Skip to main content

An official website of the United States government

You have 2 new alerts

Z2DA--Multiple Award Task Order Contract (MATOC) Veterans Integrated Service Network (VlSN 19)

info alert

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: Solicitation (Updated)
  • Updated Published Date: Nov 21, 2023 08:46 am MST
  • Original Published Date: Sep 30, 2022 11:35 am MDT
  • Updated Date Offers Due: Dec 15, 2023 02:00 pm MST
  • Original Date Offers Due: Nov 01, 2022 02:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 31, 2024
  • Original Inactive Date: Nov 16, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    84148

Description

This procurement effort is for construction and two-phase design-build services at Veterans Integrated Service Network (VISN) 19 station locations including, but not limited to, Denver, Grand Junction, Colorado; Cheyenne, Sheridan, Wyoming; Fort Harrison, Montana; Salt Lake City, Utah; Muskogee, Oklahoma City, Oklahoma; and all connected community-based outpatient clinics (CBOCs).

This project consists of establishing Multiple Award Task Order Contract (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) under Project Number V19-21-0001.  The Government estimates awarding two or more MATOC awards to Offerors that conform to the proposal requirements set forth in the RFP and represent the best value to the Government.  The Government reserves the right to award up to any number of contracts that is deemed in the best interests of the Government.  Each IDIQ contract will have a base year and four one-year option periods.   These awardees will then be eligible to submit proposals in response to solicitations issued to the MATOC IDIQ 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 MATOC IDIQ contract will have one-year (12 months) base period and four (4) one‐year (12 months) option periods. 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 (including option periods).  Firm‐fixed price task orders (TO) will be negotiated for this contract. The MATOC IDIQ TOs shall have a minimum value of $15,000.00 and a maximum value of $20,000,000.00 and no dollar limit per year up to a maximum of $500,000,000.00 for the entire MATOC IDIQ contract term. In scope modifications do not count toward the $500,000,000.00 maximum of the MATOC IDIQ contract term.  The option periods may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the MATOC IDIQ contractor’s performance under the subject contract.

Contact Information

Contracting Office Address

  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA

Primary Point of Contact

Secondary Point of Contact





History