Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DA--Multiple Award Task Order Contract (MATOC), Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, Lexington VA Healthcare System, Bowling and Sousley Campuses in Lexington, KY.

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 (Original)
  • Original Published Date: Jun 25, 2024 04:32 pm EDT
  • Original Response Date: Jul 15, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Lexington VA Healthcare System Troy Bowling and Franklin R. Sousley Campuses Lexington , KY
    USA

Description

The Department of Veterans Affairs (DVA) Lexington VA Healthcare System, which includes the Troy Bowling and Franklin R. Sousley Campuses, has a continuing requirement for construction period services for Non-Reoccurring Maintenance (NRM) projects, and other construction projects related to facility improvements, alterations and repairs of buildings, structures and other real property. The resulting Multiple Award Task Order Contract (MATOC) is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract that will have task orders issued that vary in scope and magnitude of the work involved, which shall include but is not limited to such trades as 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 and repairs. Work may involve some or all the above elements of work. NAICS Code 236220 is applicable to this requirement. The Small Business size standard is $45M. While the primary NAICS code is 236220, other NAICS codes applicable to task orders to be issued under the MATOC are as follows: 236110, 237110, 237990, 238110, 238120, 238140, 238150, 238160, 238170, 238190, 238210, 238220, 238290, 238310, 238320, 238330, 238340, 238350, 238390, 238910 and 238990. This acquisition will be conducted in accordance with FAR 15.101-1, Negotiated Procurement utilizing the Lowest Price Technically Acceptable Source Selection procedures, which will result in up to six (6) firm-fixed price MATOC contracts. The government will consider prices, other non-cost factors/sub-factors and past performance as the basis for selecting awardees. The terms of the MATOC contracts will be for one (1) base year period, and four (4) one year option periods. Subsequent individual task orders will be competed amongst other MATOC contract awardees. Individual Task Order will include work requirements, specifications, and drawings for that project. This solicitation will be a 100% Set-Aside for Service-Disabled Veteran Owned Small Businesses. To be eligible for award, at the time which offers are due and delivered to the Contracting Specialist, the offeror must be visible in VetCert, Veteran Small Business Certification (sba.gov). Prospective offerors must also be registered in the System for Award Management (SAM) database. Firms can register via the SAM Internet site at https://sam.gov. No telephone or email requests regarding this announcement will be responded to. Prospective offerors shall be located, either by virtue of their main office or a satellite operation base, within an area permitting a maximum of a four (4) hour response time to the Medical Center. Said office or satellite base must be operational at contract award and throughout the duration of the contract, and shall be open for business from 8:00 am to 4:30 pm, Monday through Friday, excluding federal holidays. The solicitation will be available for download sometime after 7/15/2024. VA will not maintain a manual list of interested firms. It is the prospective offeror's responsibility to monitor this site for the release of any changes or updates to this solicitation announcement. END OF PRE-SOL NOTICE

Contact Information

Primary Point of Contact

Secondary Point of Contact





History