Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
ID: 36C26024R0087Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Wendy DuvalContract Specialist
    (509) 321-1919
    wendy.duval@va.gov
    Files
    Title
    Posted
    The Veterans Integrated Service Network (VISN) 20 is set to initiate a Multiple Award Task Order Contract (MATOC) for general construction across eight facilities in Washington, Oregon, Idaho, and Alaska. This contract aims to replace a previous MATOC that expired in August 2023, which had a total project ceiling of $1.95 billion. The new MATOC will be a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is expected to award up to 12 contracts with a shared ceiling of $500 million, beginning January 1, 2025. Market research confirms that sufficient SDVOSB contractors exist, ensuring competitive pricing and efficient execution of construction services. The consolidation is deemed necessary to enhance procurement efficiency and reduce acquisition lead times, potentially saving over 2,250 days during the five-year contract period. Although this acquisition may limit competition within the SDVOSB sector, small businesses can still participate as subcontractors. The procurement strategy aligns with federal policies prioritizing veteran-owned businesses and is validated by supporting market research demonstrating the necessity and justification for consolidation. This approach is projected to contribute positively to the agency's mission of supporting veterans' care through timely and efficient construction projects.
    The Department of Veterans Affairs' Network Contracting Office 20 (NCO 20) plans to award up to 12 Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for general construction services, specifically under NAICS code 236220. This procurement targets Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is set for facilities in Alaska, Idaho, Oregon, and Washington. The contracts will include a base period of one year with two additional two-year options and a total ceiling of $500 million. Task orders will range from a minimum of $2,500 to a maximum of $30 million, with a guaranteed minimum amount of $2,000 per contract. Proposal submissions will be electronic, with anticipated solicitation release on August 29, 2024, and proposals due by October 5, 2024. Interested parties must register on SAM.gov and be certified with the Small Business Administration’s VetCert. The document emphasizes that this is a presolicitation notice, not a solicitation, and indicates that all solicitation documents will be available on SAM.gov when released. Wendy Duval is the primary contact for inquiries.
    The document announces a modification to a previous notice regarding the VISN 20 General Construction MATOC Replacement Construction Services. It provides details about the solicitation, specifically the solicitation number (36C26024R0087) and the contracting office located in Vancouver, WA. The anticipated timeline includes the solicitation release in December 2024, with proposal submissions expected in January 2025, and contract awards anticipated in February or March 2025. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the product service code Z1DA, with a corresponding NAICS code of 236220. The point of contact for inquiries is Contract Specialist Wendy Duval, whose contact details are provided. The document emphasizes the government's commitment to transparency and business opportunities primarily aimed at veteran-owned entities.
    The document outlines a modification to a previous notice regarding the VISN 20 General Construction MATOC Replacement Construction Services. The contracting office is based in Vancouver, Washington, with a specific point of contact, Contract Specialist Wendy Duval. The anticipated solicitation release is set for January 2025, with proposals due in February 2025 and contract awards expected in March or April 2025. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220, which pertains to commercial and institutional building construction. The information is critical for potential bidders to prepare for the forthcoming solicitation process and understand the timeline involved, ensuring compliance with requisite guidelines.
    The document outlines a modification to a prior notice regarding the VISN 20 General Construction MATOC Replacement Construction Services solicitation. It specifies that the solicitation number is 36C26024R0087, with a response deadline of February 28, 2025, at 15:30 Pacific Time. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 236220. The Network Contracting Office 20 in Vancouver, WA, is overseeing the contract, with Wendy Duval serving as the Contract Specialist. The anticipated timeline indicates that the solicitation will be released in February or March 2025, with proposals expected by April 2025 and contract awards around May or June 2025. Additionally, the government has determined that a consolidation of this requirement is necessary and provided supporting documentation for this decision. This modification reflects the government's intent to streamline and manage construction service needs through a more comprehensive approach.
    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--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), specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This contract will cover a range of construction projects, including maintenance, repair, and minor construction across various facilities within the Veterans Integrated Service Network (VISN) 21, with a total ceiling of $600 million and individual contract limits of $50 million. The procurement process emphasizes the importance of fair competition and quality performance, requiring bidders to submit both technical and price proposals, with a guaranteed minimum order of $2,000. Interested contractors must ensure they are VetCert verified SDVOSBs and are encouraged to contact Priscilla A. Murray at priscilla.murray@va.gov or 808-539-1313 for further details, with proposals due by the specified deadlines.
    West Texas MATOC Sources Sought
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified contractors for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, known as the West Texas MATOC, aimed at providing construction services at various VA facilities in Texas. The procurement focuses on gathering details about potential sources capable of fulfilling requirements under NAICS code 236220, with a funding cap of $100 million, excluding modifications, and a preference for small business concerns, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors will be responsible for supplying all necessary labor and materials for general construction, repairs, and maintenance of facilities, with compliance to state laws, especially regarding non-asbestos materials, being a critical requirement. Interested businesses must submit their company information, bonding capabilities, and past project performance by February 14, 2025, and can direct inquiries to Horacio Fernandez at horacio.fernandez@va.gov or by phone at 254-421-4096.
    Z1DA--New MATOC Coatesville VAMC | 542-18-106 | NCO 4 Construction East | Status: (VA-25-00005660)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide construction services for the Coatesville VA Medical Center under a new Multiple Award Task Order Contract (MATOC). This Sources Sought Notice aims to gather information on contractors' capabilities to perform maintenance, repair, and construction services over a five-year period, with a cumulative task order limit of $150 million, primarily focusing on commercial and institutional building construction. Interested firms must demonstrate their qualifications, including proof of SDVOSB certification, and submit their responses by February 13, 2025, to the Contract Specialist, Vanessa Chmielewski, at vanessa.chmielewski@va.gov. All responses must include relevant business details and are essential for shaping the acquisition strategy for upcoming projects.
    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.
    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.
    Y1DB--CON 663-CSI-021 Renovation Bldg-100 for IR Lab(Tier 1) VA Pugent Sound Health Care - Seattle Division Seattle, WA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 100's second floor at the VA Puget Sound Health Care System in Seattle, Washington, specifically for the Interventional Radiology (IR) Lab Replacement project. This construction initiative, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations including demolition, structural upgrades, and installation of new imaging equipment, with an estimated project cost ranging from $500,000 to $1,000,000. The successful contractor will be responsible for ensuring minimal disruption to ongoing medical services while adhering to strict safety and operational standards throughout the renovation process. Proposals are due by February 24, 2025, with inquiries to be directed to Contract Specialist Kenneth R. Winfield at KENNETH.WINFIELD@VA.GOV.
    6835--Bulk Oxygen in support of Veteran Integrated Service Network (VISN) 20 - See solicitation documentation for locations - Multiple locations within PNW
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a contract to supply bulk oxygen and associated services for the Veteran Integrated Service Network (VISN) 20, covering multiple locations in the Pacific Northwest, including Idaho, Washington, and Oregon. The procurement includes the delivery of medical-grade liquid bulk oxygen, telemetry monitoring services, and tank rentals, with specific requirements for various tank sizes and emergency delivery capabilities. This initiative is crucial for ensuring the timely provision of medical supplies to support the healthcare needs of veterans in the region. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their proposals electronically by December 30, 2024, at 1 PM Eastern Time, with the contract performance period set to begin on February 1, 2025, and extend through January 31, 2030. For further inquiries, potential bidders can contact Contracting Officer Jennifer Robles at jennifer.robles1@va.gov.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a design-build project to replace the overhead paging system at the Salem Veterans Affairs Medical Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and tools for the installation of a modern paging system across multiple buildings on the campus. The project, which is budgeted between $500,000 and $1,000,000, emphasizes compliance with safety and regulatory standards, and proposals will be evaluated primarily on technical capability rather than price. Interested bidders must submit their proposals by April 1, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.