SOLICITATION NOTICE
Z -- NRM | 503-25-104 Install Boiler Safety Devices and Piping | NCO 4 Construction West (VA-25-00011568)
- Notice Date
- 12/9/2024 12:35:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425R0015
- Response Due
- 1/8/2025 7:00:00 AM
- Archive Date
- 02/07/2025
- Point of Contact
- Lakeisiha Davenport, Contract Specialist, Phone: 412-822-3777
- E-Mail Address
-
Lakeisiha.Davenport@va.gov
(Lakeisiha.Davenport@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- The Veterans Integrated Service Network 04 (VISN 04) Contracting Office / Altoona VAMC is soliciting a Request for Proposal (RFP) and subsequently awarding a single, Firm-Fixed-Price contract that will be the Lowest Price Technically Acceptable to the Government based on evaluation factors and price, policy/standards, and the terms of this contract. The contractor shall provide all tools, travel, trades, labor, materials, permits, licenses, and supervision for the replacement of the existing safety valves/pressure relief valves in Building 3 boiler room as specified in the Scope of Work. Note: This notice is a request for proposal. Project Scope Summary This project will replace the existing safety valves/pressure relief valves in Building 3 boiler room as called out in the construction drawings. There are 8 total safety valves that will need removed and replaced per VA drawings and specifications for Project 503-25-104. The new safety valves will be supplied to the contractor as government furnished equipment (GFE). Make and model of the new devices can be found in the drawing set. The new safety valves have a larger footprint than the existing, as well as require different connection methods, so some piping and fitting modifications will be necessary (i.e. existing SV s are threaded connections, new are flanged. Vent stacks may also need shortened to accommodate the larger footprint). Provide additional supports to the piping system as/if necessary. Work for each safety valve should be coordinated with the VA COR 5 days in advance so any necessary shutdowns and startups can be planned and coordinated with Boiler Plant personnel. Also, the drain lines that come off the pressure relief s vent stack setup on the boilers and tie together need to be separated, and one of the lines per boiler will need to be extended down to the existing floor drain (3 total need extended, 1 inch lines, approximately 15 of pipe/each boiler). Areas that are currently insulated and are affected by this work will need to be reinsulated to match existing. Perform all necessary inspections on welds, equipment, etc. and any testing as required (boiler hydrostatic testing, etc.) before turning the boilers back over to the VA. If any additional piping needs relocated/rerouted to accommodate installations (gas lines,etc), this is to be included in the bid as well as any applicable finishes (insulation, painting, etc.) Please refer to VHA Directive 1810 and Cast Iron Operational attached in this package. These specify the prohibited use of cast and malleable/ductile iron fittings, etc. in steam and condensate systems 15psi and above. All work to be performed in accordance with the Construction Specification and Drawings. Anticipated Trades: Laborer Plumber Welder Insulator Painter Selection/Administration: This project is a Lowest Price Technically Acceptable solicitation based on evaluation factors price, policy/standards, and the terms of this contract. The solicitation, specifications and drawings will be available at Contracting Opportunities http://SAM.gov. Amendments to the solicitation will also be posted on this website. All parties must obtain solicitation documents and amendments to the solicitation through the website. Hard copies shall not be mailed. It is the responsibility of the Contractor to frequently check the website for all notices, amendments, etc., regarding this solicitation. The Government will not be responsible for any notification not sent or received by the Contractor regarding the solicitation. The contract will be awarded in accordance with the procedures specified in the solicitation. This contract is set-aside 100% for Service-Disabled Veteran-Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 236220 Commercial & Industrial Building & Construction with a size standard of $45.0 million in annual receipts for the past three years. The contract will be awarded as a Firm Fixed Price (FFP) contract. Period of Performance: 60 calendar days from Notice to Proceed (NTP) Magnitude of Construction: Is between $25,000.00 and $100,000.00 All questions pertaining to this solicitation must be received in writing via e-mail to Lakeisiha.Davenport@va.gov and Jeffrey.Pruett@va.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions and Government responses will be posted to the SAM.gov website. A pre-bid conference/site visit will be conducted on December 19, 2024 at 9:00 am ET. Attendees will meet at Building 2, conference room 121 at the Altoona VAMC Campus. All respondents must be registered in the System Award Management System (SAM) database at time of Phase I submittal. Offerors must be verified by the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) https://veterans.certify.sba.gov/ at time of Phase I submittal. Any offeror not SBA or SAM verified at time of proposal submittal will be disqualified and proposal will be rejected.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9098b89ea0fd443abecf0522b8761b7c/view)
- Record
- SN07285855-F 20241211/241209230109 (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 |