C1DA--Engineering Services MATOC IDIQ Determination and Finding for Consolidation
ID: 36C26025R0038Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)
Timeline
    Description

    The Department of Veterans Affairs is initiating a procurement opportunity for engineering services through a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, specifically targeting Service-Disabled Veteran Owned Small Businesses (SDVOSBs) across Alaska, Idaho, Oregon, and Washington. This initiative, with an estimated shared capacity of $65 million over a five-year term, aims to streamline service provision, reduce procurement lead times, and enhance efficiency in project execution, thereby supporting the mission to care for veterans. The consolidation of these services is justified under federal regulations to foster competition among veteran-owned firms, with responses due by March 31, 2025, at 17:00 PT. Interested parties should direct inquiries to the contracting team, led by Wendy Duval and Helen Woods, via email at Wendy.Duval@va.gov, as telephonic inquiries are currently discouraged.

    Point(s) of Contact
    Wendy Duval & Helen WoodsContracting Team
    no telephonic inquiries at this time please
    Wendy.Duval@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), through its Veterans Health Administration, announces a Special Notice regarding the anticipated solicitation for Engineering Services under the MATOC IDIQ agreement. This notice serves to publicize the consolidation determination as required by FAR 7.107-5(c), indicating that consolidating the procurement is deemed necessary and justified. The contracting office, located in Vancouver, WA, is seeking responses by March 31, 2025, at 17:00 PT. The solicitation number is 36C26025R0038. Interested parties are directed to the contracting team for inquiries, although telephonic inquiries are currently discouraged. The associated product service code is C1DA, and the relevant NAICS code is 541330. This notice aims to enable efficient procurement processes while maintaining compliance with federal regulations and guidelines.
    The Veterans Integrated Service Network (VISN) 20 is establishing a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for engineering services across Alaska, Idaho, Oregon, and Washington. With an estimated shared capacity of $65 million and a five-year term, this procurement primarily targets Service-Disabled Veteran Owned Small Businesses (SDVOSBs). This MATOC will streamline service provision by reducing procurement lead times and enhancing efficiency, achieving quicker project execution. Following market research, the contracting office has determined that consolidating these services under a MATOC is justified, as it reduces the complexities associated with individual procurements. The initiative is compliant with the Veterans First Contracting Program, prioritizing SDVOSBs. While this strategy may limit non-SDVOSB participation, the intent is to foster enhanced competition among veteran-owned firms. Anticipating strong interest, with eight eligible contractors expected to engage, the procurement aims to support the timely completion of projects, furthering the mission to care for veterans by ensuring efficient use of resources and small business engagement.
    Lifecycle
    Similar Opportunities
    C1DA-- Engineering Services MATOC IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the Engineering Services MATOC IDIQ solicitation (36C26025Q0001). This contract aims to support facilities within the Veterans Integrated Service Network (VISN) 20, covering regions in Alaska, Idaho, Oregon, and Washington, with an estimated total capacity of $65 million. The services will include various engineering tasks such as design and construction, emphasizing the importance of enhancing infrastructure for veteran services. Interested firms should note that the anticipated release date for the solicitation is now set for March 2025, with responses due by July 4, 2025. For further inquiries, potential bidders can contact Helen Woods at Helen.Woods@va.gov or call 253-888-4915.
    Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the VISN 20 General Construction MATOC Replacement Construction Services procurement. This initiative aims to establish a Multiple Award Task Order Contract (MATOC) for general construction services across eight facilities located in Washington, Oregon, Idaho, and Alaska, with a total ceiling of $500 million. The contracts will facilitate essential construction services that support the agency's mission of providing care to veterans, with the solicitation expected to be released in December 2024 and proposals due in January 2025. Interested parties should contact Contract Specialist Wendy Duval at wendy.duval@va.gov or 509-321-1919 for further information.
    Z1DA--FY25 VISN 21 Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the FY25 VISN 21 Multiple Award Construction Contract (MACC), aimed specifically at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This contract encompasses a two-year base period with three additional one-year options, allowing for an aggregate value not exceeding $600 million, facilitating various construction projects including maintenance, repair, and minor construction across multiple facilities. The procurement process emphasizes the importance of past performance and relevant experience, with proposals due by the specified deadline, and a minimum award guarantee of $2,000 per contract. Interested contractors can direct inquiries to Priscilla A. Murray at priscilla.murray@va.gov or Corey R. Kline at corey.kline3@va.gov for further details.
    Z2DZ--Network (VISN) 17 Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Site Prep
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on site preparation for the renovation of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses comprehensive construction services, including the relocation of utilities and adherence to strict safety and infection control protocols, with a project magnitude estimated between $20 million and $50 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal regulations while maintaining operational integrity during construction. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Rhonda Richardson at rhonda.richardson5@va.gov or by phone at 254-421-5722.
    Q509--VISN 20 Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for onsite Primary Care Physician Services within Veterans Integrated Service Network 20, with a presolicitation notice expected to be released around March 1, 2025. The procurement aims to secure physicians who are board-certified or board-eligible in Internal Medicine or Family Practice to provide essential healthcare services at various VA medical centers and clinics across Oregon, Washington, and Idaho. This initiative is critical for ensuring that veterans receive high-quality primary care services in accordance with established medical guidelines. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should note that proposals will be due by March 31, 2025, and further details can be accessed through the Contract Opportunities website at sam.gov.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    Y1DA--CON-NRM 463-22-106 Physical Therapy
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide physical therapy services under the presolicitation notice 36C26025R0022, specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The primary objective of this procurement is to engage contractors who can deliver tailored solutions that comply with federal, state, and local regulations, ensuring high-quality care for veterans. This opportunity is critical as it supports the health and rehabilitation needs of veterans, emphasizing the importance of innovative and collaborative approaches in service delivery. Interested parties must submit their proposals by March 14, 2025, at 8:00 AM Pacific Time, and can direct inquiries to Contract Specialist Susan L. Howe at Susan.Howe2@va.gov or by phone at 208-422-1000 x 2027.
    Z2DA--SATOC General Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Single Award Task Order Contract (SATOC) to provide general construction services at the Connecticut Healthcare System, specifically for its West Haven and Newington campuses. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses non-complex construction projects valued between $2,000 and $1,000,000, with a total cap of $7,500,000 over a five-year period. The selected contractors will be responsible for routine maintenance, alterations, and repairs, ensuring compliance with rigorous safety and quality control measures, particularly in relation to infection control during construction activities. Proposals must be submitted electronically by March 5, 2025, at 4:00 PM ET, and interested parties can contact Judith Ruggiero at judith.ruggiero@va.gov for further information.
    C219--Topography Services 692-23-103
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide topographic survey and private utility location services under solicitation number 36C26025R0048, specifically for a project in White City, Oregon. The objective is to create a detailed topographic map that includes benchmark points, terrain features, and underground utilities, with deliverables required in both electronic formats and hard copies. This initiative emphasizes the government's commitment to utilizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for critical infrastructure projects, ensuring high standards of performance and compliance with federal regulations. Interested parties must submit their qualifications via Standard Form (SF) 330 by March 4, 2025, and should direct inquiries to Helen Woods at helen.woods@va.gov, as telephonic inquiries are not permitted.
    Q702--John J. Pershing Farmington VA Healthcare Clinic (HCC) IOTA Contract
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Farmington VA Healthcare Clinic in Farmington, MO. The objective of this procurement is to enhance healthcare services for veterans by constructing a facility that will expand care offerings, including primary care, mental health, and specialty services, thereby alleviating capacity issues at the John J. Pershing VAMC in Poplar Bluff. This firm-fixed-price contract is crucial for improving operational efficiency and the overall veteran experience, with a performance period estimated at 33 months. Interested parties should note that the solicitation is expected to be published on March 20, 2025, with proposals due by April 22, 2025; inquiries should be directed to Contract Specialist Katherine Johnson at Katherine.Johnson6@va.gov or by phone at 216-447-8300.