Description
This is a Pre-Solicitation announcement to inform potential offerors of the Department of Veterans Affairs intent to advertise a Request for Proposal (RFP) for Project 515-24-500
Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) for the Battle Creek, Michigan VA Medical Center (VAMC) . The RFP is planned to be issued on or about April 9,
2024. The Battle Creek, Michigan VAMC is in need of expedited procurement capabilities to provide simplified non-complex, general construction services for smaller construction projects
that are to accomplish maintenance, alterations, and repair of buildings, structures, or other real property. Federal Acquisition Regulation (FAR) Part 15 negotiated procedures will be
used for this acquisition. The acquisition is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). One contract is contemplated to be awarded however the
Government reserves the right to award multiple contracts at the discretion of the Contracting Officer. The primary North American Industry Classification system (NAICS) code for this
acquisition is 236220: General Contractors Commercial and Institutional Building Construction. The small business size standard is $45 million. The selected IDIQ contractor shall provide
general construction work via the placement of individual Task Orders within minimum and maximum limitations of $2,000.00 up to $750,000.00 per task order respectively. The total value of
the Task Order awards against the IDIQ contract shall not exceed $30,000,000.00. The minimum guarantee for the awarded IDIQ contract is $2,000.00. The prospective contractors must fully
demonstrate their abilities as well as specific expertise in concurrently accomplishing a variety of construction projects in accordance with the specifications, drawings, sketches,
regulations, codes, laws, and other applicable contract terms and conditions. FAR 15 source selection procedures will be used to evaluate the firm s qualifications against a variety of
factors including experience of key personnel, past performance, quality, subcontracting, scheduling, management, and cost control. The Solicitation shall state that Technical and Past
Performance, when combined, are significantly more important than price. The Government may award to other than the lowest price offeror or other than the highest technically rated
offeror in order to select the contractor whose offer represents the best value to the Government (see FAR 15.101-1). A Pre-Proposal conference and site visit will be announced in the
Solicitation. Conference registration details will be made available in the solicitation. Interested contractors should register in order for the Government to plan for the number
attending. All information, amendments and questions concerning this solicitation will be electronically posted at the following we page: https://sam.gov/content/opportunities. This
notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation
via Contract Opportunities at. https://sam.gov/content/opportunities. Address all questions in writing to Contract Specialist Terrance Deininger via email at terrance.deininger@va.gov .
No fax or telephone inquiries will be answered.