AE MATOC IDIQ (NCO 22) SOLICITATION
ID: 36C26224R0013_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Architectural Services (541310)

PSC

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

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (A/E) Multiple Award Task Order Contract (MATOC) under the AE MATOC IDIQ (NCO 22) Solicitation. The contract aims to provide multi-discipline design services for various projects across Veterans Integrated Service Network 22, which includes facilities in Arizona, New Mexico, and Southern California, with a total contract value anticipated not to exceed $45 million over a five-year period. The selected firms will be responsible for a range of services, including planning, design, environmental studies, and construction management, ensuring compliance with federal guidelines and standards. Interested parties must submit their proposals electronically by October 7, 2024, and direct any inquiries to Erin Watson at erin.watson3@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a comprehensive directory of guidelines, manuals, and standards pertinent to federal and state construction projects overseen by the Veterans Affairs (VA) facilities. It outlines various requirements for Building Information Modeling (BIM), architectural and engineering submissions, design reviews, and specialized studies related to safety and environmental compliance, including fire protection and HVAC systems. Key documents referenced include the VA BIM Standard, specific design manuals for architecture and electrical systems, and assessment tools for subsurface investigations and risk management. Furthermore, it details several regulatory guidelines, such as those pertaining to sustainability and energy efficiency certifications in construction projects. Contact information for qualifying professionals, including fire protection engineers and survey specialists, is also included to facilitate compliance with relevant codes. This extensive compilation is essential for ensuring adherence to standards in the planning and execution of VA-related construction, ultimately aiming for safety, operational efficiency, and quality in federal projects. The document reflects the VA's commitment to maintaining high standards in facility design and management within the bounds of federal regulations and local requirements.
    The file outlines resources relevant to government contracting, specifically focusing on forms required for architect-engineer qualifications in federal solicitations. It directs readers to the GSA Forms Library, which includes the SF 330 form designed for gathering architect-engineer qualifications for federal projects. Additionally, it references the VA Forms Library, highlighting VA Form 6298, which pertains to veterans' affairs-related documentation. This information is essential for businesses and professionals seeking to participate in federal and state RFPs, ensuring they meet the necessary qualifications and have access to the required forms for submitting proposals. The document's structure is straightforward, providing links to pertinent resources, facilitating the process for entities involved in government contracting. Overall, it serves as a guide for those preparing to navigate the qualifications review process in government contracting contexts.
    Solicitation #36C26224R0013_1 pertains to a Past Performance Questionnaire for the VISN 22 Architectural-Engineer IDIQ MATOC contract with the Veterans Affairs (VA). This confidential document is intended for evaluation of contractor performance through ratings in various categories, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and general compliance. Contractors must provide detailed information about their company, contract specifics, work types, project complexity, and client details. They also need to outline performance strengths and weaknesses while completing a series of rating scales (Exceptional to Unsatisfactory) on aspects like quality of work, timeliness, customer relations, financial management, and safety practices. The feedback solicited from clients is invaluable, reflecting on the contractor's cooperation, effectiveness, and overall satisfaction with the contractor's performance. Additionally, the document emphasizes the importance of timely responses and adherence to contractual obligations as a basis for future contract awards. This structured evaluation aims to assess performance risks associated with past contracts, supporting informed decision-making in the context of federal contracting processes.
    The document outlines an automated "Boiler Plate" Worksheet and Cover Page specifically for Architect-Engineer Proposals and Independent Government Estimates (IGE) used in federal bids. It emphasizes that the Prime A-E Worksheet aggregates data from various subconsultants, with the Cover Sheet summarizing key elements. The Detail Tab is for entering proposed hours by discipline for Investigative (Type A), Design (Type B), and Construction Support (Type C) services, which will be displayed in the Prime worksheet. Editable areas are highlighted in yellow to aid data entry, while other sections are locked to preserve formulas. Each proposal must include the Cover Sheet, Prime A-E Worksheet, and any subcontractor sheets needed. Instructions are provided for submission, including contact information for addressing technical issues. The worksheets include empty tables for various engineering roles, their proposed hours, rates, and total costs relevant to each type of service. There are additional sections for materials, overheads, and profit calculations, all pivotal for preparing bids that meet federal regulations. This structured approach ensures clarity and compliance in the bidding process, reflecting the meticulous nature of federal contracting.
    The document outlines a request for proposals (RFP) framework within the context of federal and state/local grants, focused specifically on the processes and cost estimations associated with investigative services, schematic design, design development, and construction period services for architectural engineering projects under the VA. It details sections for various employee roles, associated hourly wages, and the expected time commitment for each component, estimating a four-hour burden per respondent as required by the Paperwork Reduction Act. The document includes tables for salary costs, miscellaneous salary costs, incidental costs, and overhead, emphasizing the importance of meticulous cost tracking and compliance with federal guidelines. Additionally, it specifies requirements for on-site visits, managing project meetings, and delivering documentation, all while ensuring quality assurance and the completion of necessary deliverables. This comprehensive approach ensures transparency and accountability in the procurement process for architectural and engineering services, highlighting the government's commitment to effective resource management and regulatory adherence during project execution.
    The document outlines a Request for Proposals (RFP) by the U.S. Department of Veterans Affairs (VA) for professional Architect/Engineering (A/E) services through an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Veterans Integrated Service Network (VISN) 22. The contract aims to provide multi-discipline consulting services for facilities in Arizona, New Mexico, and Southern California, focusing on design, construction drawings, cost estimates, and other architectural services. This RFP is exclusively set aside for Service Disabled Veteran Owned Small Business (SDVOSB) firms. The evaluation process will assess firms based on professional qualifications, specialized experience, capacity to perform work, past performance, and knowledge of localities. The contract will span one base year with four optional extension years, with a maximum contract value of $45 million. Key dates for submissions and inquiries are provided, alongside criteria for potential contractors, including the necessity for compliance with limitations on subcontracting, particularly for SDVOSB concerns. Overall, this RFP underscores the government's commitment to enhancing infrastructure within VA facilities while supporting veteran-owned businesses.
    This document outlines amendments related to a government solicitation for the Veteran Regional Procurement Office, specifically for an RFP identified as 36C26224R0013. The purpose of this modification is to incorporate the government's responses to Request for Information (RFI) #0001. Key clarifications include confirmation of the applicable NAICS code, limitations on page counts for submission (20 pages for the SF330), guidance on submission requirements, and instructions on including pricing information. Respondents must adhere to specific formatting rules, such as font size and organization criteria. The document emphasizes the importance of acknowledging receipt of amendments and provides detailed tracking of questions and answers related to the solicitation. Overall, the amendment seeks to clarify submission guidelines and ensure transparency in the bidding process, reflecting best practices in government procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Indiana VA AE General IDIQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to establish Multiple Award Task Order Contracts (MATOC) for architectural and engineering services at VA facilities in Indiana. The selected firms will provide a comprehensive range of multidisciplinary services, including architectural, mechanical, structural, and environmental engineering, specifically for healthcare-related projects, adhering to federal guidelines and VA standards. This initiative emphasizes the importance of enhancing facilities for veterans while prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the procurement process, with an estimated contract value of $7.5 million per firm annually over a five-year period. Interested firms must submit their Standard Form 330s by September 17, 2024, and can direct inquiries to the primary contacts, Jeffery Hairston at jeffery.hairston@va.gov or Julie A Stout at Julie.Stout@va.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Indiana VA Mechanical, Electrical and Plumbing (MEP) AE IDIQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Mechanical, Electrical, and Plumbing (MEP) architect-engineer firms to establish Multiple Award Task Order Contracts (MATOC) for various VA facilities in Indiana, including Fort Wayne, Indianapolis, and Marion. The selected firms will provide professional engineering services, with a requirement that at least 51% of the services be engineering-related, encompassing areas such as mechanical, HVAC, plumbing, and other multidisciplinary services as needed. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 541330, with an estimated annual delivery order value of $7.5 million per firm over a five-year contract period. Interested firms must submit their qualifications via Standard Form 330 (SF330) by September 18, 2024, and can direct inquiries to Jeffery Hairston at jeffery.hairston@va.gov or Julie A Stout at Julie.Stout@va.gov.
    C1DA--VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified engineering firms to provide professional engineering services through a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for facilities located within the Veterans Integrated Service Network 1 (VISN-1). The objective is to secure comprehensive engineering services, including planning, design, and construction management for various projects, with individual task orders valued between $2,000 and $5,000,000, and a total contract capacity of $10 million over five years. These services are crucial for maintaining and upgrading the infrastructure of VA medical centers, ensuring compliance with federal standards and enhancing the quality of care for veterans. Interested firms must submit their qualifications via SF 330 forms by 4:00 PM EST on October 21, 2024, and can direct inquiries to Contract Specialist Paige Pearson at paige.pearson@va.gov.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity in support of roof and building envelope design, evaluation, and analysis services in support of Louisville District customers.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide comprehensive roof and building envelope design, evaluation, and analysis services under a Single Award Task Order Contract (SATOC) with a maximum cumulative value of $15 million. The contract, which spans five years, will focus on various architect-engineer services primarily for roofing and building envelope repair and replacement for Army Reserve projects nationwide, including U.S. territories. The selected firm will be responsible for producing designs, conducting site assessments, and managing construction-related activities, with individual task orders estimated between $150,000 and $6 million. Interested firms must submit their qualifications and past performance questionnaires by 2:00 PM Eastern on October 7, 2024, and can direct inquiries to Alex Hamilton at alex.j.hamilton@usace.army.mil or by phone at 502-315-6252.
    C1DZ--612-912 in Mather, CA - Minor Design for Relocation and Incorporation of Patient/Staff Safety for Nuclear Medicine
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the relocation and enhancement of patient and staff safety within the Nuclear Medicine department at the VA Northern California Healthcare System in Mather, CA. The project involves developing complete construction documents, including working drawings and specifications, for an estimated construction cost between $10 million and $20 million, with a focus on integrating advanced nuclear medicine capabilities to improve patient care. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with submissions due by 8:00 AM PT on October 9, 2024, and inquiries directed to Contract Specialist Synekka Bunroth at Synekka.Bunroth@va.gov.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    UNRESTRICTED MULTIPLE AWARD TASK ORDER CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) SERVICES
    Active
    Dept Of Defense
    The Department of the Army, specifically the US Army Engineer District Charleston, is seeking qualified firms to participate in an Unrestricted Multiple Award Task Order Contract for Multi-Discipline Architect-Engineer (A/E) Services to support government agencies within the South Atlantic Division (SAD) region. The contract will primarily focus on engineering services as defined under NAICS code 541330, which encompasses a range of architectural and engineering tasks. This procurement is vital for ensuring that the necessary engineering support is available to meet the diverse needs of government projects in the region. Interested firms must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) to comply with federal requirements. For further inquiries, potential offerors can contact Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045.