SOLICITATION NOTICE
Z -- Replacement of inoperable irrigation system isolation valves at Miramar National Cemetery
- Notice Date
- 4/22/2025 10:38:58 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78625B0023
- Response Due
- 5/5/2025 11:00:00 AM
- Archive Date
- 07/04/2025
- Point of Contact
- Michael Giaquinto, Contracting Officer
- E-Mail Address
-
michael.giaquinto2@va.gov
(michael.giaquinto2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- DESCRIPTION Solicitation Number: 36C78625B0023 Project Number: PCD-992-NRM-FY25-003 Isolation Valve Replacement Description: Isolation Valve Replacement at Miramar National Cemetery This notice is provided for information purposes only and does not constitute a request for Bid, Proposal, or Quote. The Department of Veterans Affairs (VA), National Cemetery Administration (NCA) intends to issue solicitation number 36C78625B0023 entitled, Isolation Valve Replacement at Miramar National Cemetery on or about May 6, 2025, unless additional notice is given, or this notice is modified or cancelled. Scope of Work: The Contractor shall furnish all labor, materials, equipment, tools, supplies, services, and supervision to perform landscape irrigation work described herein to improve existing irrigation system at Miramar National Cemetery (MNC), located in San Diego California. Work includes, but not limited to cut and replace asphalt, excavate, and replace thirteen (13) isolation valves on the reclaimed water irrigation system. Work will be accomplished in accordance with VA requirements, Federal, State, and Local Code requirements. All work will be conducted in such a manner as to minimize the impact on the cemetery operations. Submission of a schedule that minimizes the effect of normal operations on the cemetery shall be approved by the Contracting Officer s Representative (COR) and Cemetery Director prior to the start of work. DESCRIPTION/STATEMENT OF WORK/SPECIFICATIONS Description: The work in this project includes but is not limited to: Item 1: Cut and Replace Asphalt Site preparation and restoration work includes cutting and removal of existing asphalt, excavating and backfill, and asphalt restoration. Sawcut asphalt in area approved by COR. Sawcut the asphalt approximately 10-foot by 10-foot for access to gate valves for replacement. Dispose of asphalt. Remove road base and excavate to the depth of the existing 8-inch isolation valves. After replacement of isolation valves, replace fill and compactable road base. Compact to 90 percent. Install asphalt material. Seal patch edges with sand or chip seal. Item 1: Irrigation Work Area Selective irrigation system replacement is limited as shown on the irrigation drawings. Replace thirteen (13) isolation valves. Isolation Gate Valve for PVC 63.5 mm (2.5-inch) and Larger: Resilient Wedge Gate Valve with non-rising stem. Body: Class 350 Ductile Iron per ASTM A536, Grade 65-45-12, AWWA C509 or C515 Standards Coating: Epoxy coating ANSI/AWWA C116/A21.16-09, NSF 61 on interior and exterior surfaces. Valve Rating: 1375 kPa (200 psi) minimum working pressure. T Handle Socket Wrench Operation: 50 mm (2-inch) nut Options: 6-inch shroud to accept PVC sleeve for 3-inch and larger. Bell ends: Deep bell, gasket with high grade EPDM rubber ANSI/AWWA C111/A21.11 and equipped with cast joint restraint clamps to securely fasten to plastic pipe. Acceptable Manufacturer/Model: Leemco LMV-88BB Series or approved equal. Mainline Fittings [76.2 mm (3-inch) and larger]: Mechanical Joint Fittings: ANSI/AWWA C110/A21.10 and ANSI/AWWA C111/A21.11. Deep Slant Bell Ductile Iron Fittings: Class 350 Ductile Iron per ASTM A536, Grade 65-45-12, AWWA C153; 250 PSI Pressure Rating; Deflection 5 degrees. Bell Sockets: deep slanted bell, ANSI/AWWA C116/A21.16-15, 4-lugs to accommodate joint restraints & additional fittings. Epoxy Coating: ANSI/AWWA C116/A21.16-15, NSF 61 & CSA Z245.20-98, 10-12 MIL; interior and exterior. Push On Joints: ASTM D3139 for Laboratory Qualifying Tests. Use push on rubber gasketed ductile iron fittings. Gaskets: High grade EPDM rubber ANSI/AWWA C11/A21.11 rib-enforced design ASTM F477. Joint Restraints: Class 350 Ductile Iron per ASTM A536. Acceptable Manufacturer/Model: Leemco Ductile Iron Fittings with Joint Restraints or approved equal. Contractor shall Inspect the Miramar National Cemetery grounds where the work is to be completed and ascertain the work deemed necessary and required to complete the work outlined herein (failure of the Contractor to fully inspect the buildings and grounds prior to performing the work shall not relieve the Contractor from performing in accordance with the intent and meaning of the specifications without additional cost to the Government). The Contractor shall submit an After Inspection Report of Contractor s findings, listing any deficiencies found and recommendations to the COR and Contracting Officer for review and approval prior to commencing any work. The work shall include all aspects of the work needed to repair approximately twenty (20) pole barn trusses as stated and described herein and shall be in full compliance with all related specifications requirements, including, but not limited to, the Contractor providing all required necessary permit(s). All work required to achieve the satisfactory performance results shall be at the Contractor's expense with no additional costs to the Government. Period of Performance The Contractor shall complete all work including submittals, reviews, quality control, repair/construction services, punch list corrections, clean up, invoicing and closeouts documentation submittal within sixty (60) calendar days of Government issuance of the Notice to Proceed. Place of Performance Department of Veterans Affairs National Cemetery Administration Miramar National Cemetery 5795 Nobel Dr, San Diego, CA 92122 The Product Service Code (PSC) for this procurement is Y1PZ - Construction of Other Non-building Facilities. The North American Industry Classification System (NAICS) code for this procurement 236220 Commercial and Institutional Building Construction, and the business size standard is $45.0 Million. Per FAR 36.204, the magnitude of construction for this project is between $100,000 and $250,000. The full Solicitation, Specifications and Drawings will be posted on Contract Opportunities on or about May 5, 2025, unless additional notice is given, or this notice is modified or cancelled at SAM.gov. The response submittal address, date and time will be included in the solicitation. As noted, this procurement is 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be rejected as non-responsive. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. (See VAAR Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) To be eligible for award, the SDVOSB must be considered small under the relevant NAICS code and must be registered and verified in the following websites: those desiring to receive an award from this solicitation must be registered at https://veterans.certify.sba.gov/. Companies must have the Certified Veteran Enterprise (CVE) seal on their registration to be considered for an award. The VIP database will be checked both upon receipt of an offer and prior to award; firms must be currently registered in the System for Award Management (SAM) database at www.SAM.gov and have completed online Representations and Certifications prior to contract award. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the CO that it is (1) SDVOSB eligible under VAAR Subpart 819.70; (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in VIP database at: https://veterans.certify.sba.gov/. Interested bidders will be required to furnish a Bid Bond; and the awarded Contractor will be required to provide Performance and Payment Bonds. This presolicitation notice is not an invitation to submit a bid. The Contracting Officer and point of contact for this solicitation is Michael Giaquinto at michael.giaquinto2@va.gov. Telephone requests will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9680f40cee81495cae5af2a5c4bec503/view)
- Place of Performance
- Address: Miramar National Cemetery 5795 Nobel Dr, San Diego 92122, USA
- Zip Code: 92122
- Country: USA
- Zip Code: 92122
- Record
- SN07417088-F 20250424/250422230042 (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 |