Z2DA--KC VAMC JOC

Agency:
State: Kansas
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159491589798024
Posted Date: Feb 23, 2024
Due Date: Mar 12, 2024
Source: Members Only
Follow
Z2DA--KC VAMC JOC
Active
Contract Opportunity
Notice ID
36C25524Q0182
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 23, 2024 01:03 pm CST
  • Original Response Date: Mar 12, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kansas City VA Medical Center 4801 Linwood Blvd. Kansas City , 64128
Description
SOURCES SOUGHT ANNOUNCEMENT
36C25524Q0182
The Department of Veterans Affairs NCO 15 Contracting Office Kansas City VA Medical Center, 4801 Linwood Boulevard, Kansas City MO. 64128, seeks information on interested vendors for an Indefinite Delivery/ Indefinite Quantity (ID/IQ), Job Order Contract (JOC) . This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside.
The North American Industry Classification system (NAICS) code for this acquisition is 236220 General Contractors Commercial and Institutional Building Construction. The small business size standard is $45.0 million. If warranted the solicitation will be a 100% set-aside to Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Businesses (VOSB), as a Request for Proposal (RFP) for a firm fixed-price, Indefinite-Delivery Indefinite-Quantity (IDIQ), Job Order Contract (JOC).
The general scope of work is for minor construction, repair, and alteration of existing real property facilities and assets. Work will be issued by individually negotiated task orders. The type of construction services includes but is not limited to: Demolition (including Lead/Asbestos removal and Disposal); Concrete; Masonry; Metalwork; Carpentry; Thermal and Moisture Protection; Doors and Windows; Interior & Exterior Finishes; Specialties (including Equipment & Furnishings); Fire Suppression; Plumbing; HVAC (including Testing and Balancing); Electrical (including Communications & Security); and Exterior Site Improvements.
All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. Prospective contractors must be able to respond within 120 minutes (2 hours) for emergencies 24/7, and routine response times will be outlined in each individual Request for Quotations (RGQs) for the specific task orders. Construction firms must provide information on how they will comply with the emergency response time of 2 hours required by Kansas City VAMC.
The resulting JOC Construction IDIQ contracts shall provide general construction work at an indefinite quantity by placing individual task orders with the contractors within minimum and maximum limitations of $2,000.00 - $500,000.00 per task order. Aggregate value for each awarded contract, should all options be exercised, shall not exceed $20,000,000.00. The minimum guarantee for each awarded IDIQ is $2,000.00 which meets the FAR 16.5 requirement.
The Contracting Office intends to award a single IDIQ-JOC contract, with a one-year base period and four (4) one-year option periods.
Contractor shall use the RS Means Facilities Repair Cost Data Software located at www.rsmeans.com. Working in an Occupied Hospital shall not be added to the RS Means Cost breakdown as a Labor Adjustment Factor. Any cost associated with these factors may be included into the coefficient rate.
The responding interested offerors are requested to provide at a minimum the following capabilities:
Capability Statement: The Capability Statement is designed to inform the Department of Veteran Affairs, of any prospective construction contractors' project execution capabilities. The submission is limited to 10 pages which shall include the following information: (1) Offeror's name, address, point of contact, phone number, e-mail address, and SAM UEI number; (2) Offeror's interest in bidding on the solicitation when it is issued; (3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years; (4) Brief description of the project, Customer name and Dollar value of the project); (5) Offeror's SBA Veteran Small Business Certification (VetCert), Offeror's Joint Venture information if applicable, existing and potential; and (6) Offeror's Bonding Capability (per task order and aggregate) in the form of a letter from Surety. Your firm must be able to bond minimum $500,000.00 per task order and have/demonstrate the capability to bond and complete multiple projects at one time.
The determination of acquisition strategy for this acquisition lies solely with the government.
The Capabilities Statement for this Sources Sought is not a Request for Proposal nor an Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The purpose of this notice is to gather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Per FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the Government to form a binding contract. Any commercial brochures or currently existing marketing material may also be submitted with a Capabilities statement. Submission of a Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Department of Veteran Affairs in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited.
Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 2:00 PM (CST) Central Standard time on March 12, 2024. Responses must include the sources sought number 36C25524Q0182 and title: Kansas City VAMC JOC in the subject line of their email response. Capability Statement must be e-mailed to Cedric Graham Cedric.Graham@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 23, 2024 01:03 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >