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 soliciting proposals for the Z1DA--610-25-500 - Marion Job Award Contract (JOC), aimed at establishing a Job Order Contract for general construction services at the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus. The selected contractor will be responsible for providing simplified construction, maintenance, alterations, and repair services for lower dollar value projects, with a performance period consisting of a base contract of twelve months and four additional ordering periods, totaling up to five years. This initiative underscores the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB/VOSB) while ensuring compliance with federal guidelines, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals, including technical details and pricing schedules, to Contract Specialist Luke Turner at luke.turner@va.gov, with evaluations based on technical capability, past performance, and price.

    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.
    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 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--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. This project involves significant civil engineering tasks, including the removal and replacement of storm and sanitary lines, road repairs, and the installation of lift stations, with a contract value estimated between $5 million and $10 million. The initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by February 28, 2025, with a public bid opening scheduled for March 27, 2025. For further inquiries, potential bidders can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.
    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 estimated project cost ranges from $5 million to $10 million, with bids due by March 7, 2025. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), are encouraged to contact Christopher C. Lee at Christopher.lee33@va.gov or 317-988-1516 for further details.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Remodel Fort Wayne Chapel 610A4-22-203
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the remodeling of the Fort Wayne Chapel as part of project number 610A4-22-203, located within the Northern Indiana VA Healthcare System. The project requires contractors to provide all necessary labor, materials, and supervision to complete the renovations within 183 calendar days after receiving the Notice to Proceed, with an estimated budget between $500,000 and $1,000,000. This initiative is crucial for enhancing facilities dedicated to veteran care, ensuring compliance with federal regulations, safety standards, and environmental requirements throughout the construction process. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their proposals electronically by the extended deadline of March 7, 2025, and may direct inquiries to Contracting Officer Jeffery Hairston at jeffery.hairston@va.gov or by phone at 317-988-1528.
    Z1DA--FY25 VISN 21 Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the FY25 VISN 21 Multiple Award Construction Contract (MACC), aimed specifically at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This contract encompasses a two-year base period with three additional one-year options, allowing for an aggregate value not exceeding $600 million, facilitating various construction projects including maintenance, repair, and minor construction across multiple facilities. The procurement process emphasizes the importance of past performance and relevant experience, with proposals due by the specified deadline, and a minimum award guarantee of $2,000 per contract. Interested contractors can direct inquiries to Priscilla A. Murray at priscilla.murray@va.gov or Corey R. Kline at corey.kline3@va.gov for further details.
    Z2DA--SATOC General Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Single Award Task Order Contract (SATOC) to provide general construction services at the Connecticut Healthcare System, specifically for its West Haven and Newington campuses. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses non-complex construction projects valued between $2,000 and $1,000,000, with a total cap of $7,500,000 over a five-year period. The selected contractors will be responsible for routine maintenance, alterations, and repairs, ensuring compliance with rigorous safety and quality control measures, particularly in relation to infection control during construction activities. Proposals must be submitted electronically by March 5, 2025, at 4:00 PM ET, and interested parties can contact Judith Ruggiero at judith.ruggiero@va.gov for further information.
    Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the VISN 20 General Construction MATOC Replacement Construction Services procurement. This initiative aims to establish a Multiple Award Task Order Contract (MATOC) for general construction services across eight facilities located in Washington, Oregon, Idaho, and Alaska, with a total ceiling of $500 million. The contracts will facilitate essential construction services that support the agency's mission of providing care to veterans, with the solicitation expected to be released in December 2024 and proposals due in January 2025. Interested parties should contact Contract Specialist Wendy Duval at wendy.duval@va.gov or 509-321-1919 for further information.
    Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley into a secure Pharmacy Emergency Cache. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, to create an 830 square-foot facility that meets VA Physical Security requirements. The contract is estimated to be valued between $1 million and $2 million, with a completion period of 330 calendar days, and proposals for Phase I are due by March 20, 2025, following a site visit on February 20, 2025. Interested contractors should contact Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov for further details.
    Z2JZ--Jefferson Barracks St Louis Completion Contract
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction work at the Veterans Affairs Medical Center (VAMC) in St. Louis, Missouri. The project encompasses approximately 38 work items, including essential construction tasks such as electrical installations, landscaping, and structural enhancements, with a particular emphasis on engaging a general contractor certified as a Service Disabled Veteran Owned Small Business. This initiative is crucial for upgrading healthcare infrastructure while promoting veteran-owned business participation. Interested contractors must submit their proposals electronically by March 14, 2025, following a formal site visit scheduled for February 24, 2025. For further inquiries, potential bidders can contact Contract Specialist Gary L. Fowler at gary.fowler@va.gov.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on pharmaceutical waste removal services at the Marion VA Medical Center and Evansville Health Care Center. The contract, valued at an estimated $47 million, is set aside exclusively for service-disabled veteran-owned small businesses and will encompass the collection and disposal of hazardous, non-hazardous, chemical, universal, and DEA drug waste, adhering to all relevant federal, state, and local regulations. This initiative underscores the importance of safe and compliant waste management practices within VA facilities, ensuring public safety and environmental protection. Interested vendors must submit their pricing and demonstrate the necessary qualifications by contacting Contract Specialist Lisa A Buchanan at Lisa.Buchanan1@va.gov, with the contract expected to commence in 2025.