Z2DA--MARION Job Order Contract (JOC)
ID: 36C25524R0056Type: Sources Sought
AwardedFeb 14, 2025
AwardeeSMITH HAFELI INC MARION 62959
Award #:36C25525D0012
Overview

Buyer

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

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    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 HooverContract Specialist
    (913) 946-1127
    maria.hoover@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Emergency Sink Holes Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform emergency repairs on sink holes at the VA Northern Indiana Health Care facility located in Marion, Indiana. The scope of work includes comprehensive tasks such as asbestos abatement, removal of abandoned steam lines, repair of asphalt, curbs, sidewalks, and landscaping, as well as the replacement of high-pressure steam pipes and associated components. This project is critical for maintaining the safety and functionality of the healthcare facility, particularly as it involves confined space work that requires specific certifications. Interested contractors can reach out to Jeffery D Hairston at Jeffery.Hairston@va.gov for further details regarding this opportunity.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Q402--RFP- CONTINUOUS CNH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide nursing home services for eligible Veterans in Central Arkansas. The contract aims to deliver comprehensive care, including medical, nursing, and psychosocial support, while ensuring compliance with Medicare and Medicaid standards, and emphasizes timely patient placements and quality oversight. This procurement is crucial for maintaining high-quality healthcare services for Veterans, with specific performance standards outlined in the Medicaid Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. Interested contractors can contact Karen Battie, the Contract Specialist, at Karen.Battie@va.gov for further information, with a funding requirement of $750,000.00 under VAR 852.237-70, and all proposals must adhere to the updated solicitation guidelines.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z1DA--578-20-002 Donation Renovations Building 217 CON Phase-2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the renovation project 578-20-002: Donation Renovations Building 217 Phase-2 at The Edward Hines Jr. VA Hospital in Hines, Illinois. The project entails significant renovations to the Community Living Center, including the construction of a new enclosed Dementia Unit, renovations to dining and equipment rooms, conversions of various rooms to accommodate high fall risk and bariatric needs, and the demolition of a playground, alongside flooring replacements and installation of sheet metal behind perimeter walls. This project is crucial for enhancing the living conditions and safety of veterans, with a total estimated contract value between $5,000,000.00 and $10,000,000.00. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with the solicitation expected to be issued around January 14, 2026, and a bid opening anticipated on March 04, 2026. Interested bidders should monitor SAM.gov for updates and are encouraged to attend a pre-bid conference.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    Amendment 0001 | Y1NZ--598-23-107 Med Gas Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the correction of medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This project, designated as Project 598-23-107, involves comprehensive construction work including leak repairs, installation of new fittings, and upgrades to electrical and plumbing systems, with a performance period of 240 calendar days following the issuance of the Notice to Proceed. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated value between $2 million and $5 million, and proposals are due by January 23, 2026. Interested contractors should contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details and must ensure they are registered in the System for Award Management (SAM) and verified as SDVOSB eligible.