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 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 VISN 7 medical facilities and other VA-owned sites across Alabama, Georgia, and South Carolina. This 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 cover diverse construction activities, including demolition, renovation, new construction, and alterations. Specific trades encompass civil, HVAC, mechanical, electrical, plumbing, fire protection, life safety, architectural, carpentry, flooring, masonry, earthwork, concrete, and asphalt paving. Three "seed projects" are included in this solicitation. Future task orders may expand to include additional VHA facilities within VISN 7's evolving geographical footprint.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) Construction MATOC (Firm Fixed Price task orders).
- Period of Performance: Five years from the date of award.
- Maximum Aggregate Value: $900,000,000.
- Minimum Order Guarantee: $1,000 per contract.
- Task Order Magnitude: Ranges from $2,000 to $30,000,000.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified in the SBA database, registered in SAM.gov, and comply with VETS 4212.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard $45 Million.
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), Past Performance, and Seed Project Price Proposals. Technical proposals are limited to 40 pages, with Quality Control Plans for seed projects not counting towards this limit. Offerors must propose a firm-fixed price for at least one of the three seed projects.
Key Submission Requirements:
- Submit one electronic copy of the technical and price proposal via email, and four hard copies of the technical proposal.
- Past Performance: All submitted projects must be awarded, executed, or completed within the preceding five years, with at least two projects exceeding $1,000,000.
- Mandatory Attachments: Contractor Experience Form, Contractor Surety Limitations (completed by surety), Past Performance Questionnaire, Subcontractor Consent for Past Performance, Experience Modification Rate Form, and Itemized Cost Breakdown.
- Subcontracting Limitations: Offerors must certify compliance with VAAR 852.219-75, limiting general construction subcontracting to non-SDVOSB/VOSB firms to 85% of the contract amount.
- Bid Bonds: Required for each seed project proposed.
- Response Due: May 28, 2026, 2:00 PM EDT.
Amendments
Amendment 0001 and 0002 provide critical clarifications, including updated past performance requirements, details on proposal submission, bonding capacity, and the potential for additional VISN 7 locations to be added to the MATOC. Offerors must acknowledge all amendments.