*= Required Field
Sources Sought Notice
Page 1 of 5
For the purposes of market research, this is a Sources Sought Synopsis only. This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. There is no bid package or solicitation. All responses will be provided in writing via e-mail. No presentations will be scheduled.
The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 21 is seeking responses from Service-Disabled Veteran Owned Small Businesses (SDVOSB) with interest and current relevant qualifications, experience, personnel, capacity and capability to perform the work described below at various installations and facilities serviced by NCO 21. The government intends to use this information to determine the feasibility of meeting agency socio-economic goals. The work will be performed in NCO 21 Area of Responsibility (AOR), which includes 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 Reno and Las Vegas Nevada.
The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction, and the small business size standard is $45.0 million.
The government anticipates awarding a Multiple Award Task Order Contract (MATOC). The anticipated amount of awards is unknown at this time. It is anticipated that task orders will be issued as firm-fixed-price between the range of $2K up to $20 million.
The work covered by this planned contract consists of task orders for construction located within the NCO 21 AOR. Planned projects may be for new construction, repair, alteration, or renovation by design-build or design-bid-build of administrative facilities, hospital facilities, outpatient clinics, research facilities, veteran centers, warehouse facilities, or other similar facilities. Projects may involve multiple trades, working in areas with limited access, constructing various projects simultaneously, or managing multiple work sites. Projects may be required to meet or exceed energy and sustainable design contract requirements.
* Partnerships will be in compliance of VAAR clause 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction and will be incorporated in any future contract.
General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.
Interested SDVOSBs are invited to respond to this Sources Sought by completing and returning the response form provided with the announcement published on Contract Opportunities (SAM.gov). Each responding SDVOSB is requested to provide one (1) to three (3) example projects which best demonstrate the company's experience relative to the types of work covered by this requirement in order for NCO 21 to determine there are a sufficient number of qualified SDVOSBs to set the solicitation aside for SDVOSB. Example projects should be representative of NAICS 236220, the description above, and be similar in size, scope, and complexity to this requirement. Example projects completed within the past five years are considered more relevant than projects completed more than five years ago. Example projects with federal, state, or local Government, and/or commercial customers will be accepted.
Please Do Not submit more than (3) example projects.
When completing the response form, please ensure the form is completed in its entirety and accurately. NCO 21 will use these forms to determine if there are a sufficient number of qualified SDVOSBs available to further set-aside the solicitation to meet agency socio-economic goals. If an insufficient number of qualified responses are received, NCO 21 may issue the solicitation as a small business set aside. Within the Narrative Description section of the response form, describe the projects sufficiently to demonstrate your firm's experience with the types of work described in the work description above.
Respondents will NOT be notified of the results of the sources sought. Respondents are encouraged to follow the SAM.gov posting for updates as this requirement materializes.
Please respond to this announcement by 2:00 p.m. Pacific Daylight Time (PDT), Friday, February 9, 2024 by submitting an e-mail with an attached electronic copy of your response to the following individuals:
Ms. Priscilla Murray, priscilla.murray@va.gov
Mr. Corey Kline, corey.kline3@va.gov
Ms. Nicole Renfrew, nicole.renfrew@va.gov
Please name the subject line of your e-mail as "(Insert Company Name) - Sources Sought Response
36C26124R0035". Emails shall be no more than 5 MB in size. If more than 5 megabytes are needed, more than one email may be sent. Please name your attached electronic file response as "(Insert Company Name) 36C26124R0035 Sources Sought Response 36C26124R0035.doc" (or.docx or .pdf as appropriate).