The RFP Database
New business relationships start here

Marion JOC


Kansas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(RFI) SOURCES SOUGHT ANNOUNCEMENT
36C25519Q0170

The Department of Veterans Affairs NCO 15 Contracting Office c/o Marion VA Medical Center (Marion VAMC) 2401 West Main Street, Marion, IL 65959-1188, 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 sufficient number of certified Service Disabled Veteran owned Small Businesses (SDVOSB) 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 $36.5 million. If warranted the solicitation will be a 100% set-aside to Service Disabled Veteran Owned Small Business (SDVOSB), 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 RFQ s 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 Marion 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 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 contract, with a one-year base period and four (4) one-year option periods IDIQ-JOC contract.
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 DUNS 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 VetBiz certification, 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 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 (RFI) is not expected to be a Request for Proposal nor an Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. 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 January 23, 2019. Responses must include the sources sought number 36C25519Q0170 and title: Marion JOC in the subject line of their email response. Capability Statement must be e-mailed to James Petrik james.petrik@va.gov
When the solicitation is issued it will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for Best Value. All potential sources must register in SAM the System for Award Management.
SERVICE-DISABLED VETERAN ONED SMALL BUSINESSES (SDVOSBs) All SDVOSBs who want to participate in the VA s Veterans First Contracting Program must be verified by VETbiz in order to be eligible for VA contract set-asides.
POINT-OF-CONTACT --- Capability Statement must be e-mailed to James Petrik by 2:00 PM CST on January 23, 2019 james.petrik@va.gov

Petrk, James
james.petrik@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP