VISN 7 CONSTRUCTION MATOC 36C24726R0026 - SOLICITATION
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 7, has issued a Solicitation (36C24726R0026) for a VISN 7 Construction Multiple Award Task Order Contract (MATOC). This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is for a broad range of construction, maintenance, alteration, and repair services at eight major medical facilities and other VA-owned facilities within VISN 7 (Alabama, Georgia, and South Carolina). This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 28, 2026, at 2:00 PM EDT.
Scope of Work
The MATOC will facilitate individual task orders for various construction projects, including demolition, renovation, new construction, and alterations. Work encompasses civil, HVAC, mechanical, electrical, plumbing, fire protection, life safety, architectural, carpentry, flooring, masonry, earthwork, concrete, and asphalt paving. Three "seed projects" are included to demonstrate the scope:
- Seed Project 1 (Charleston, SC): Renovate Restrooms, Stairwells, and Doors (Project 534-23-910).
- Seed Project 2 (Dublin, GA): Relocate Radiology & Nuclear Medicine (Project 557-20-101).
- Seed Project 3 (Tuskegee, AL): Correct Egress Door Deficiencies (Project 619A4-25-102).
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) MATOC.
- Ordering Period: Five years from the date of award.
- Maximum Aggregate Value: $900,000,000.
- Minimum Order Guarantee: $1,000 per contract.
- Task Order Magnitude: Individual task orders will range from $2,000 to $30,000,000.
Eligibility & Set-Aside
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified SDVOSBs listed in the SBA certification database at the time of submission and award. Additionally, offerors must be registered in SAM.gov and comply with VETS 4212 reporting requirements. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
Submission & Evaluation
Proposals will be evaluated using a "highest technically rated with a fair and reasonable price" approach. Evaluation factors include:
- Technical: Experience and Quality Control (technical proposals limited to 40 pages).
- Past Performance.
- Seed Project Price Proposals: Offerors must propose a firm-fixed price for at least one of the three seed projects. Submission requires one electronic copy of the technical and price proposal via email, and four hard copies of the technical proposal. Pre-proposal conferences and site visits will be held for each seed project.
Key Attachments
Bidders must complete and submit several mandatory forms, including:
- Contractor Experience Form (Attachment 1)
- Contractor Surety Limitation (Attachment 2) (to be completed by surety)
- Subcontractor Consent for Past Performance (Attachment 4)
- Experience Modification Rate Form (Attachment 5) (OSHA 300 data, EMR; EMR > 1.0 may disqualify).
- Itemized Cost Breakdown (Attachment 7) (Excel template for pricing by CSI divisions).
- VAAR 852.219-75 (Attachment 19) for Limitations on Subcontracting (85% for general construction). Mandatory electronic invoicing via Tungsten Network is required (Attachment 6).
Contacts
- Primary: Elissa Goodman (elissa.goodman@va.gov, (352) 231-6751)
- Secondary: Joyce Powers (joyce.powers1@va.gov, (470) 501-5673)