AE MATOC IDIQ (NCO 22) SOLICITATION
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: Sep 23, 2024 03:47 pm PDT
- Original Published Date: Sep 05, 2024 02:02 pm PDT
- Updated Date Offers Due: Oct 14, 2024 12:00 pm PDT
- Original Date Offers Due: Oct 07, 2024 12:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 29, 2024
- Original Inactive Date: Oct 22, 2024
- Initiative:
- None
Classification
- Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
- NAICS Code:
- 541310 - Architectural Services
- Place of Performance: Los Angeles , CAUSA
Description
9/23/2024 - Posted AMENDMENT 0002 (Included in Attachments Section - "36C26224R0013_1 AMENDMENT 0002 AE MATOC IDIQ FY25 FINAL"
9/12/2024 - Posted AMENDMENT 0001 (Included in Attachments Section - "S06 36C26224R0013_1 AMENDMENT 0001 AE MATOC IDIQ FY25 FINAL)
Veterans Integrated Service Network 22 (VISN 22), which includes all Veterans Affairs facilities in Arizona, New Mexico and Southern California (areas of responsibility include Loma Linda, Los Angeles, Long Beach and San Diego), is seeking A/E Firms capable of providing multi-discipline design services on an as-needed basis under Multiple, Single Award fixed price, indefinite-delivery, indefinite quantity (IDIQ) contract, in accordance with the Brooks Architect-Engineers Act (PL 92-582) and as implemented in FAR Part 36.6 and VAAR Part 836.6. Firms will be selected for negotiation based on demonstrated competence, qualifications, and experience.
We are soliciting the most highly qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to fulfill the governments design requirements for VISN 22. To assist the government in making an accurate determination, we must know your firms’ capabilities. The required design services will be for an undetermined number of projects of varying size and complexity. Services may include, but are not limited to, providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/construction management for work, building designs for facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations or other real property alterations. Additional services that may be required include, but are not limited to, Master Planning/Medical Planning preparation of designs, plans, drawings, life-style cost analysis, construction cost estimates, project specifications, fact-finding studies, surveys, investigations, hazardous material’s such as asbestos abatement, other professional A/E services not necessarily connected with a specific construction project, and supervision/inspections of projects under construction.
Interested parties must be registered in the System for Award Management (SAM) database at https://www.sam.gov. For firms claiming SDVOSB classification status, they must also be registered and certified through Veteran Small Business Certification (VetCert), located at https://www.veterans.certify.sba.gov.
The planned duration for these contracts will be a total of five years. The contract period of performance consists of a base contract period and four (4) option periods. The value of the A/E IDIQ contract is anticipated not to exceed $45M. The projected minimum ordering limit per task order is $2,500.00. The anticipated maximum ordering limit per task order is $5M.
The North American Industry Classification (NAICS) code for this acquisition is 541310 Architectural Services, which currently has a small business size standard of $12.5 million average annual revenue, NAICS 541320 Landscape Architectural Services, with a current small business size of $9 million and/or NAICS 541330, Engineering Services with a current small business size of $25.5 million average annual revenue.
Interested parties responding to this Solicitation shall follow the “Instructions to Offerors” within the S02 36C26224R0013_1 A/E MATOC IDIQ FY25 FINAL attached document.
The response date to this Solicitation is October 7, 2024 at 12:00 pm Pacific Standard Time. All Requests for Information (RFI’s) shall be submitted on or before September 20, 2024 at 2:00pm Pacific Standard Time. The Government will not pay any costs for responses submitted. Only electronic submissions are acceptable and may be directed to erin.watson3@va.gov.
ALL INFORMATION REGARDING THIS SOLICITATION WILL BE HANDLED AS RFI’S AND WILL BE MADE AVAILABLE VIA AN AMENDMENT.
Attachments/Links
Contact Information
Contracting Office Address
- 335 E. German Rd SUITE 301
- Gilbert , AZ 85297
- USA
Primary Point of Contact
- Erin Watson
- erin.watson3@va.gov
Secondary Point of Contact
- Jeanette Dedvukaj
- jeanette.dedvukaj@va.gov
History
- Nov 01, 2024 08:55 pm PDTSolicitation (Updated)
- Oct 01, 2024 01:01 pm PDTSolicitation (Updated)
- Sep 30, 2024 02:31 pm PDTSolicitation (Updated)
- Sep 23, 2024 03:47 pm PDTSolicitation (Updated)
- Sep 23, 2024 03:46 pm PDTSolicitation (Updated)
- Sep 12, 2024 10:51 am PDTSolicitation (Updated)
- Sep 12, 2024 10:28 am PDTSolicitation (Updated)
- Sep 12, 2024 10:25 am PDTSolicitation (Updated)
- Sep 05, 2024 02:02 pm PDTSolicitation (Original)
- Dec 22, 2023 08:55 pm PSTSources Sought (Updated)