Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2024 SAM #8416
SOURCES SOUGHT

J -- SOURCES SOUGHT NOTICE - ADD LOW WATER CUTOUTS TO BOILERS LOUIS A. JOHNSON VA MEDICAL CENTER 540-25-1-5050-0158

Notice Date
12/10/2024 8:32:21 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0157
 
Response Due
12/23/2024 7:00:00 AM
 
Archive Date
02/21/2025
 
Point of Contact
Bill Pratt, Contracting Officer, Phone: 410-642-2411 ext. 22230
 
E-Mail Address
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
 
Awardee
null
 
Description
SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor that can supply all labor, material, and equipment to add low water cut outs to hot water boilers. For the Clarksburg VA Medical Center. Location: Department of Veterans Affairs Clarksburg VA Medical Center 1 Medical Center Dr. Clarksburg WV 26301 Description of Work: GENERAL SCOPE: This project will add low water cutout on 3 hot water boilers in BLDG 20 Mechanical room. This would consist of the low water cut out, probe holder, sight glass and VA approved lockable valves and probe holder. This project shall occur within an active mechanical room, and the contractor shall comply with all boiler plant policies. Workdays are Monday-Friday (excluding Federal Holidays) Work hours shall be normal business hours (7:30am-5:00pm) except for work requiring outages. Requests for work outside of these times shall be made to the Contracting Officer s Representative at least 72 hours in advance. The Contractor shall be responsible for all labor, materials, equipment, and tools necessary to complete this work. The contractor shall clean the work area daily and secure all tools for patient safety. DETAILED REQUIREMENTS: All demolished materials shall become property of the Contractor and shall be disposed of by them off government property daily. VA dumpsters may not be used. All demolition work shall be done in accordance with the Scope of Work. Coordinate with VA COR for any special requirements or discrepancies. Clean the work site at the conclusion of each activity. If dirt or debris resulting from contract work is tracked outside the work site, clean immediately. Cleaning equipment will not be provided by the VA. Contractor will install the new Safeguard Low Water Cutout Probe Holders, Safeguard 550 Low water cut out Controls, High pressure sight glass with valves and protection rods and lockable valves. The contractor will install these on 3 separate boilers. Contractor shall coordinate all new and existing equipment and conditions. Contractor is responsible for all lifting/ rigging equipment to demolish existing tube assembly and install the new. Contractor is responsible for following all LOTO procedures and all boiler plant safety policies related to the type of work being performed. Contractor shall submit the below requirements as a formal submittal. Drawings showing arrangement and dimensions of new tube assembly. Manufacturer s supporting documents. Correct any deficiencies discovered during the testing, and retest equipment until satisfactory results are achieved and are accepted by the contractor. The COR or his/her representative shall be present for inspections and tests. Boilers will be returned to normal working operation. SAFETY PRECAUTIONS Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. No flammable liquids shall be stored or used in the VA facility. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241. All necessary precautions shall be taken by Contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. Interested & Capable Responses:� Must respond with the following information. MUST ANSWER THE SUBCONTRACTING QUESTIONS HIGHLIGHTED BELOW. NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Clarksburg VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0157 with your: Business name (including Unique Entity ID (SAM.gov)� � Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and� � Person of contact (including telephone number & email address).� � � Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities.� � Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS)� Brief Summary of categories of services that your company can/cannot provide.� Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable)� Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:� � � Do you intend to self-perform this effort?� If you are located outside the immediate area, how will you self-perform?� Or do you intend to subcontract work under this contract?� If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?� � Response Instructions:� Responses must be submitted by 12:00 PM (ET) Monday, December 23, 2024. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.).� VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ed49d0f273364813b71043b7018278c8/view)
 
Place of Performance
Address: Department of Veterans Affiars Louis A. Johnson VA Medical Center 1 Medical Drive, Clarksburg, WV 26301, USA
Zip Code: 26301
Country: USA
 
Record
SN07287731-F 20241212/241210230113 (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.