Jefferson Barracks Job Order Contract (JOC) (2024) St Louis Missouri 3

Place your question(s) below. We will anonymously submit within 8 hours and provide any responses via email once received.

Incumbent Award Status

Question & Answer Assistant

Hello! Please let me know your question about this opportunity. I will answer based on the related documents for this opportunity.

Some suggestions:

Please summarize the work to be completed under this opportunity

Draft a sources sought response template for this opportunity

I'd like to anonymously submit a question to the procurement officer(s)

Select Document for Processing

Select a document for analysis.

By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Description

SOURCES SOUGHT ANNOUNCEMENT 36C25524R0059 The Department of Veterans Affairs NCO 15 Contracting Office c/o Jefferson Barracks VA Medical Center,1# Jefferson Barracks Drive, St. Louis MO. 63125, 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 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 Jefferson Barracks 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 14, 2024. Responses must include the sources sought number 36C25524R0056 and title: Jefferson Barracks VAMC JOC in the subject line of their email response. Capability Statement must be e-mailed to Paul Dixon Paul.Dixon@va.gov, and Jeanette Mathena Jeanette.Mathena@va.gov

Background
The Department of Veterans Affairs NCO 15 Contracting Office is seeking information on interested vendors for an Indefinite Delivery/Indefinite Quantity (ID/IQ), Job Order Contract (JOC). The 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 general scope of work is for minor construction, repair, and alteration of existing real property facilities and assets. The Contracting Office intends to award a single IDIQ-JOC contract, with a one-year base period and four one-year option periods.

Work Details
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 issued by individually negotiated task orders. Prospective contractors must be able to respond within 120 minutes for emergencies 24/7, and routine response times will be outlined in each individual RFQ’s for the specific task orders.

Period of Performance
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 requirement.

Place of Performance
The construction projects will be performed at Jefferson Barracks (JB) Medical Center, #1 Jefferson Barracks Dr., St. Louis Missouri, 63125.