ContractSolicitation

Z1DA--Project No. 610A4-26-500 - Fort Wayne Job Order Contract (JOC).

DEPARTMENT OF VETERANS AFFAIRS 36C25026R0045
Response Deadline
May 6, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, Network Contracting Office 10 is seeking an SDVOSB contractor for a Job Order Contract at the Fort Wayne VA Medical Center to support general construction, maintenance, alterations, and repairs. The work is structured as a firm-fixed-price, indefinite quantity contract and will use RS Means-based pricing with coefficients for normal and other-than-normal working hours. The contract is intended for one award over a five-year period with a base year and four 12-month ordering periods, and it includes requirements for task-order bid guarantees, specific personnel qualifications, environmental management, security controls, and subcontracting-limit compliance. Evaluation is best value, with technical factors rated pass/fail and past performance weighed by recency and quality, and offers are due May 6, 2026 with amendment acknowledgment required.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

7 Files
Attachment III - Past Performance Questionnaire.pdf
PDF58 KBApr 2, 2026
AI Summary
The
Attachment II - VAAR 852.219-75.pdf
PDF86 KBApr 2, 2026
AI Summary
The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) DEVIATION outlines requirements for contractors regarding subcontracting limitations, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For general construction contracts, contractors may not pay more than 85% of the government-paid amount to firms not certified as SDVOSBs or VOSBs. Materials costs are excluded from this calculation. Offerors must certify their compliance, understanding that false certifications can lead to criminal, civil, or administrative penalties, including prosecution. The VA reserves the right to request documentation to verify compliance at any point during contract performance, with failure to cooperate potentially resulting in remedial action. This certification is a mandatory component of the offer, and failure to provide it will render the offer ineligible for award.
Attachment I - DBA WD.pdf
PDF84 KBApr 2, 2026
AI Summary
The General Decision Number IN20260002, effective January 30, 2026, outlines prevailing wage rates and fringe benefits for building construction projects in 39 Indiana counties. This document, applicable to projects excluding single-family homes and apartments up to four stories, details wages for various trades across multiple counties. Key trades covered include Asbestos Workers/Heat & Frost Insulators, Hazardous Material Handlers, Boilermakers, Bricklayers, Terrazzo Workers, Tile Setters, Carpenters, Millwrights, Piledrivers, Electricians, Elevator Mechanics, Power Equipment Operators (categorized into several groups based on equipment complexity), Ironworkers, Laborers (also grouped by task), Painters, Glaziers, Cement Masons/Concrete Finishers, Plasterers, Plumbers, and Pipefitters. The rates vary significantly by county and specific craft, reflecting regional labor market conditions. The document also specifies certain paid holidays and vacation pay credits for Elevator Mechanics, along with detailed classifications for power equipment operators and laborers. This decision serves as a critical reference for federal, state, and local government RFPs and grants within the designated Indiana counties, ensuring fair compensation for workers on public construction projects.
RFIs.pdf
PDF80 KBApr 2, 2026
AI Summary
This document addresses frequently asked questions regarding a government solicitation for a Job Order Contract (JOC). Key details include the requirement for a bid guarantee per task order, a five-year contract period consisting of a base and four 12-month ordering periods, and the intent to award only one contract. The evaluation method prioritizes a best value decision, with technical proposals evaluated on a pass/fail basis. Past performance will be assessed using recency and quality, with an internal rating scale not disclosed in the solicitation. The government does not intend to answer further Requests for Information (RFIs) unless deemed in its best interest. There is no associated seed project, established RFI deadline, or estimated contract value for this solicitation.
Price Schedule.pdf
PDF106 KBApr 2, 2026
AI Summary
The document outlines the pricing structure for an ID/IQ contract, detailing contract coefficients for normal and other-than-normal working hours. It specifies a guaranteed minimum of $25,000.00, applicable only to the Federal Government Fiscal Year in which the contract is awarded. Additionally, it establishes a contract maximum, or ceiling amount, not to exceed $30,000,000.00 over the entire life of the contract. This structure is typical for federal government RFPs, setting clear financial parameters for the agreement.
36C25026R0045 0001.docx
Word26 KBApr 2, 2026
AI Summary
This document is an amendment to Solicitation Number 36C25026R0045, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10. The amendment, dated April 2, 2026, provides answers to received Requests for Information (RFIs) and includes a price schedule for the procurement. The due date and time for offers remain unchanged from the original solicitation. This modification is identified as VA-VHA-RPOC-2024-0076 and includes attachments for the Price Schedule and RFIs. It is crucial for offerors to acknowledge receipt of this amendment to ensure their offer is not rejected.
36C25026R0045_1.docx
Word174 KBApr 2, 2026
AI Summary
This Request for Proposal (RFP) outlines requirements for a Job Order Contract (JOC) at the Fort Wayne VA Medical Center, seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for general construction, maintenance, alterations, and repairs. The solicitation, numbered 36C25026R0045, emphasizes adherence to various federal acquisition regulations (FAR) and VA-specific clauses. Key requirements include compliance with environmental management systems, specific personnel qualifications (Superintendent, Quality Control Manager, Safety Manager), and stringent security measures including background checks and key control. Proposals will be evaluated based on technical merit (SDVOSB subcontracting goals), past performance, and price, with non-cost factors being significantly more important. The contract is a Firm-Fixed-Price, Indefinite Quantity type, utilizing RS Means cost estimating data for pricing task orders. Offerors must submit a complete SF 1442, acknowledge amendments, and provide technical and past performance proposals, a price schedule, and certifications by May 6, 2026.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 25, 2026
amendedLatest AmendmentApr 2, 2026
deadlineResponse DeadlineMay 6, 2026
expiryArchive DateJun 5, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)

Point of Contact

Contracting Officer
Luke Turner

Official Sources