Z2DA--MARION Job Order Contract (JOC)
ID: 36C25524R0056Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
  1. 1
    Posted Aug 9, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 4, 2024, 12:00 AM UTC
  3. 3
    Due Sep 9, 2024, 7:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for the Marion VA Medical Center in Illinois. The procurement aims to select a qualified contractor to provide construction services, focusing on quality control, safety compliance, and relevant experience in hospital environments. This contract is critical for maintaining and improving facilities that serve veterans, ensuring adherence to high safety and operational standards. Interested contractors must submit separate technical and price proposals by the specified deadlines, with inquiries directed to Contract Specialist Maria G. Hoover at maria.hoover@va.gov.

Point(s) of Contact
Maria G HooverContract Specialist
maria.hoover@va.gov
Files
Title
Posted
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Aug 15, 2024, 8:12 PM UTC
The Department of Veterans Affairs seeks a service-disabled veteran-owned small business to execute general construction services for the Marion VA Medical Center in Illinois. The indefinite-delivery, indefinite-quantity contract has a five-year potential duration, offering one-year base and four one-year extension options. With a set-aside for service-disabled veteran-owned businesses, the contract aims to facilitate expedited procurements for non-complex construction, maintenance, and alterations projects. Offerors must demonstrate relevant experience, provide past performance evaluations, and submit detailed technical proposals outlining their approach to factors like contractor organisation, technical capabilities, safety plans, and pricing strategies. The selected contractor will respond to task orders, with a minimum order value of $2,000 and a maximum of $500,000 per order, ensuring a streamlined and responsive solution for the medical center's construction needs.
Mar 28, 2024, 7:16 AM UTC
The Department of Veterans Affairs is seeking vendors for an Indefinite Delivery/Indefinite Quantity Job Order Contract (JOC) at the Marion VA Medical Center, focusing on minor construction, repair, and alterations. The solicitation is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and requires interested firms to submit a Capability Statement by March 6, 2024, detailing their qualifications and ability to meet specific project requirements. The awarded contract will involve various construction tasks with task orders ranging from $2,000 to $500,000, and a total value not exceeding $20 million.
Sep 4, 2024, 8:16 PM UTC
The document outlines the amendment to Solicitation 36C25524R0056, focusing on the Job Order Contract (JOC) for the Marion VA Medical Center in Illinois. The amendment updates key submission details, including the proposal submission deadline, evaluation criteria, and the definition of evaluation factors which emphasize non-price factors over price in the selection process. Offerors must submit proposals in two parts: a technical proposal (Volume I) and a price proposal (Volume II), with strict guidelines on organization, format, and content. The technical proposal must detail the contractor's organization and qualifications, including key personnel and subcontractor information, as well as a comprehensive project approach covering quality control, compliance with construction standards, timeliness, relevant experience, past performance, and safety plans. The price proposal must include coefficients for various work hours, supported by bonding capabilities and compliance with safety regulations. This document serves to ensure transparency and adherence to Federal Acquisition Regulations (FAR), establishing a competitive process for awarding contracts while maintaining a focus on quality and safety standards necessary for projects involving sensitive environments such as medical facilities.
Sep 4, 2024, 8:16 PM UTC
This document is an official amendment to solicitation 36C25524R0056 for the Marion Job Order Contract (JOC) at the Marion Veterans Affairs Medical Center in Illinois, issued by the Department of Veterans Affairs Network Contracting Office (NCO) 15. The amendment responds to contractors' questions and revises several submission guidelines. Key changes include clarifications on the Quality Control Plan requirements, confirmation that projects for Relevant Experience and Past Performance can overlap, and corrections to solicitation numbers in attachments. The document outlines steps for contractors to acknowledge receipt of the amendment and submit offers accordingly. New materials, such as revised Proposal Submittal Instructions and updated attachments, are included to facilitate compliance and ensure accurate project submissions. The amendment emphasizes that all other terms and conditions remain unchanged, reflecting the government's commitment to maintain clarity and fairness in the contracting process.
Sep 4, 2024, 8:16 PM UTC
This document is a Past Performance Questionnaire Transmittal Letter intended for use by contractors in response to a project proposal issued by the Network Contracting Office 15 (NCO 15) of the Department of Veterans Affairs. It requests references to provide evaluations of the contractor's past performance based on the Federal Acquisition Regulations (FAR). The letter emphasizes the importance of honest feedback and assures confidentiality for respondents. A detailed questionnaire is enclosed, where the reference evaluates various aspects of the contractor's performance, including management capabilities, quality control, problem-solving skills, adherence to project schedules, and safety compliance. The document also includes a scale for rating performance from exceptional to unsatisfactory, along with specific questions about the contractor's responsiveness and history of compliance. Responses are to be sent directly to designated officials at NCO 15, ensuring that the contractor does not receive this sensitive feedback. This process exemplifies the federal emphasis on assessing past performance to determine eligibility for future governmental contracts, reinforcing accountability and quality standards within federal procurements.
Sep 4, 2024, 8:16 PM UTC
The document outlines a Performance Relevancy Survey for contractors responding to the Indefinite Delivery Indefinite Quantity – Job Order Contract (IDIQ-JOC) 36C25519R0054 issued by the federal government. Offerors must provide detailed information about past projects they wish to reference for evaluation, ensuring that these projects are ongoing or completed within the last five years. The survey requires contractors to clarify their role (prime or subcontractor), contract specifics including values and completion dates, and a description of work performed, rating its relevance to the current solicitation. The relevancy can range from "very relevant" to "not relevant," depending on the alignment with the solicitation's scope and complexity. Additionally, details about subcontractor involvement and contact information for the government’s contracting officer are necessary. The overall purpose of this document is to assess the competencies and past performances of contractors in relation to upcoming job order contracts, ensuring that qualified companies are assessed based on their experience and relevance to the tasks required by the solicitation.
Sep 4, 2024, 8:16 PM UTC
The document outlines requirements for the Performance Relevancy Survey as part of an Indefinite Delivery Indefinite Quantity – Job Order Contract (IDIQ-JOC) procurement process (Contract Number 36C25524R0056). It seeks detailed information from offerors regarding past projects that are relevant to the services solicited. Offerors must provide their company name, project titles, contract specifics (including financial details), and completion dates while commenting on the performance relevancy of these projects, categorizing them as either very relevant, relevant, somewhat relevant, or not relevant. The descriptions should include the scope of work performed by the offeror and their subcontractors and highlight any unique technical aspects pertinent to the solicitation. Additionally, contact information for overseeing government agency personnel must be provided. This structured approach aims to evaluate the qualifications and experience of potential contractors against the complexities and requirements of the current solicitation, ensuring transparency and capability identification in fulfilling government contracts.
Sep 4, 2024, 8:16 PM UTC
The document outlines the Surety Form required for contractors bidding on the Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) 36C25524R0054 for the Department of Veterans Affairs. It instructs the contractor to complete specific details, including their name, address, and telephone number, and submit the form to their surety for completion by March 28, 2019. The surety must provide information regarding their relationship with the contractor, including how long they have bonded the contractor, the contractor's rating, bonding limits, and any past issues related to non-payment or claims made by subcontractors or suppliers. This information is crucial for the Department of Veterans Affairs to assess the contractor’s reliability and financial stability as part of the proposal evaluation process. The document aims to gather essential financial assurances to ensure that contractors can fulfill their contractual obligations effectively.
Sep 4, 2024, 8:16 PM UTC
The document presents a Surety Form for an Indefinite Delivery Indefinite Quantity – Job Order Contract (JOC) issued by the Department of Veterans Affairs (VA). It outlines the requirements for offerors to complete and submit this form to their surety by a specified deadline, March 28, 2019, as part of their proposal. Key sections include contractor details, surety information, and several inquiries about the contractor's bonding history, bonding limits, liability insurance, and any previous claims or complaints regarding non-payment. The completed Surety Form is to be sent to Network Contracting Office 15 in Leavenworth, KS, either by mail or email. This document emphasizes the importance of financial accountability in federal contracting, particularly for projects involving the VA, by requiring verification of the contractor's financial standing and past performance from a surety provider. Overall, the document serves to facilitate transparency and security in the bidding process for government contracts.
The document outlines the safety requirements for construction projects, emphasizing adherence to federal, state, and local regulations for contractor and government personnel protection. It details the structure of safety management, including an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs) that must be prepared and submitted prior to the commencement of work. Key responsibilities include appointing a Site Safety and Health Officer (SSHO) and Competent Persons (CPs) for monitoring safety practices during the project. Mandatory safety measures cover personal protective equipment (PPE), fire safety protocols, electrical safety, fall protection, and various training requirements. Contractors are obligated to maintain records of mishaps, conduct inspections, and implement safety meetings to address ongoing risks. The focus on comprehensive safety planning and execution reinforces the government's commitment to maintaining high occupational safety standards in construction, ensuring that all stakeholders operate within outlined safety frameworks, thereby minimizing risks on-site and safeguarding personnel and public welfare.
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
The document outlines preparations for a site visit related to a project at the Marlon VA Medical Center (VAMC) under the Department of Veterans Affairs. The purpose of the site visit appears to be for project walk-throughs facilitating the submission of proposals in response to Requests for Proposals (RFPs). Key participants include Shara Clem-Warner, Maria Hoover, and other representatives from the VA, indicating coordination among multiple stakeholders. The attendance roster records the necessary contacts and indicates the presence of both prime contractors and subcontractors. Scheduled for August 15, 2024, this visit is essential for understanding project requirements and ensuring compliance with federal guidelines. The document emphasizes collaboration and careful planning, typical of the rigorous processes associated with government grants and RFPs. This preparation reflects the VA's commitment to transparency, facilitating the potential for high-quality project outcomes.
Sep 4, 2024, 8:16 PM UTC
The Marion VA Medical Center is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to select one contractor based on qualifications, technical approach, past performance, safety plans, and pricing. Proposals will be evaluated using a Best Value trade-off process, where non-price factors significantly outweigh price considerations. Key evaluation factors include contractor organization, technical approach, relevant experience, past performance, and safety compliance. Offerors must submit separate technical and price proposals electronically. The technical proposal should detail the qualifications of key personnel, quality control plans, and relevant project experience, while the price proposal must provide coefficient factors for normal and other than normal working hours. Important constraints include strict adherence to page limits and submission formats. Additionally, contractors must demonstrate safety compliance and provide bonding capabilities, with an emphasis on maintaining safety and infection control in a hospital setting. Overall, the solicitation reflects the government's commitment to selecting qualified contractors capable of meeting complex construction needs within the VA Medical Center environment.
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Sep 4, 2024, 8:16 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Renovate Building 16, 610-20-103
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified as project number 610-20-103. The renovation aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures throughout the construction phases. This project is particularly significant as it will enhance the operational capabilities of the VA, providing improved services to veterans. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated project cost between $5 million and $10 million, and bids are due by April 28, 2025. Interested contractors can contact Luke A. Turner at luke.turner@va.gov or by phone at 513-559-3702 for further details.
Z1DA--Improve Sewer System and Water Loop 610-21-104
Buyer not available
The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations, in accordance with detailed engineering plans. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. The contract, estimated between $5 million and $10 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with key deadlines including a bid submission date of April 30, 2025, and a public bid opening on the same day. Interested parties should contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
Z1DA--578-20-002 Renovations to Building 217 (CON) at Edward Hines Jr. VA Hospital, Hines, IL.
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 217 at the Edward Hines Jr. VA Hospital in Hines, Illinois, under solicitation number 36C25225B0014. The project aims to enhance the Community Living Center to improve the healing environment for patients, visitors, and staff, comprising 11 separate contract line item numbers (CLINs), with CLINs 1 and 2 designated as the base bid. This renovation is crucial for maintaining high standards of care and comfort within the facility. The estimated project cost ranges from $5 million to $10 million, with a performance period of 750 calendar days from the Notice to Proceed, expected approximately 14 days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must monitor SAM.gov for the solicitation release on April 28, 2025, and submit bids by June 10, 2025. For further inquiries, contact Contracting Officer Juan C. Gaytan at juan.gaytan@va.gov or 224-610-3644.
Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the reconstruction of exterior stairs at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. The project involves repairing failing exterior stairs and concrete slabs, with the contractor responsible for all labor, materials, and management to complete the work within 100 calendar days from the notice to proceed, with an anticipated construction duration of 50 days. This initiative underscores the government's commitment to maintaining safe facilities for veteran care while ensuring compliance with federal and local safety standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business firms, must submit their proposals by May 1, 2025, and can contact Contract Specialist Andrew Humulock at andrew.humulock@va.gov for further information.
Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Z1DA--VISN 20 General Construction MATOC Replacement Construction Services project, which involves general construction services across multiple facilities in Washington, Oregon, Idaho, and Alaska. The procurement aims to establish up to 12 Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a focus on supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and a maximum contract ceiling of $500 million. This initiative is critical for enhancing healthcare facilities for veterans, ensuring compliance with federal contracting regulations, and promoting opportunities for veteran-owned enterprises. Interested contractors must attend a mandatory site visit on May 1, 2025, and submit proposals by May 14, 2025; for further inquiries, contact Wendy A. Duval at Wendy.Duval@va.gov.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts, under the VISN 1 Construction Multiple Award Task Order Contract (MATOC). This project, identified as VA Project No. 523A4-20-205, aims to enhance healthcare capabilities by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The estimated construction costs range from $2 million to $5 million, with a strong emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
Hines VA Hospital Janitorial Services (2/1/25-1/31/26
Buyer not available
The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
Y1DA--VISN 8 MATOC - CARIBBEAN
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for the Caribbean VA Healthcare System, which will encompass various construction and renovation projects across medical facilities in Puerto Rico and the Virgin Islands. This contract aims to address a wide range of construction disciplines, including the construction, repair, and alteration of facilities, with an estimated total contract value of $700 million and task orders ranging from $1,000 to $50 million. The solicitation is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and interested contractors must be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The initial proposal is expected to be issued around May 2025, and all inquiries should be directed to the Contracting Officer via email at katherine.gibney@va.gov or jacquelyn.wise@va.gov.
Z2DA--Construct New Hybrid Operating Room
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the construction of a new Hybrid Operating Room at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves the renovation of approximately 2,000 square feet, including upgrades to electrical, plumbing, and HVAC systems, while ensuring minimal disruption to hospital operations and compliance with stringent safety and health standards. The initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans, with a focus on modernizing facilities to better serve their needs. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, demonstrating technical expertise and past performance, by the specified deadlines. For further inquiries, contact Ana G Alvarado at ana.alvarado@va.gov.
Z2DA--523A4-CSI-401 Cath Lab Site Prep
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the "Z2DA--523A4-CSI-401 Cath Lab Site Prep" project at the VA Medical Center in West Roxbury, Massachusetts. This design-build contract requires contractors to provide comprehensive architectural, engineering, and construction services to prepare the site for new medical equipment installation, ensuring compliance with safety and infection control standards. The project is critical for enhancing healthcare infrastructure for veterans, with an estimated budget between $1 million and $2 million and a performance period of 310 calendar days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically, adhering to specified guidelines, and can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov for further information.