Z2DA--Jefferson Barracks Job Order Contract (JOC) (2024)
ID: 36C25524R0059Type: 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 bids for the Jefferson Barracks Job Order Contract (JOC) for 2024, aimed at commercial and institutional building construction. This contract will focus on the repair or alteration of hospitals and infirmaries, emphasizing the need for contractors with proven past performance in similar projects. The procurement process is critical for maintaining and improving the infrastructure that supports veteran care, ensuring compliance with safety and quality standards throughout the construction process. Interested contractors should submit their proposals by August 22, 2024, and can direct inquiries to 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 Jefferson Barracks VA Medical Center. The indefinite-delivery, indefinite-quantity (IDIQ) contract has a five-year potential duration, offering up to $20 million in simplified, non-complex projects, each under $500,000. The scope includes maintenance, repairs, and alterations, with a focus on expediting construction. Key requirements include strict compliance with safety and environmental regulations, a comprehensive quality control plan, and the ability to manage multiple projects concurrently. Offerors must demonstrate relevant experience and an effective timeliness strategy. The evaluation criteria heavily weigh factors like contractor organization, technical approach, and past performance. The pricing structure is based on a coefficient system, adjusting RS Means Cost Data for each task order. Offerors must submit a technical proposal and a pricing proposal, with clear separation of content. The government plans to award the contract without discussions, emphasizing the importance of a comprehensive initial offer. The submission deadline is 2:00 PM CDT on September 9, 2024.
    The document serves as an attendance roster for a pre-bid meeting concerning the contract solicitation number 36C25524R0060, specifically for the Jefferson Barracks JOC project. The meeting is scheduled for August 19, 2024, at 10:00 AM, taking place at the Department of Veterans Affairs in St. Louis, Missouri. Attendees included representatives from various companies, notably Veteran Elite Development LLC and Hof Construction, highlighting their contact information for further communication. The listed names and corresponding companies emphasize the involvement of multiple construction firms interested in bidding for the project. This meeting is critical as it sets the stage for potential contractors to discuss the project details, clarify expectations, and prepare their bids, thereby playing a pivotal role in the procurement process for federal contracts related to the Veterans Affairs infrastructure projects.
    The government agency issuing this request is amending a previous solicitation for a Jefferson Barracks Job Order Contract (JOC). It clarifies the evaluation procedure for proposals, removes the requirement for hard copies of RS Means unit price data books, and confirms that contractors must include state and local taxes in their bids. Offerors must acknowledge receipt of the amendment and adhere to the extended deadline. The rest of the original solicitation remains unchanged. Contractors will still report to the Network Contracting Office in Leavenworth.
    The document outlines instructions for filling out a Surety Form related to an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for the Department of Veterans Affairs. Contractors are required to complete the form and submit it to their Surety, who must also provide specified information about their bonding capacity and relationship with the contractor. This information includes the contractor's rating, bonding limits, and any past issues with payments or project completions. The form must be submitted by August 22, 2024, either through regular mail, email, or FedEx to the specified address in Leavenworth, Kansas. This document serves as an essential step in the solicitation process for contractors aiming to work with VA, ensuring financial reliability and accountability in project execution. It reflects the government's diligence in assessing the eligibility and performance history of potential contractors in federal contracts.
    This document is a transmittal letter template for a Past Performance Questionnaire as part of a government proposal evaluation process, specifically under the Department of Veterans Affairs' Network Contracting Office 15. It informs referenced firms that their feedback is critical for assessing a contracting firm's past performance regarding a submitted proposal. The confidentiality of responses is assured, in line with Federal Acquisition Regulations (FAR), ensuring individual identities of respondents remain hidden. The document outlines instructions for completing and returning the questionnaire, emphasizing thoroughness in responses while providing an evaluation scale ranging from exceptional to unsatisfactory performance. Key performance aspects include project management, personnel qualification, quality control, timely resolution of issues, safety adherence, and overall project execution. The document also queries about environmental compliance and the contractor's history with the agency. Overall, this template serves to streamline the evaluation process and gather detailed performance assessments from past clients, crucial for determining contract awards within government procurement frameworks.
    The document outlines the requirements for submitting a Performance Relevancy Survey as part of a solicitation (36C25524R0059) for an Indefinite Delivery Indefinite Quantity Job Order Contract (IDIQ-JOC) by the federal government. Offerors must provide essential details about their past projects, including their role as a prime contractor or subcontractor, contract numbers, financial specifics, completion dates, and reasons for any contract modifications. A detailed description of the work performed is required, along with a relevancy rating indicating how closely past performance aligns with the current solicitation's scope and complexity. The ratings range from "Very Relevant" to "Not Relevant." Offerors must also specify the contributions of major subcontractors and their relevance to the current project. Additionally, contact information for the relevant contracting officer and inspector is required. This structured approach aims to evaluate the capability and experience of potential contractors in relation to the specific needs of the proposed project, ensuring a thorough selection process.
    The document outlines comprehensive safety requirements for construction projects under the jurisdiction of the U.S. Department of Veterans Affairs (VA). It emphasizes the importance of establishing an Accident Prevention Plan (APP) and conducting Activity Hazard Analyses (AHAs) to identify and mitigate risks associated with construction activities. Key components include defining roles for the Site Safety and Health Officer (SSHO) and Competent Persons (CPs), ensuring personnel undergo appropriate training, conducting routine inspections, and maintaining accurate records of mishaps and safety performances. It is crucial that contractors adhere to federal regulations, including OSHA standards, and the Army Corps of Engineers EM 385-1-1 Manual, alongside local laws that may impose stricter requirements. The document details mandatory protective equipment, fire safety measures, and standards for handling specific hazards such as electrical work and fall protection. The emphasis on coordination among contractors, compliance with regulations, and meticulous documentation underscores the VA's commitment to maintaining a safe construction environment that safeguards personnel and public health during project execution.
    Similar Opportunities
    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--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.
    Sources Sought Jefferson Barracks Aggregate and Sod Delivery -- 9999
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Sources Sought opportunity related to the delivery and installation of aggregate and sod at the Jefferson Barracks National Cemetery in St. Louis, Missouri. The procurement involves providing new sod, topsoil, compost, and sand, with a contract structured as an Indefinite Delivery Indefinite Quantity (IDIQ) for the base year plus four option years, contingent upon the availability of FY25 funds. This initiative is crucial for maintaining the cemetery's standards as a national shrine honoring veterans, requiring strict adherence to operational procedures to ensure no disruption to cemetery activities. Interested parties must submit their capability statements and compliance documents via email to April Graves at april.graves@va.gov by September 30, 2024.
    9930--Grave liners Jefferson Barracks National Cemetery
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to provide grave liners and installation services at Jefferson Barracks National Cemetery in St. Louis, MO. This procurement is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base year and four optional one-year extensions, totaling five years of service. The grave liners are essential for memorializing veterans, reflecting the government's commitment to honoring their service. Interested parties must submit their offers by September 6, 2024, and direct any inquiries to the Contracting Officer, Olalekan Ismail, via email at olalekan.ismail@va.gov by August 30, 2024, at 2:00 PM EST.
    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.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    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.
    Z1DA--578-15-001 Install Patient Lifts Multiple Locations (Construction)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a firm-fixed-price federal contract, titled Z1DA--578-15-001, to procure and install patient lifts across multiple locations at the Edward Hines Jr. VA Hospital in Illinois. With a project value between $2 million and $5 million, the contract aims to enhance patient safety and improve healthcare operations by adding ceiling-mounted lifts in various wards. The project's complexity lies in its coordination with an active medical environment, requiring careful scheduling and adherence to strict infection control protocols. The VA seeks bids from experienced Service-Disabled Veteran-Owned Small Businesses, emphasizing safety and timely project completion. The bid deadline is 07/09/2024, with a projected contract start date within 470 days of award notification. This summary encapsulates the key details of the opportunity, providing a concise overview for potential bidders. Let me know if you would like any specific information regarding the files associated with this opportunity.
    Z2PZ--Construction of a Gold Star Memorial for the Richard A. Pittman VA Clinic at French Camp, CA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services for a Gold Star Memorial at the Richard A. Pittman VA Clinic in French Camp, CA. This project, which is set aside for eligible NCO 21, MACC GROUP 2 IDIQ contract holders, involves the construction of a memorial honoring families of fallen veterans, with a budget estimated between $250,000 and $500,000. The successful completion of this project is significant as it enhances the clinic's outdoor environment and fulfills the VA's commitment to honoring service members and their loved ones. Proposals are due by 8:00 AM PT on October 9, 2024, and interested parties must contact Contract Specialist Rosario Chaidez at rosario.chaidez1@va.gov for further information.