Z2DA--John Cochran VAMC Job Order Contract (JOC) IDIQ 2024
ID: 36C25524R0060Type: 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
    Description

    The Department of Veterans Affairs is soliciting proposals for the John Cochran Veterans Affairs Medical Center (VAMC) Job Order Contract (JOC) under solicitation number 36C25524R0060. This Indefinite Delivery Indefinite Quantity (IDIQ) contract focuses on commercial and institutional building construction, specifically for the repair or alteration of hospitals and infirmaries. The initiative is crucial for enhancing infrastructure and services for veterans, ensuring that the facilities meet high standards of safety and functionality. Interested contractors must submit a completed Surety Form by August 22, 2024, and are encouraged to attend a pre-bid meeting scheduled for August 19, 2024, at 11:00 AM. For further inquiries, potential bidders can contact Contract Specialist Sean P. Jackson at Sean.Jackson@va.gov.

    Point(s) of Contact
    Sean P JacksonContract Specialist
    Sean.Jackson@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 St. Louis VA Medical Center. The indefinite-delivery, indefinite-quantity (IDIQ) contract has a five-year potential duration, offering expedited procurement capabilities for non-complex construction, maintenance, and alteration projects up to $500,000 per task order. With a maximum contract value of $20 million, the project requires an experienced contractor to manage multiple disciplines and specialize in hospital renovations. Key dates include a mandatory site visit on August 19, 2024, and a proposal submission deadline of 2:00 PM CDT on September 9, 2024. Evaluation criteria prioritize non-price factors like contractor organization, technical approach, and past performance, with price reasonableness also considered. Offerors must demonstrate capabilities and provide detailed proposals, including staffing plans, safety protocols, quality control measures, and pricing coefficients.
    The government agency issuing this document has extended the hour and date specified for receipt of offers in response to a solicitation. It mandates acknowledgment of receipt by bidders, cautioning that failure to do so may result in rejection. The document also communicates administrative and substantive changes to the solicitation, including the removal of a requirement for hard copies of RS Means unit price data books, clarification on the evaluation procedure, and important information on tax provisions. Bidders must adhere to the amended terms and conditions, which remain in effect. This amendment constitutes a supplemental agreement, and contractors are required to sign and return copies as specified.
    The government agency has issued an amendment to a solicitation for the John Cochran Job Order Contract (JOC). This amendment corrects a previous one, extending the deadline for offers to September 9, 2024, at 2:00 PM Central Time. Offerors are required to acknowledge receipt of this amendment, as failure to do so may result in the rejection of their offers. The amendment does not alter any other conditions of the solicitation. This clarification ensures potential contractors have adequate time to submit their proposals.
    The document is an official Surety Form related to an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) under solicitation 36C25524R0060 by the Department of Veterans Affairs. It instructs offerors to complete and submit the form to their surety for confirmation of bonding capabilities by August 22, 2024. Key information required includes the contractor's name, address, telephone, bonding history, rating, bonding limit per project, and any past issues regarding project completion, liability insurance refusals, and non-payment complaints by subcontractors or suppliers. The completed form is to be sent to the Network Contracting Office 15 in Leavenworth, Kansas. The purpose of this documentation is to ensure that contractors seeking the JOC are financially stable and capable of fulfilling their obligations, thereby safeguarding public interests in government contracting. This form is an essential component of the evaluation and selection process in government RFPs and contract awards.
    The provided document serves as a transmittal letter sample for a Past Performance Questionnaire utilized in the evaluation process for a federal project by Network Contracting Office 15 (NCO 15) of the Department of Veterans Affairs. The letter notifies a reference firm about their role in providing feedback on a contractor’s past performance, which is critical for the proposal assessment as mandated by Federal Acquisition Regulations (FAR). The document outlines the expectations for the reference firm, including the requirement to complete a questionnaire that evaluates various aspects of the contractor's performance, such as project management, personnel qualifications, quality control adherence, and safety compliance. The evaluation scale ranges from exceptional to unsatisfactory, promoting detailed feedback on specific performance metrics. Additionally, the correspondence emphasizes the confidentiality of responses, directing completed questionnaires to designated NCO 15 personnel via email. This systematic approach reinforces transparency and accountability in federal contracting while seeking to ensure that contractors possess the requisite capabilities to meet contractual obligations effectively. The document encapsulates processes vital in federal RFPs and grants, highlighting the importance of past performance in securing future contracts.
    The document outlines the requirements for submitting performance relevancy surveys as part of the Indefinite Delivery Indefinite Quantity – Job Order Contract (IDIQ-JOC) solicitation. Contractors must provide detailed information on projects completed within the last five years, whether as a prime contractor or subcontractor. The submission should include specifics such as contract number, original and current contract values, completion dates, and a relevancy rating that categorizes the past performance as very relevant, relevant, somewhat relevant, or not relevant based on the scope and complexity compared to the current solicitation. Additionally, the document requests descriptions of the work performed, roles of major subcontractors, and key technical areas unique to the solicitation. Contacts for the government agency's contracting officers must also be included for verification. This structured survey format aims to evaluate past performance to determine contractors' qualifications for upcoming projects, reflecting the government's commitment to transparency and accountability in procurement processes.
    The document outlines the safety requirements for construction projects administered by the Office of Construction and Facilities Management, critical for ensuring the health and safety of contractor and government personnel. It covers a range of essential points such as the need for an Accident Prevention Plan (APP), Activity Hazard Analyses (AHAs), and compliance with relevant regulations, including OSHA standards. The document mandates the assignment of qualified personnel, including a Site Safety and Health Officer (SSHO) and various Competent Persons, to oversee safety protocols and inspections. Key elements include specific training requirements for all personnel, regular safety meetings, detailed reporting protocols for mishaps, and the necessary use of Personal Protective Equipment (PPE). Additional considerations involve dust control measures, fire safety plans, and the management of hazardous conditions, particularly in environments like VA medical facilities, where infection control is paramount. Overall, the purpose is to ensure a comprehensive safety framework that minimizes risks during construction while adhering to federal and local regulations, demonstrating the government's commitment to maintaining high safety standards in public works.
    The file pertains to a pre-bid meeting for a government contract related to the John Cochran Veterans Affairs Medical Center (VAMC) in St. Louis, Missouri, under solicitation number 36C25524R0060. Scheduled for August 19, 2024, at 11:00 AM, the meeting aimed to gather potential contractors interested in the Job Order Contracting (JOC) project. An attendance roster lists participants, including representatives from GI-Construction, Quick Enterprise, and Veteran Elite Development & Construction, highlighting their contact information. This meeting serves to foster collaboration and clarifications regarding project requirements and procedures among contractors bidding for the opportunity. The initiative reflects the federal government's ongoing commitment to improving services for veterans through infrastructure enhancements and construction projects within the VA system.
    Similar Opportunities
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of an addition and renovation of the Community Living Center (Building 60) at the Robert J. Dole VA Medical Center in Wichita, Kansas. The project entails expanding the facility by 18,000 square feet and renovating 13,000 square feet of existing space, with a focus on enhancing functionality and compliance with healthcare standards while minimizing disruption to ongoing medical services. This initiative underscores the government's commitment to improving healthcare infrastructure for veterans, ensuring that the facility meets modern operational and safety requirements. Interested contractors should contact Contract Specialist Joshua D. Slapnicker at joshua.slapnicker@va.gov, with bids due by September 17, 2024, at 12:00 PM ET.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    J059--Repair Deficiencies Found In Tri-Annual Inspections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to perform triennial deficiency repairs at the Dayton VA Medical Center. The procurement aims to secure a contractor who will provide all necessary personnel, labor, materials, and equipment to execute the repairs while ensuring compliance with safety and operational standards. This opportunity is particularly significant as it addresses essential maintenance and safety requirements for electrical and electronic equipment, with a total award amount estimated at $19 million and a completion timeframe of 90 days from the issuance of the task order. Interested vendors, specifically VetCert verified Service-Disabled Veteran Owned Small Businesses, must be registered in the System for Award Management (SAM) database and submit their proposals electronically by the specified deadline; for further inquiries, they can contact Mary Jane Crim at MaryJane.Crim@va.gov.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    IDIQ JOC Commercial and Institutional Building Construction Projects
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects. This contract is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses repairs, alterations, renovations, and new construction at various government installations, particularly within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility. The procurement is crucial for maintaining and enhancing the operational capabilities of these facilities, ensuring they meet current standards and requirements. Interested parties should note that the proposal due date has been extended to September 24, 2024, and can reach out to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil or by phone at 619-705-4672 for further information.