Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C25222B0026
PRESOLICITATION NOTICE for 36C25222B0026 This notice does NOT constitute a request for proposal, request for quote or invitation for bid. Captain James A. Lovell Federal Health Care Center has a requi...
PRESOLICITATION NOTICE for 36C25222B0026 This notice does NOT constitute a request for proposal, request for quote or invitation for bid. Captain James A. Lovell Federal Health Care Center has a requirement for an Indefinite Delivery Indefinite Quantity, (IDIQ) contract for construction services. The work to be performed will consist of a wide range of individual construction tasks to include, but not limited to: Any of the MasterFormat® divisions of work, including but not limited to safety and security, demolition, excavation, site utilities, asphalt and concrete paving, masonry, steel, carpentry, interior renovation, carpet, window and door installation, painting and stucco, roofing, plumbing, HVAC, electrical, telecom, special construction, and asbestos abatement. This contract shall not include medical facilities engineering support services, such as utility plant operation, custodial, grounds maintenance, and similar work. No Task Order will be issued for Architect/Engineering services, however, coordination, installation, shop, and as-built drawings, when required, shall be provided by the contractor, who may need to engage design professionals to support their planning and quality assurance, as appropriate. The successful offeror will be required to furnish all materials, labor, equipment, and competent supervision necessary to manage and accomplish individual projects. Individual task orders will be between $2,000 and $1,000,000. The Government anticipates the award of one Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The IDIQ will be a three (3) year base contract with zero (0) option periods. The guaranteed minimum award amount for the life of the contract is $5,000.00. The maximum value is $10,000,000.00. The solicitation, specifications and drawings will be posted at https://sam.gov/. There will be a pre-bid conference held for this project and all prospective bidders are strongly encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. Pursuant to Public Law 109-461, this solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. In accordance with VAAR 819.7003(b), at the time of submission of bid, the bidder must represent that it is a SDVOSB concern, a small business concern under the NAICS code assigned to the acquisition, and is CVE verified for eligibility in the VIP database. The solicitation will be issued on or about 3-24-2022 with the bid opening on or about 4-25-2022. The bidder is responsible for monitoring and downloading any amendments which may be issued to this solicitation from https://sam.gov/. The North American Industry Classification Code (NAICS) for this procurement is 236220; size standard $36.5 Million applies.