendments to the Government-
Wide Point of Entry (GPE) System for Award Management (SAM) Web Site
https://sam.gov/content/home at no charge to prospective offerors. It is the Offeror’s
responsibility to obtain this solicitation and any subsequent amendments through this website.
Offerors are encouraged to visit this web site and become familiar with its content and
functionality prior to the solicitation issue date. Prospective Offerors must provide all
information necessary to receive posting notifications.
The NAICS code for this procurement is 236220, Commercial and Institutional Building
Construction, with a small business size standard of $45M. The Federal Supply Code (FSC):
Z1DA – Maintenance of Hospitals and Infirmaries. A seed project will be provided via
amendment for the Phase II evaluation, with the magnitude between $2,000,000 and
$5,000,000 in accordance with (IAW) Veterans Affairs Acquisition Regulations.
The POC for this project are as follows:
Contracting Officer, Ms. Priscilla Murray priscilla.murray@va.gov.
Contracting Officer, Mr. Corey Kline corey.kline3@va.gov
Important Notice: In accordance with 38 CFR Part 74 and VAAR 819.70 by submission of
documentation of Veteran status, ownership, and control sufficient to establish appropriate
status, offerors must be VERIFIED by the Department of Veteran Affairs within VetCert. Failure
to be VERIFIED within VetCert prior to submission of offer, and remain verified, will result in the
offeror’s proposal being deemed non-responsive and/or not eligible for award.
All offerors are urged to review the requirements in obtaining verification of their SDVOSB
status at https://veterans.certify.sba.gov/.
Attachments/Links
Contact Information
Contracting Office Address
- 10535 HOSPITAL WAY
- MATHER , CA 95655
- USA
Primary Point of Contact
- priscilla.murray@va.gov
- priscilla.murray@va.gov
- Phone Number 808-359-1313
Secondary Point of Contact
- Corey Kline
- corey.kline3@va.gov
- Phone Number 702791900013969
History
- Jan 08, 2025 10:17 am PSTPresolicitation (Updated)
- Nov 29, 2024 08:55 am PSTPresolicitation (Updated)
- Oct 22, 2024 11:06 am PDTPresolicitation (Original)