Page 5 of 5 HIS IS A PRESOLICITATION NOTICE ONLY: No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to notify potential Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), in accordance with the requirements of Public Law 109-461, of this requirement. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 16 has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property, and minor construction relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), for the following VISN 16 location: G.V. (Sonny) Montgomery Department of Veteran Affairs Medical Center in Jackson, MS. Any contracts awarded will cover work at this medical center. One pool of contractors will be selected for award. Contract award will occur upon evaluation and selection of the proposals determined to best serve the Government. Please do not send questions to this notice as it is only a Pre- Solicitation Notice. Questions will be accepted only after the solicitation has been published. The period of performance will be 548 calendar days from the Notice to Proceed. The anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be five-year firm and will be awarded as Multiple Award Task Order Contracts (MATOCs) using FAR 15.101-1. The contractor shall receive from the Contracting Officer a Request For Proposal (RFP) for each individual task order. Typical work includes, but is not limited to: interior and exterior renovations and alterations, electrical, plumbing, mechanical, heating and air-conditioning, HVAC Controls, fire suppression, intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt, paving, storm drainage, limited environmental remediation, construction of new facilities, demolition, surveys, and other related work. Projects will be design/bid/build from already completed designs, or projects including a statement of work/scope of work and using the VA Master Construction Specifications (http://www.cfm.va.gov/til/spec.asp). The guaranteed minimum for this contract is $25,000.00 per year (including option periods). The value for each subsequent individual Task Orders will be a minimum of no less than $2,000 and estimated maximum of $500,000 over the base year and Four additional 12-Month Option Periods. ($25M is a combined contract total with each contract maximum set at $2.5M per performance period and $12.5M maximum over the Base Year and Four additional 12-Month Option Periods.) All contract work will be completed through individual Firm Fixed Price (FFP) task orders awarded for individual projects. Each task order will be individually priced and have its own wage determination. Task orders will be issued on a competitive basis among the MATOC holders only and the VA reserves the right to add Technical and Past Performance on more complex projects, but Price only is the preferred method for evaluation. There is a Seed Project (Repurpose PT/OT Space for IMD) that has been added to this requirement and will be awarded using FAR 15.101-1. This will also require an Offer Guarantee (i.e. Bid Bond). Limitations on Subcontracting: In the case of a contract for general construction, the prime contractor will not pay more than 5% of the amount paid by the government to its firms that are not VIP-listed SDVOSBs. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime contractor may be paid to firms that are not VIP-listed SDVOSBs. The solicitation will be issued as a Request for Proposals (RFP). Interested parties are strongly encouraged to register to receive notification of actions including posting of the solicitation and any amendments. ADDITIONALLY, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE The applicable North American Industrial Classification System (NAICS) Primary Code is 236220 - Commercial and Institutional Building Construction and the Small Business Administration s (SBA) Size Standard is $45M. Other 237 or 238 NAICS Codes may also be used to include, but not limited to, the following: NAICS 237130 - Power and Communication Line and Related Structures Construction, NAICS 237310 - Highway, Street, and Bridge Construction, NAICS 238160 - Roofing Contractors, NAICS 238210 - Electrical Contractors and Other Wiring Installation Contractors, NAICS 238220 - Plumbing, Heating, and Air-Conditioning Contractors, and NAICS - 238910 Site Preparation Contractors. The magnitude of construction is between $2,000,000 and $5,000,000. Interested offerors are asked to please first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. The RFP number for this project is 36C25625R0088. The tentative date for issuing the RFP is on or around April 24, 2025, with proposals due approximately 30 calendar days later on- or-around May 24, 2025 (the RFP will state the exact time/date that proposals are due). The RFP will be posted and can be downloaded (without charge) from the SAM.gov website. Amendments to the RFP will not be mailed out but will be posted at the SAM.gov website Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the SAM.gov website and for acknowledging all amendments to the RFP. It is the responsibility of all interested offerors to check the SAM.gov website necessary for any Amendments to the RFP (to include the day bids are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, the offeror must represent to the Contracting Officer that is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Small Business Association website Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov and have the Veterans Small Business Certification. SDVOSB concerns must also be registered in the System for Award Management (SAM) database at www.sam.gov. DISCLAIMER: This Pre-solicitation Notification is NOT a Solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any liability associated with the submission of information in response to this notice is the responsibility of the submitting contractor. The Government shall not be held responsible or liable for any information submitted, or for any costs associated in response to this notice. End of Document
Background
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 16 has a requirement for ongoing facilities construction, alterations, and repair of buildings, structures, and other real property at the G.V. (Sonny) Montgomery Department of Veterans Affairs Medical Center in Jackson, MS.
This presolicitation notice is intended to inform potential Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) about this requirement in accordance with Public Law 109-461. The goal is to select a pool of contractors for future task orders that best serve the Government's needs.
Work Details
The contract will cover various construction tasks including but not limited to:
- Interior and exterior renovations and alterations
- Electrical work
- Plumbing
- Mechanical systems
- Heating, ventilation, and air conditioning (HVAC)
- HVAC controls
- Fire suppression systems
- Intrusion alarms
- Communications systems
- Limited utilities
- Site work
- Landscaping
- Fencing
- Masonry
- Roofing
- Concrete work
- Asphalt paving
- Storm drainage solutions
- Limited environmental remediation
- Construction of new facilities
- Demolition activities
- Surveys and other related work. Projects will follow a design/bid/build approach using completed designs or statements of work/scope of work aligned with VA Master Construction Specifications.
Period of Performance
The period of performance for the contract will be 548 calendar days from the Notice to Proceed.
Place of Performance
The construction projects will be performed at the G.V. (Sonny) Montgomery Department of Veterans Affairs Medical Center in Jackson, MS.