Kansas City Job Order Contract (JOC)
ID: 36C25524R0109Type: 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)

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 a Job Order Contract (JOC) designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide general construction services at the Kansas City VA Medical Center. The contract aims to cover maintenance, alterations, and repair work, with a focus on ensuring compliance with safety regulations and quality standards throughout the project lifecycle. This opportunity is significant as it supports the ongoing infrastructure needs of the VA, emphasizing the importance of veteran participation in federal contracting. Interested contractors must submit their proposals by the due date, ensuring they are certified in the SBA Vetcert program and registered in SAM.gov, with a contract value not exceeding $20 million over its duration, which includes a one-year base period and up to four option years. For further inquiries, potential bidders can contact Cedric Graham at Cedric.Graham@va.gov or Sean Jackson at sean.jackson@va.gov.

    Files
    Title
    Posted
    The document outlines the requirements for a Surety Form to be completed by a contractor participating in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) with the Department of Veterans Affairs. It specifies the need for the contractor to provide their information, including name, address, and contact details, and for the surety to complete specific sections regarding the contractor’s bonding history, rating, and project limits. Key details requested from the surety include the duration of the contractor’s bonding relationship, bonding limits for individual and aggregate projects, and any history of project completions or issues such as non-payment complaints or liability insurance refusals. Both the contractor and surety are required to submit their completed forms by November 19, 2024. The purpose of the document is to ensure that the contracting process includes a robust evaluation of financial security and risk factors associated with the contractor's ability to fulfill the terms of the contract, thereby safeguarding the interests of the Department of Veterans Affairs in their procurement processes.
    The document is a Past Performance Questionnaire utilized by the Network Contracting Office 15 (NCO 15) to evaluate contractors’ past performance as part of a federal proposal. It requests references from contractors, detailing a project they have completed, with specific commands requiring the completion of a structured questionnaire. This questionnaire assesses various dimensions of performance, such as management capabilities, quality control, responsiveness to contract changes, and adherence to safety protocols, using a rating scale from exceptional to unsatisfactory. Respondents are instructed to provide a rating and narrative explanations for lower ratings and must submit their evaluations directly to a designated email at the Department of Veterans Affairs. The document emphasizes confidentiality for respondents and is governed by Federal Acquisition Regulations (FAR), ensuring the integrity of the evaluation process. The overall aim is to gather comprehensive performance data, which will inform the assessment of proposals for future government contracts.
    The document outlines the requirements for submitting a Performance Relevancy Survey as part of a federal Indefinite Delivery Indefinite Quantity – Job Order Contract (IDIQ-JOC) proposal. Offerors must provide details on relevant past projects or contracts they wish to reference, specifying whether they served as a prime contractor or subcontractor. Key elements to include are contract specifics, original and current values, completion dates, and a description of work performed, rated for relevancy to the new solicitation. The document defines relevancy levels from "Very Relevant" to "Not Relevant" based on the scope, magnitude, and complexity of prior efforts. Additionally, offerors are required to identify any major subcontractors involved and highlight any technical aspects that are particularly relevant to the current solicitation. Contact information for a representative from the contracting agency is also needed, ensuring thorough documentation for the evaluation process in compliance with government contracting practices.
    This document outlines safety requirements for contractors and government personnel involved in construction projects, primarily managed by the VA and guided by the Army Corps of Engineers Safety and Occupational Health Requirements (EM 385-1-1). It emphasizes the mandatory establishment of an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs) that address site-specific risks. Key elements include defining roles such as the Site Safety and Health Officer (SSHO) and Competent Persons (CP), regulations for personal protective equipment (PPE), and protocols for safety meetings, inspections, and mishap reporting. Specific areas covered include fall protection, electrical safety, dust control, and fire safety, with a strong focus on compliance with OSHA and local regulations. Additionally, the document mandates training standards for all personnel involved, ensuring they meet required qualifications relevant to their roles and tasks. The comprehensive guidelines underscore the importance of environmental health, safety measures, and regulatory compliance during construction, reflecting the government's commitment to maintaining safe work conditions.
    The document outlines the Request for Proposal (RFP) for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Job Order Contract (JOC) specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) by the Department of Veterans Affairs (VA). The RFP aims to acquire general construction services for projects at the Kansas City VA Medical Center, which encompasses maintenance, alterations, and repair work. Key requirements include the necessity for bidders to be certified in the SBA Vetcert program and registered in SAM.gov by the proposal due date. Proposals will be evaluated based on several factors such as contractor organization, technical approaches, relevant experience, past performance, safety plans, and pricing, where non-price factors hold greater weight than price considerations. The contract duration includes a one-year base period with up to four additional option years, with a minimum task order amount of $2,000 and a maximum of $500,000, not exceeding a total of $20 million over the contract's lifespan. Additionally, bidders must adhere to safety regulations and provide comprehensive technical and price documentation, emphasizing the importance of quality control and adherence to local and federal construction standards. The structure and submission guidelines of the proposal are clearly outlined to ensure compliance and facilitate a fair evaluation process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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 the Sterile Processing Services, which is critical for maintaining infection control and supporting surgical operations within the facility. The project involves comprehensive construction activities, including demolition, installation of new systems, and upgrades to existing infrastructure, all while adhering to strict safety and health regulations due to the active medical environment. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by October 22, 2024, and can direct inquiries to Contract Specialist David S. Sterrett at david.sterrett@va.gov. The estimated contract value ranges between $10 million and $20 million.
    S205--KCVA Solid Waste Contract (VA-25-00005947)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a solid waste and recycling removal contract at the Kansas City Veterans Affairs Medical Center (VAMC), identified as VA-25-00005947. This procurement involves a firm fixed price contract with a base year and four option years, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 562111. The services are crucial for maintaining cleanliness and compliance with waste management regulations at the facility. Interested bidders must be registered and active in the System for Award Management (SAM) to receive notifications, with the solicitation expected to be available electronically on or around October 15, 2025. For further inquiries, potential bidders can contact Contracting Officer Lisa A. Buchanan at lisa.buchanan1@va.gov or by phone at 913-946-1990.
    Y1DA--Job Order Contract (Single Site) FY 25 VAMC Cleveland
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a Job Order Contract (JOC) aimed at providing general construction services at the Louis Stokes Veterans Affairs Medical Center in Cleveland, Ohio. This contract will facilitate expedited procurement for maintenance, alterations, and repairs of various facilities, replacing an expiring contract to enhance the center's infrastructure. The Request for Proposals (RFP) is anticipated to be released around January 15, 2025, with proposals due within 40 days of issuance, and the solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to promote opportunities for qualified contractors. Interested parties can reach out to Contract Specialist Terence James at terence.james@va.gov or (216) 447-8300 for further information.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction services under solicitation number 36C24524R0024. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on maintenance, repair, and construction projects within the Veterans Integrated Service Network (VISN) across Maryland, Washington D.C., and West Virginia. The selected contractors will be responsible for various construction activities, including upgrades to healthcare facilities, with a performance period of five years and a maximum limit of $1,000,000 per task order. Interested parties must submit their proposals by October 28, 2024, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
    S205--589-25-1-4756-0002 | Waste Removal Services l WI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for waste removal and recycling services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement requires compliance with health regulations, the use of standardized containers for waste collection, and the maintenance of sanitary conditions, with a strong emphasis on timely pickups and cleanliness around service areas. This contract, valued at $47 million for a base year with four option years, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and underscores the government's commitment to utilizing veteran-owned businesses while ensuring effective waste management services at a federal facility. Interested parties should direct inquiries to Contracting Officer James W. Hogue at James.Hogue@va.gov.
    Y1DA--589A5-21-700 EHRM INFRASTRUCTURE UPGRADES (VA-24-00076324) Topeka, KS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Infrastructure Upgrades project at the Colmery-O'Neil VA Medical Center in Topeka, Kansas, under solicitation number 36C77624B0026. This project aims to construct a new data center and renovate existing spaces, requiring contractors to provide labor, materials, and equipment for general construction, HVAC, electrical work, and installation of permanent equipment, all while adhering to safety and regulatory standards. The upgrades are crucial for modernizing the facility's infrastructure to enhance healthcare delivery for veterans, with a contract value estimated between $20 million and $50 million. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids electronically by the specified deadline, and a site visit is scheduled for October 16, 2024, for potential bidders to assess the work site. For further inquiries, contact Richard Webb at Richard.Webb3@va.gov or call 216-447-8300 x49623.
    Y1DA--589-702 Construct Endoscopy Suite (VA-25-00001401)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract to construct an Endoscopy Suite at the Wichita VA Medical Center in Kansas. This project involves the construction of a three-level addition, approximately 15,000 square feet, designed to accommodate surgical waiting and recovery areas on the second floor, while the first and ground floors will serve the Office of Information and Technology and Bio-Medical Repair & Maintenance functions. Given the active medical environment, the construction must be carefully phased to ensure that medical care remains uninterrupted throughout the process. The solicitation is set as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $20 million and $50 million, anticipated to be issued in late August to early September 2023, and a performance period of approximately 608 days. Interested parties can contact Contract Specialist John Fancella at john.fancella@va.gov or by phone at 216.447.8300 x3618 for further details.
    X1DB--Junction City, KS Outpatient Clinic 42,731-47,409 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing arrangements for an outpatient clinic located in Junction City, KS, under solicitation number 36C10F24R0014. The clinic requires a space ranging from 42,731 to 47,409 ANSI/BOMA square feet, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to support veteran-specific health care needs. This procurement is crucial for ensuring that veterans have access to necessary outpatient services in a compliant and efficient manner. Interested parties must submit their proposals by December 9, 2024, at 4 PM ET, and can contact Mayra I Rosa, the Lease Contracting Officer, at mayra.rosa@va.gov for further information.
    R602--Courier Service, KC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide courier services for the Kansas City VA Medical Center in Missouri. The procurement aims to establish a Blanket Purchase Agreement (BPA) for the transportation of medical and laboratory items between the medical center and designated Community Based Outpatient Clinics (CBOCs), with services required Monday through Friday and additional 24/7 non-scheduled courier services. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses and other small firms, are encouraged to submit their qualifications and capability statements by October 25, 2024, to the Contracting Officer, Janie Juszczak, at janie.juszczak@va.gov. The performance period for the contract is set from February 1, 2025, to January 31, 2030, consisting of one base year and four option years.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.