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 seeks Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide a broad range of construction services across VISN 7 facilities. Proposals are due May 28, 2026, at 1400 EDT.
Scope of Work
This MATOC will cover general construction, maintenance, alteration, and repair services for real property at eight (8) VISN 7 major medical facilities and other VA-owned facilities in Alabama, Georgia, and South Carolina. Work includes demolition, renovation, new construction, and alterations across various trades such as civil, HVAC, mechanical, electrical, plumbing, fire protection, life safety, architectural, carpentry, flooring, masonry, earthwork, concrete, and asphalt paving. The solicitation includes three "seed projects" to demonstrate the scope:
- Seed Project 1: Renovation of Restrooms, Stairwells, and Doors at Ralph H. Johnson Veterans Care Center (Charleston VAMC), SC.
- Seed Project 2: Relocation of Radiology & Nuclear Medicine at Carl Vinson VA Medical Center, Dublin, GA.
- Seed Project 3: Correction of Egress Door Deficiencies at Tuskegee VA Medical Center, AL.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) Construction MATOC, with Firm Fixed-Price task orders.
- 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: $2,000 to $30,000,000.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45 Million.
Eligibility & Submission Requirements
Offerors must be certified SDVOSBs listed in the SBA certification database at the time of submission and award, registered in SAM.gov, and comply with VETS 4212 reporting. Bonding capability is an evaluated element, and bid bonds are required for each seed project proposed. An Experience Modification Rate (EMR) greater than 1.0 or certain OSHA violations may lead to disqualification. Offerors must also comply with VAAR 852.219-75, limiting general construction subcontracting to 85% to non-SDVOSB/VOSB firms. Proposals are due May 28, 2026, at 1400 EDT. Submissions require one electronic copy of the technical and price proposal via email, and four hard copies of the technical proposal. Offerors must propose a firm-fixed price for at least one of the three seed projects. Technical proposals are limited to 40 pages, excluding Quality Control Plans specific to seed projects. Mandatory attachments include Contractor Experience, Surety Limitation, Past Performance Questionnaire, Subcontractor Consent, Experience Modification Rate Form, and Itemized Cost Breakdown.
Evaluation Criteria
Proposals will be evaluated using a "Highest technically rated with a fair and reasonable price" approach. Evaluation factors include Technical (Experience and Quality Control), Past Performance, and Seed Project Price Proposals. The evaluation process does not differentiate between proposals for one versus multiple seed projects. The government anticipates awarding no less than 20 MATOC contracts.
Important Notes
Pre-proposal conferences and site visits will be scheduled for each seed project. All questions must be submitted in writing via email to the Contracting Officer. Primary Contact: Elissa Goodman, elissa.goodman@va.gov, (352) 231-6751.