Z1DA--610-25-500 - MARION JOB AWARD CONTRACT (JOC).
ID: 36C25025R0025Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the Z1DA--610-25-500 - Marion Job Award Contract (JOC) to provide general construction services at the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus. The contract aims to establish a Job Order Contract for simplified construction, maintenance, alterations, and repair services for lower dollar value projects, with a performance period of twelve months and four additional ordering periods, not exceeding five years. This initiative underscores the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) while ensuring compliance with federal guidelines, including wage determinations under the Davis-Bacon Act. Interested contractors must submit their proposals, including technical details and pricing schedules, to Contract Specialist Luke Turner at luke.turner@va.gov, with a total contract value capped at $30 million over five years. Proposals are due by the specified deadline, and adherence to submission requirements is critical for consideration.

    Point(s) of Contact
    Luke TurnerContract Specialist
    luke.turner@va.gov
    Files
    Title
    Posted
    The document pertains to a federal Request for Proposal (RFP) aimed at soliciting solutions from vendors for a key governmental initiative. Specifically, the RFP focuses on improving [insert specific service or program here], emphasizing [insert objectives such as efficiency, cost-effectiveness, or innovation]. The submission requirements outline that interested parties must provide detailed project plans, timelines, and budget projections, alongside their qualifications and relevant experience. The RFP includes a structured evaluation process, where proposals will be assessed based on criteria such as technical merit, experience with similar projects, and cost factors. A clear timeline is provided for submission, evaluation, and potential award notifications. Overall, this RFP demonstrates the government's commitment to engaging qualified vendors to collaborate on enhancements to [insert focus area], ensuring quality outcomes that meet community needs while adhering to federal grant guidelines and state/local regulations. Proposals must align with these objectives to be considered for funding, underscoring the importance of effective solution delivery in public service improvements.
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a follow-on Job Order Contract (JOC) for the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus. This presolicitation notice outlines the need for general construction services involving maintenance, alterations, and repairs for lower dollar value projects at the Marion facility located at 1700 E. 38th Street, Marion, IN. The solicitation number for this request is 36C25025R0025, with proposals expected to be issued around November 15, 2024, and responses due within 40 days of posting. The initiative is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will be facilitated by the Network Contracting Office (NCO) 10 in Cincinnati, Ohio. The aim is to expedite procurement capabilities, ensuring compliance with federal contracting standards while replacing the expiring contract. The notice indicates that all relevant information will be available free of charge when the RFP is issued.
    The solicitation document outlines a Request for Proposal (RFP) for the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus, aiming to establish a Job Order Contract (JOC) for general construction services. The selected contractor will provide simplified, non-complex construction, maintenance, alterations, and repair services for lower dollar value projects. The performance period is structured over a base contract of twelve months with four additional ordering periods, not exceeding five years. Key eligibility requirements include being certified as a Service-Disabled Veteran-Owned Small Business (SDVOSB/VOSB) and submitting compliance certifications. Proposals must be submitted with specific documentation, including technical details and pricing schedules, and will be evaluated primarily based on technical capability, past performance, and price. The document emphasizes quality assurance, safety protocols, compliance with environmental regulations, and a clear organizational structure for effective project management. The contractor must adhere to federal guidelines, including wage determinations and mandatory training for staff on privacy and safety. This solicitation represents the VA’s commitment to engaging veteran-owned enterprises while maintaining high standards for construction services.
    This government document serves as an amendment to a solicitation by the Department of Veterans Affairs, specifically issued by the Network Contracting Office (NCO) 10. The primary purpose of this amendment is to provide clarifications by posting responses to received requests for information (RFIs) and to include a Brand-Name Justification and Approval. The document confirms that the proposal submission deadline remains unchanged, emphasizing that no additional items have been addressed in this amendment. It contains references to attachments, which include the responses to questions and the justification document. The amendment must be acknowledged by all bidders in accordance with specified protocols to avoid the rejection of their offers. The tone remains formal and procedural, adhering to federal solicitation standards.
    The document pertains to Indiana's construction industry, specifically summarizing wage determinations under the Davis-Bacon Act for various counties related to building contracts. It outlines the minimum wage rates for different laborers and trades involved in construction, including specifics on contracts governed by Executive Orders 14026 and 13658. The wage rates vary by county and labor classification, detailing roles such as electricians, carpenters, laborers, painters, and equipment operators. For example, the minimum wage for contractors operating under certain conditions may range from approximately $12.90 to $17.20 per hour, depending on contract specifics and start dates. Additionally, it highlights that applicable rates are to be adjusted annually and that contractors must submit classification requests if specific job roles are not listed. The file serves as a compliance guide for contractors and workers in Indiana, ensuring fair wages and working conditions in federally funded construction projects. Understanding these wage standards is crucial for adherence to federal labor regulations within local contexts as the state prepares for various state and federally funded construction initiatives.
    The document outlines responses to inquiries related to a federal Request for Proposal (RFP). Key topics include specifications for proposal content, submission requirements, and performance evaluations. The file confirms that submissions should include a Past Performance Questionnaire (PPQ), which can comprise projects from the last five years, though past performance will be assessed based on a broader range of independent evaluations such as Contractor Performance Assessment Reports (CPARS). It clarifies that essential documents like Representations and Certifications should either be attached as separate files or bundled together without impacting page limits. Additionally, there is no requirement for a bonding capacity letter, and document submissions can utilize existing PPQs. Queries regarding subcontracting plans reveal that narrative descriptions are acceptable. The solicitation maintains existing project size limits despite inflation concerns and acknowledges that Procore Project Management software is an acceptable tool for project data tracking. Overall, the document serves to clarify procedural and submission guidelines for potential contractors vying for government contracts related to this RFP, ensuring that all parties understand the expectations and requirements.
    The Department of Veterans Affairs is seeking approval for a sole source justification to expedite the procurement of general construction services at the Northern Indiana Health Care Systems, specifically for the Marion Campus. This need arises as the existing Job Order Contract (JOC) is set to expire, and a follow-on contract is required. A Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract is expected, and the procurement is capped at $30 million over five years, with $22,500 allocated for construction cost estimating software. The justification cites the necessity for RSMeans cost estimating software, as using multiple software options would complicate price evaluations and risk higher costs. Market research identified numerous potential vendors, confirming competition is viable among small businesses, as the acquisition is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The Contracting Officer believes fair pricing will be achievable through competition, and supports the move to a brand-name specification in order to comply with industry standards. Overall, this request emphasizes the necessity for efficient and accurate project costing in meeting agency requirements while maintaining competitive opportunities for small business vendors.
    The Past Performance Questionnaire is a document designed for users to provide critical information regarding contracts with federal, state, or local government agencies. It requires details about the awarding agency or company, contract number, descriptions of the contract scope, total dollar value, and the period and place of performance. Additionally, it requests contact information for the contract officer or procurement official, including their name, email, phone number, and address. This structure ensures that key aspects of past performance are adequately recorded, facilitating evaluation and assessment for future requests for proposals (RFPs) and grants. The questionnaire serves as a tool to gauge the effectiveness and reliability of contractors based on their previous engagements with governmental entities, thus informing decisions for future awards and contracts.
    Lifecycle
    Similar Opportunities
    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.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@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--RENOVATE SHELL SPACE (658-22-104)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for Project 658-22-104, which involves the renovation of shell space at the Veterans Affairs Medical Center in Salem, Virginia. The project aims to transform existing shell space into seventeen new cubicle workstations for employees displaced due to ongoing construction activities, requiring modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, as well as the installation of new interior finishes. The construction period is set for 120 calendar days from the receipt of the Notice to Proceed, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Chanel Johnson at chanel.johnson@va.gov or by phone at 757-315-3934 for further details.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.