Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2022 SAM #7467
SOLICITATION NOTICE

Z -- 589A7-18-302 FCA Install New Boilers, Building 13 (VA-22-00049186)

Notice Date
5/9/2022 5:17:14 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25522R0079
 
Response Due
6/8/2022 12:00:00 PM
 
Archive Date
09/15/2022
 
Point of Contact
SEAN JACKSON, CONTRACTING OFFICER, Phone: 913-946-1126
 
E-Mail Address
sean.jackson@va.gov
(sean.jackson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
INSTALL NEW BOILERS, PROJECT 589A7-18-302 PRE-SOLICITATION NOTICE This construction project will be at the Robert J. Dole VA Medical Center and will consist of, but is not limited to, the following improvements: The Wichita VAMC boiler plant is to be completely renovated and upgraded, including the steam generation systems and auxiliaries at the boiler plant. The project will include site work, a new building addition, replacement of the existing boilers, and updating of the controls and auxiliary systems with new equipment and systems sized to provide the future steam generation needs of VAMC Wichita. The boiler plant equipment and associated components will be installed in phases, in the new building addition, to minimize the disruption of the steam to the hospital campus. The new boiler plant will be constructed, commissioned, and put into service prior to renovation of the existing boiler plant. The plant will be constructed to meet the blast resistant requirements for Mission Critical facilities per the VA Physical Security and Resiliency Design Manual (PSRDM). The project site work consists of modifications to the site utilities, site grading, and site hardscape. This includes relocation of site utilities which fall under the footprint of the new Building 13 addition including water, storm sewer, communication, electric feeds, and steam lines. The concrete drive lane north of Building 13 will be shifted to maintain current vehicular circulation patterns around the project site. PSRDM features will be added to the site, including a security fence, anti-ram features, and access controls. The existing boiler plant building will be renovated to include a new Staff Suite layout with Boiler Water Treatment Equipment room, Staff Break room, Toilet rooms, Locker room, storage, and shop spaces. A mezzanine will be constructed within the existing building for additional space. The existing building will include new finishes that comply with PSRDM requirements. The existing plant floor will be outfitted with a concrete deck to meet the elevation of the new addition. The new one-story addition that will include a new layout for a Basement Pump room, Control room, Office, Equipment room, Generator room, Transformer room, Electrical room, Security room, I.T. room, and HAC. New egress features, including new stairs and a ramp, will be added to the building. The building will be provided throughout with a new fire alarm system and an automatic sprinkler system. Major mechanical project elements include new boilers, deaerator, condensate receiver, SCADA system, stack economizers, blowdown heat recovery, fuel oil pump system, boiler feedwater pumps, and condensate pumps. The new boiler plant will include three 500-horsepower, 4-pass, wet back, firetube boilers, and associated auxiliary equipment. Each boiler will have an exhaust stack economizer. The system will include a 1,400-gallon deaerator, and a 1,400-gallon surge tank. A new duplex fuel oil pump package shall be provided for the boiler fuel oil system (natural gas as primary and #2 fuel oil as backup). Existing fuel storage capacity on site is adequate, however a 100-gallon double-wall steel day tank will be added. A new 80,000-gallon water storage tank will also be provided as part of the project and located above grade. The project will include the upgrade and replacement of the current 480V electrical distribution system to include motor controls, breakers, generator, and automatic transfer switch as well as the installation of a main electrical disconnect on the feeders coming from the outdoor transformer. The existing 125KW generator, ATS #1, and ATS #2 will be relocated, and a new 400kVA/500kW, 480V diesel standby generator with a new ATS and UPS will be provided to serve the boiler plant equipment loads. The Contractor shall obtain all required permits for the project. All construction is to be performed in one phase during normal working hours as much as feasible. Off-hours premium time is included for noise abatement and utility shutdowns only. Shutdowns shall be limited to 8 hours maximum and scheduled for minimal interference with hospital operations. Any item(s) to be salvaged by the owner are to be removed by the owner from the site before construction begins. Contractor to provide dumpsters for disposal of construction debris and materials. The construction contractor will be required to submit construction waste debris reports to include weight of construction waste, weight of any recycled materials and the cost for removing construction waste. The construction contractor shall comply with VA and Medical Center guidance to ensure infection controls during the construction. Normal Working Hours are 0700 to 1600, Monday to Friday. For working outside these hours requires prior written approval from the COR. Due to the work site location, it is anticipated that some off-hours work will be required to perform this project work to manage noise and vibration impacts to Veterans Patients and Medical Staff performing care. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits Health Care and Information Technology Act of 2006, this project is a total set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated magnitude of the resulting construction price range is estimated to be between $10,000,000.00 and $20,000,000.00. The North American Industrial Classification System (NAICS) code is 236220, General Construction, small business size standard of $36.5 Million in average annual receipts for the preceding three years. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and required to be registered in the VetBiz registry https://www.vetbiz.va.gov/ on or before the response date. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in SAM (System of Award Management) and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vetbiz.gov. The solicitation, including specifications and drawings, will be posted to Sam.gov (https://sam.gov/content/home) on or about June 15, 2022. The offeror is responsible to monitor and download any amendments from the Sam website, which may be issued to this solicitation. Only one organized site visit will be scheduled, and attendance is encouraged for any responsible sources to submit an offer which shall be considered by Department of Veterans Affairs. The date, time, and place of the site visit will be posted in the solicitation documents. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Sean.Jackson@va.gov and Jonathan.Lutmer@va.gov and ensure that the subject line reads ""589A7-18-302 Install New Boilers No basis for claim against the Government shall arise as a result of a response to this pre-solicitation notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov/. The Contract Opportunities website is the only official site to obtain these documents.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e1efedbbd4e4b928dc3cfca691b2b2b/view)
 
Place of Performance
Address: ROBERT J DOL VA MEDICAL CENTER 5500 E. KELLOGG, Wichita, KS 67218, USA
Zip Code: 67218
Country: USA
 
Record
SN06321198-F 20220511/220509230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.