Z--National Cemetery Administration, multiple award task order contract (MATOC) for Continental District
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.
This is a pre-solicitation notice that the National Cemetery Administration (NCA) will be soliciting offers for a Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services. This pre-solicitation notice is the result of the sources sought notice 36C78619R0010 posted 10-18-18, RFI posting 4-2-19, and Industry Day held 4-4-19. The following solicitation is identified for Continental District: 36C78619R0065.
This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) Tiered Evaluation This is a solicitation for construction services using the tiered evaluation (cascading) in accordance with Procurement Policy Memorandum 2018-04 5(b). This solicitation is being issued as a tiered evaluation for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns, or in the alternative, a tiered evaluation for Veteran Owned Small Businesses (VOSB) concerns, or in the alternative, a set aside for other Small Business (SB) concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.
Work performed under the MATOC Contracts will be (but not limited to) the following North American Industry Classification System Codes (NAICS):
PRIMARY NAICS-236220- Commercial and Institutional Building Construction- $36.5M
POTENTIAL TASK ORDER NAICS
NAICS- DESCRIPTION- SIZE STANDARD
221310- Water Supply and Irrigation Systems- $27.5M
237130- Power and Communication Line and Related Structures Construction- $36.5M
237310- Highway, Street, and bridge Construction- $36.5M
237990- Other Heavy and Civil Engineering Construction- $36.5M
238110- Poured Concrete foundation and Structure Contractors- $15M
238120- Structural Steel and Precast Concrete Contractors- $15M
238140- Masonry Contractors- $15M
238160- Roofing Contractors- $15M
238190- Other Foundation, Structure, and Building Exterior Contractors- $15M
238210- Electrical, heating, and Other Wiring Installation Contractors- $15M
238220- Plumbing, Heating, and Air-Conditioning Contractors- $15M
238390- Other Building Finishing Contractors- $15M
238910- Site Preparation Contractors- $15M
Awards will be made to the most highly qualified Offeror(s) whose proposals that are responsive and conforming to the District RFP, and are also determined to be most advantageous to the Government in terms of Technical, Past Performance, and Price in accordance with FAR Part 15 Lowest Price Technically Acceptable (LPTA) and Part 36. The proposed period of performance for the Multiple Award Task Order Contract (MATOC) IDIQ Contract is for five (5) years consisting of one (1) 12-month base year and four (4) twelve (12) month option years with FAR 52.217-8 Option to Extend Services.
The estimated maximum dollar value of this procurement, including the base performance period and all options is approximately $15,000,000. Work to be performed under the MATOC contract(s) may include construction, but may not be limited to Maintenance and Repairs (M&R) projects, nonrecurring maintenance (NRM) construction, and mini minor construction projects ranging between $10,000 and not to exceed $500,000.00 per task order. The Government reserves the right to issue additional solicitations and award construction contracts within the activities covered by this contract to construction contractors other than those awarded a contract under this solicitation. This is not a solicitation for a Requirements Contract. The Government intends to award a minimum of three (3) indefinite-delivery, indefinite-quantity, (IDIQ) Task Order Contract Holders for the Continental District providing sufficient qualified Contractors present acceptable offers.
VA District Map
Note: The Government reserves the right to cancel this contract(s) at any time if it is in the best interest of the Government.
Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals and pending award. (See VAAR Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.)
Prospective offerors must also be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov.
The electronic solicitation and associated attachments will be available for download from http://www.fbo.gov on or about May 28, 2019. No paper copies will be issued. Offerors are responsible for obtaining all amendments or additional information at http://www.fbo.gov. Proposals are due at the date and time noted in the RFP.
All Proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered.
Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far-left side of the webpage and click on Request a user account to register.