CPP Temporary Boiler Rental Installation & Removal Contract
ID: AOCSSB24R0069Type: Combined Synopsis/Solicitation
Overview

Buyer

ARCHITECT OF THE CAPITOLARCHITECT OF THE CAPITOLACQUISITION & MATERIAL MAN DIVWashington, DC, 20515, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

SPACE AND WATER HEATING EQUIPMENT (4520)
Timeline
    Description

    The Architect of the Capitol (AOC) is seeking proposals for the CPP Temporary Boiler Rental Installation & Removal Contract, aimed at ensuring reliable heating services at the Capitol Power Plant (CPP) in Washington, D.C. The contract requires the rental, installation, maintenance, and removal of a dual-fuel temporary boiler with a capacity of 99 MMBTU/hr, capable of producing between 80,000 to 100,000 pounds of steam per hour, adhering to strict environmental regulations and operational standards. This initiative is crucial for maintaining heating infrastructure during winter months, with a contract period spanning five years from September 2024 to April 2029, including options for six-month extensions. Interested contractors must submit their proposals by September 9, 2024, and can direct inquiries to Donald Fuqua at donald.fuqua@aoc.gov or by phone at 202-329-6763.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation document AOCSSB24R0069, issued by the Architect of the Capitol, outlines a Request for Proposals (RFP) for boiler services including mobilization, installation, rental, maintenance, and removal of a boiler system. The contract is rated under the Defense Production Act, indicating the urgency of the services. The bid deadline is set for September 9, 2024, with the contract performance period spanning from September 27, 2024, to September 26, 2025, including various optional extensions until March 31, 2030. Key components of the services outlined include maintenance during specified business hours and emergency services, both during business and after hours. Invoices for services are to be submitted after completion and government acceptance. Each line item is tied to specific pricing structures and performance periods, indicating a clear scope of work and financial terms. This document functions as a formal invitation for contractors to submit their proposals, highlighting the government’s commitment to maintaining operational efficiency in boiler management while adhering to federal procurement regulations, ensuring transparency in the bidding process, and promoting fair competition among vendors.
    The document outlines the Performance Work Statement (PWS) for a contract concerning the rental, installation, and removal of a temporary boiler at the Capitol Power Plant (CPP). The Architect of the Capitol (AOC) requires a dual fuel boiler for winter heating, stipulated to have a maximum input of 99 MMBTU/hr and capable of producing 80,000 to 100,000 pounds of steam per hour. The contract encompasses installation, maintenance, and eventual removal, adhering to specific environmental regulations and performance standards. Key deliverables include timely installation between November 1 and December 31, with operational expectations of continuous function until April 1 of the subsequent year. The contractor must ensure compliance with emission testing, obtain necessary permits, and provide regular maintenance responses within specific timelines. The contract spans five years, with primary activities and operations conducted at the US Capitol Power Plant in Washington, DC. Key personnel requirements are outlined, emphasizing qualifications for the Project Manager and Superintendent roles. The contract is organized in a firm-fixed price format, with specific invoicing and travel guidelines. Overall, the document highlights the integral need for reliable heating infrastructure at the Capitol while ensuring environmental compliance and operational effectiveness.
    The Capitol Power Plant (CPP) Temporary Boiler Rental Contract outlines a five-year service for the installation, maintenance, and removal of a temporary dual-fuel boiler to ensure heating redundancy during winter months. The Architect of the Capitol (AOC) requires a boiler with a capacity of 99 Metric Million British Thermal Units per hour and steam output between 80,000 to 100,000 pounds per hour. Installation must comply with local, state, and federal regulations, including emissions criteria. The contractor is responsible for all operational costs, maintenance, and ensuring safety and environmental compliance throughout the contract period. Key deliverables include regular status reports, a comprehensive quality control plan, and adherence to safety protocols. A project manager and superintendent are essential personnel with specified experience requirements. The working hours are regulated, limiting activities to weekdays unless otherwise approved. The contract type is Firm-Fixed Price, with reimbursements for travel expenses in accordance with federal regulations. This initiative exemplifies government investment in infrastructure sustainment and compliance with environmental and operational standards.
    The document outlines a Non-Disclosure Agreement (NDA) for individuals seeking conditional access to Controlled Unclassified Information (CUI) pertaining to the security of U.S. Congress and the Supreme Court. CUI encompasses sensitive data that requires stringent protection and cannot be disclosed without explicit consent from the appropriate authorities. It emphasizes the strict controls exercised by Congress over such information, highlighting that unauthorized transmission or revelation is punishable by federal law. The NDA mandates the signatory to maintain confidentiality indefinitely, refrain from disclosing the existence of the information, and avoid any unauthorized access attempts. The significance of this agreement lies in ensuring the safeguarding of classified materials essential to national security interests. The document also references a specific Request for Proposal (RFP-AOCSSB24R0069) for the CPP Temporary Boiler installation and removal services, linking the NDA to a broader procurement context within federal operations.
    The document outlines the Equal Employment Opportunity (EEO) laws applicable to private employers, state and local governments, educational institutions, employment agencies, labor organizations, and federal contractors. It emphasizes the prohibition of discrimination based on race, color, religion, sex, national origin, disability, age, gender (wages), and genetic information, as stipulated by various federal laws such as Title VII of the Civil Rights Act, the Americans with Disabilities Act, the Equal Pay Act, and the Genetic Information Nondiscrimination Act. Additionally, it covers the protections and affirmative action required for individuals with disabilities and veterans under specific acts. The document instructs individuals who believe they have experienced discrimination to promptly contact the Equal Employment Opportunity Commission (EEOC) or the Office of Federal Contract Compliance Programs (OFCCP) for assistance. Overall, it serves as a comprehensive guide on federal EEO protections and resources available for reporting discrimination, emphasizing the importance of timely action in such cases. This document is relevant within the context of federal RFPs, grants, and local procurement processes as compliance with EEO laws is essential for eligibility and maintaining federal funding.
    This document outlines the minimum wage, overtime pay, child labor regulations, safety and health requirements, and enforcement measures for contractors engaged in government contract work, particularly under the Walsh-Healey Public Contracts Act and the Service Contract Act. Contractors must pay at least the federal minimum wage, with some contracts necessitating a higher wage rate determined by the Service Contract Act. Overtime compensation is mandated at one and one-half times the basic pay for hours worked over 40 in a week. The employment of individuals under 16 years of age is prohibited for PCA contracts, and work conditions must be sanitary and safe. Contractors are responsible for ensuring compliance with labor standards and must inform employees of these rights. Enforcement is managed by the Department of Labor, with specified contact points for complaints and inquiries. The document highlights the accountability of prime contractors for subcontractor violations, emphasizing the necessity for adherence to both labor and safety regulations to foster a fair and secure work environment on government contracts.
    The government grant from the District of Columbia's Department of Energy and Environment grants Permit No. 7298 to the Architect of the Capitol, allowing the installation and operation of a temporary boiler at the U.S. Capitol Power Plant. This permit lays out stringent requirements for construction and operational practices, including emissions limitations for pollutants such as NOx, CO, SO2, and particulate matter, all in compliance with the District’s air pollution regulations. The permit mandates monthly monitoring for visible emissions, adherence to sulfur content standards for fuel oil, and stipulates that the temporary boiler cannot operate for more than 180 consecutive days without being moved. Record-keeping and reporting of operational data, emissions testing results, and maintenance activities are also required to demonstrate compliance. This document is crucial in ensuring that environmental regulations are upheld while facilitating energy operations for the Capitol Power Plant, thus balancing infrastructure needs with public health and environmental protection standards.
    The AOC Order 28-8 outlines the design standards for facilities managed by the Architect of the Capitol (AOC), providing essential guidelines for construction and renovation. It supersedes the previous AOC Design Guide, reflecting updates from industry codes, including the 2015 International Code Council (ICC) I-Codes. The document emphasizes the importance of preserving the historic integrity of Capitol buildings while incorporating sustainable and secure design practices. The standards cover various aspects, including general requirements, historic preservation, sustainable design, security, and specific technical criteria for construction components. Notable updates include the integration of sustainable standards from the International Green Construction Code, revised safety protocols, and the addition of guidelines for new facilities, such as lactation rooms and family restrooms. Moreover, the document stresses the necessity of the Architectural Review Board's approval for visible changes and mandates adherence to the Buy American Act for domestic sourcing of materials. By establishing these comprehensive standards, the AOC aims to ensure that all projects meet quality, safety, and environmental benchmarks while respecting the historic significance of the Capitol complex.
    The Architect of the Capitol (AOC) is issuing Request for Proposal (RFP) # AOCSSB24R0069 for the Capitol Power Plant Temporary Boiler Services Contract, anticipated to result in a Firm Fixed Price contract. Registered offerors must submit proposals by August 30, 2024. The contract will span five years, from September 2024 to April 2029, with possible six-month extensions. Proposals will be evaluated based on technical approach, key personnel, corporate experience, experience modification rate, and price, following the Lowest Price Technically Acceptable (LPTA) method. The document outlines submission requirements, including separate technical and price volumes, and mandates the inclusion of specific information such as past project narratives. Attendance at a site visit on August 16, 2024, is strongly recommended but not mandatory. Offerors must comply with detailed formatting and submission guidelines to ensure their proposals are reviewed. The AOC reserves the right to reject proposals with exceptions to the solicitation terms and conditions, ensuring a fair evaluation to select the best value for the government.
    The document is a Request for Check of Criminal History Records form issued by the United States Capitol Police, intended for individuals applying for positions requiring security clearance. It requires applicants to fill in personal information, including their name, contact details, employment information, and identification data such as social security number, date of birth, and physical characteristics. Additionally, the applicant must consent to a criminal background check conducted by the FBI, affirming the truthfulness of the provided information and understanding the legal implications of falsification. The process involves completion of sections by both the applicant and the applicant’s agency, with the latter needing to verify the applicant's legal work authorization per federal regulations. Finally, the form requires signatures from both the applicant and the authorized agency representative, ensuring accountability in the authorization of the background check. This procedure reflects the government’s commitment to maintaining security and integrity in federal employment by conducting thorough background checks aligned with established protocols and regulations.
    The document outlines a series of inquiries and responses related to a government Request for Proposal (RFP), specifically addressing safety plan requirements and permit obligations for a construction project. It indicates that this is a new requirement, with relevant permit details located in project management specifications. Specific safety plan requirements and baseline criteria are found in the construction safety and health specifications. The role of the superintendent during the project setup, breakdown, and daily oversight is still awaiting confirmation. Moreover, it clarifies the necessity for an exhaust stack to be at least 75 feet above grade and confirms the existence of current permits, alongside the potential requirement for additional permits. The document also notes that the contract will exclude certain boiler-related components. Overall, the focus is on maintaining compliance with safety regulations and permitting for the upcoming construction activities, emphasizing the importance of clarification and adherence to specified guidelines.
    The document addresses inquiries regarding a new government requirement related to a construction project. Key queries pertain to existing permits, the necessity for a Safety Plan, and the role of site personnel, specifically the Superintendent. It confirms that existing permits are in place but additional permits may be required. The Safety Plan must meet site-specific requirements outlined in specified sections of project management documentation. The need for key personnel presence during on-site activities is clarified, stating that at least one member must be present but not necessarily the Superintendent daily. The specifications regarding exhaust stack height are confirmed as correct. Lastly, it notes the exclusion of certain requirements from a previously established contract, reinforcing the project’s scope. This information aims to guide participating contractors in preparing their proposals and ensuring compliance with safety and regulatory standards.
    The document addresses various questions and responses regarding a Request for Proposal (RFP) related to boiler services for the Architect of the Capitol (AOC). It covers permit requirements, safety plan specifications, the supervision needs during the contract, and technical requirements regarding the exhaust stack height. The AOC clarifies that this is a new requirement, specifying references to relevant sections in the project specifications for safety plans and permits. The rental period for equipment can start prior to the November 1, 2024, performance date without additional cost to the government. The document also addresses stakeholder concerns about boiler water removal costs and delivery security procedures. Additionally, it confirms that bidding is open to both large and small businesses, reiterating the unrestricted nature of this competition. Overall, this document serves to clarify project parameters and requirements to ensure compliance and streamline the proposal process.
    The document addresses inquiries relating to a Request for Proposals (RFP) received by the Administrative Office of the Courts (AOC) concerning various programmatic approaches and compliance requirements. It outlines specific questions regarding the RFP's terms and resultant clarifications offered by the AOC and the Central Procurement Office (CPP). The text is formatted to include a list of inquiries, their dates of receipt, relevant references, and responses provided by the AOC/CPP, which serve to clarify the expectations and guidelines for prospective bidders. The responsiveness of the AOC to stakeholder queries underscores the commitment to transparency and clarity in the bidding process. This document is significant in ensuring that potential applicants have a clear understanding of the requirements and expectations set forth in the RFP, thereby facilitating informed and compliant submissions aimed at enhancing judicial administration and access to court systems. The structured format allows for straightforward navigation of questions and answers, streamlining the application process for both the agency and the applicants involved in federal and state grants and proposals.
    The document outlines the procedures for the United States Capitol Police Off-Site Delivery Center (OSDC) regarding the management of deliveries to the Capitol Complex. Key directives include the requirement for a Point of Contact (POC) to confirm deliveries via a designated email and the mandatory processing of delivery vehicles through security checks at the OSDC, located at 4700 Shepherd Parkway SW, Washington, D.C. The facility operates Monday to Friday from 4:30 AM to 3:00 PM. Delivery personnel must present valid government-issued ID and clear NCIC checks before proceeding to various checkpoints for Capitol buildings. Access to the Capitol Complex necessitates a formal letter from the contracting company that lists essential details of drivers, vehicle information, expected delivery times, and the receiving personnel's contact information. This structured approach emphasizes security and verification, ensuring that all deliveries are well-documented and monitored. The guidelines reflect the U.S. Capitol Police’s commitment to maintaining safety protocols while facilitating necessary operations, pertinent in the context of federal security requirements associated with RFPs and grants. Overall, these procedures aim to streamline access for authorized deliveries while ensuring compliance with federal security standards.
    The document outlines a Request for Proposal (RFP) from the Architect of the Capitol, specifically RFP - AOCSSB24R0069, for a contract focusing on the rental, installation, and removal of temporary boilers at the Capitol Power Plant (CPP). The contract spans from September 27, 2024, to March 31, 2030, with a base period and five option periods offering incremental pricing: starting at $10,500 for the first base year and increasing to a total of $54,538.68 across all option periods. Each section specifies services related to the mobilization, installation, rental, demobilization of boilers, and optional maintenance and emergency services. The structure of the document provides detailed pricing for various lines of service, reflecting the cost breakdown throughout the duration of the contract. The main objective is to secure reliable boiler services while maintaining transparency and compliance with federal procurement standards. This RFP represents the federal government’s commitment to ensuring operational efficiency and infrastructure maintenance within its facilities.
    The document is a Certificate of Liability Insurance, which serves to confirm that specific insurance coverages have been issued to the insured party for a designated period. It highlights that this certificate is informational and does not amend or alter coverage terms, nor does it create a contractual relationship between the issuer and the certificate holder. Key insurance coverage types include general liability, automobile liability, and workers' compensation, with specified limits for each type. The document also states that any additional insured parties must be endorsed in the policy. Furthermore, it outlines the requirement for the project's title and description and notes that the U.S. Capitol Architect must be included as an additional insured for operations under the associated contract. This certificate is crucial for entities engaging in federal grants and contracts, as it ensures compliance with mandated insurance requirements, which vary by location for entities working in different jurisdictions—such as Washington, D.C., Maryland, or Virginia. Overall, it emphasizes the importance of demonstrating adequate insurance coverage as part of the RFP process in government contracting.
    The document outlines wage determination regulations under the U.S. Department of Labor's Service Contract Act, specifically for contracts awarded or renewed after January 30, 2022, and details the applicable minimum wage and fringe benefit requirements for workers. Key points include the enforcement of Executive Orders 14026 and 13658, establishing minimum hourly wage rates of $17.20 and $12.90, respectively, along with the annual adjustments to these rates. The file presents an extensive list of occupations, their hourly wages, and fringe benefits, relevant to regions including the District of Columbia and parts of Maryland and Virginia. Various occupations span administrative, automotive, food service, healthcare, technical, and trade categories, denoting different wage rates. Additionally, it emphasizes contractors' obligations to provide health, welfare, vacation, and holiday benefits, alongside guidelines for unlisted job classifications through a conformance process. This wage determination acts as a regulatory framework to ensure fair compensation for federal contract workers, reflecting the government's intent to support and protect workforce rights while maintaining compliance within state and federal contracting practices. The document is crucial for government RFPs and contracts, as it establishes compensation standards that contractors must adhere to in a wide variety of service roles.
    The document serves as an amendment to a solicitation related to the rental of temporary boilers, specifically identified as AOCSSB24R0069. The key changes outlined in this amendment include the extension of the deadline for submitting inquiries regarding the project from August 23, 2024, to August 30, 2024, and the postponement of the proposal submission deadline from August 30, 2024, to September 9, 2024. Additionally, it references attached documents, including an offeror questions list and a site visit agenda, which are crucial for potential bidders to prepare their proposals effectively. The amendment emphasizes the importance of acknowledging receipt of these changes to ensure compliance with the updated timelines, reflecting typical procedural requirements in federal procurement processes. Overall, this document highlights necessary adjustments in the bidding timeline, reinforcing the governmental objective of transparency and clarity in contractor engagement.
    This document is an Amendment of Solicitation and Modification of Contract, numbered 002, related to request AOCSSB24R0069 from the Architect of the Capitol. It serves to provide updates on associated project documentation. Key modifications include the posting of revised attachments: the Contract Performance Work Statement (PWS) for temporary boiler rental, which now contains highlighted comments for clarity, and an updated version of the offerors' questions document. The amendment specifies that these changes supersede previous versions, ensuring that respondents are aware of the most current information. Additionally, it outlines the process for acknowledging receipt of the amendment and the implications for offers received. The main purpose of this document is to ensure transparency and clear communication regarding changes that may affect proposals submitted in response to the solicitation.
    This document is an amendment to a solicitation for a federal contract, identified as Amendment 003, issued by the Architect of the Capitol. The amendment serves to update the solicitation with revised attachment J-4 Offeror Questions, which replaces the previous version (v2). Importantly, this amendment outlines the necessity for offerors to acknowledge receipt of the amendment by specified methods before the due date for submissions. The document contains standard sections relevant to government solicitations, including fields for contract identification, modification numbers, effective dates, and administrative details. It emphasizes that while certain changes are made, all other terms and conditions of the original solicitation remain effective. This amendment follows formal procedures established by the Federal Acquisition Regulation (FAR) to maintain transparency and compliance within federal contracting processes. The necessity for acknowledgment and the method for doing so highlight the importance of communication and adherence to deadlines in government contracting.
    The document is a solicitation for proposals (RFP-AOCSSB24R0069) for the rental installation and removal service of temporary boilers at the Capitol Power Plant (CPP) in Washington, DC. It outlines the schedule for a pre-proposal site visit on August 16, 2024, where participants must register and present government-issued ID. The timeline includes the proposal submission deadline of September 9, 2024, with specific communication protocols emphasizing that all inquiries must be directed to the Contracting Officer, Donald Fuqua. The contract spans five years, from September 2024 to April 2029, with options for service extensions. Offerors are responsible for identifying any solicitation inconsistencies and must submit proposals solely via email. Key submission requirements include an introductory letter, technical and staffing plans, corporate experience, a price proposal, and all signed amendments. The document stresses that compliance with the solicitation's specifications is crucial, as responses to queries will not alter the solicitation unless formally amended. Overall, this RFP aims to ensure that potential contractors thoroughly understand the requirements and processes involved in bidding for the boiler service contract at the CPP.
    The document outlines the pre-proposal details for a Request for Proposal (RFP) issued by the Architect of the Capitol (AOC) for temporary boiler rental installation and removal services at the Capitol Power Plant (CPP). The pre-proposal site visit is scheduled for August 16, 2024, at 9:00 A.M. (ET). It lists essential participants and their roles, emphasizing the coordination among various representatives from potential contracting companies, such as American Combustion Industries (ACI) and AAA Complete Building Services, Inc. (CBS). Contact information for each participant is provided, including names, email addresses, and phone numbers. The solicitation aims to gather qualified proposals for executing the required services, ensuring adherence to AOC standards. This undertaking highlights the AOC's commitment to maintaining and upgrading essential infrastructure within the Capitol complex.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Boiler & Utilities Maintenance Work
    Active
    Energy, Department Of
    The Department of Energy, through the Argonne National Laboratory, is seeking proposals for Boiler & Utilities Maintenance Work, with a contract duration ranging from a minimum of one year to a maximum of three years. The procurement aims to secure maintenance services for the boilers and utility systems in Building 108, requiring contractors to provide labor, materials, and adhere to specific certifications such as the National Board Inspection Code (NBIC) R-Stamp and ASME stamps. This opportunity is critical for ensuring the operational efficiency and safety of the laboratory's infrastructure. Interested contractors must submit their proposals by September 25, 2024, at 3:00 PM CST, and can direct inquiries to Jenna Doria-Garner at jdoria@anl.gov or by phone at 630-252-6988.
    Replacement of steam boilers in bldg. 87 at USCG Base Elizabeth City
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to replace two existing natural gas-fired steam boilers in Building 87 at USCG Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure the successful removal of the old boilers and installation of new ones, adhering to local safety and environmental regulations. This project is critical for maintaining operational functionality at the facility and reflects the federal commitment to improving military infrastructure. Interested small businesses must submit their quotes by noon Eastern Time on September 23, 2024, and are encouraged to attend a mandatory site visit on September 17, 2024, at 0900. For further inquiries, contact Rubens E. Rodriguez at rubens.e.rodriguez@uscg.mil or by phone at 252-334-5172.
    Z2DA--FY25 36C257-24-AP-4158 | Replace Burners and Controls Project #549A4-22-422(VA-25-00003929)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of boiler burners and controls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under Project Number 549A4-22-422. The project involves the installation of two 400 HP Weishaupt boilers and one 200 HP Weishaupt boiler, along with associated components, and must be completed within 180 days of the notice to proceed. This initiative is crucial for enhancing the operational efficiency and safety of VA facilities, ensuring compliance with safety protocols and regulatory standards. Interested contractors must submit their bids by October 10, 2023, at 1:00 PM CST, with a virtual bid opening scheduled for the same day at 3:00 PM CST. For further inquiries, contact Nicholas L. Smith at Nicholas.Smith21@va.gov.
    Z2DA--Replace Boiler #2 and Correct Deficiencies at Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of Boiler 2 and the correction of deficiencies at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves comprehensive construction services, including the installation of a new 350 HP firetube boiler, while ensuring that at least two operational boilers remain functional throughout the construction process. The initiative is critical for maintaining the facility's operational capacity and safety standards, reflecting the VA's commitment to modernizing its infrastructure for optimal healthcare delivery to veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by the specified deadlines, with the contract performance period set for 1,095 days. For further inquiries, potential bidders can contact Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    Remove and Replace Boiler Bldg. 1231
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and replacement of an HVAC boiler at Building 1231, Little Rock Air Force Base, Arkansas. The contractor will be responsible for providing all necessary personnel, tools, materials, and services to install a 2-MBTU/H boiler, ensuring compliance with federal, state, and local regulations, and completing the work within 45 days of material arrival. This project is crucial for maintaining operational efficiency and safety at the military installation. Interested contractors must submit their quotes by 4:00 PM (CDT) on September 25, 2024, and are encouraged to attend a site visit scheduled for 10:00 AM (CDT) on September 16, 2024, with prior RSVP required. For further inquiries, contractors can contact Owen Sinning or Dimas Bernacchia at the provided email addresses or phone number.
    Bldg 514 Temporary Heat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the installation of temporary heating in Building 514. The project requires the contractor to install a two-stage portable heater, ductwork, and a natural gas line, with a firm fixed-price contract anticipated to fall within a budget of $100,000 to $150,000. This procurement is critical for ensuring a safe and operational environment within the facility, emphasizing compliance with safety and environmental regulations throughout the project. Interested small businesses must submit their proposals by the deadline, with a target award date set for October 31, 2024. For inquiries, potential bidders can contact James Wasson at james.k.wasson.civ@us.navy.mil.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    LC13017A, Sprinkler Systems Replacement for Collections, John Adams Building (JAB), Library of Congress
    Active
    Architect Of The Capitol
    The Architect of the Capitol is seeking a qualified contractor for the Sprinkler Systems Replacement for Collections at the John Adams Building (JAB) of the Library of Congress in Washington, DC. The project involves the removal of the existing copper sprinkler system and the installation of a new black steel system, along with modifications to the fire alarm system, floor deck repairs, lighting adjustments, and hazardous material abatement. This procurement is critical for ensuring the safety and preservation of valuable collections housed within the facility. The contract value is estimated between $25 million and $28 million, with a completion timeframe of 1,016 calendar days from the Notice to Proceed. Interested bidders must submit their proposals in accordance with the solicitation AOCACB24R0025, and are encouraged to attend a site visit scheduled for August 28, 2024, at 8:00 AM. For further inquiries, contact Charvey Smith at charvey.smith@aoc.gov.
    Repair of Powerhouse Boilers at FCI Herlong
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for the repair of Powerhouse Boilers 2 and 3 at the Federal Correctional Institution Herlong in California. The project involves the rebuilding and repair of two Bryan Model RW1500-W-FDGO hot water boilers, including the removal and replacement of combustion heads, primary orifices, swirlers, and the repair of damaged refractory materials. This work is critical for maintaining the operational efficiency of the facility's Central Utility Plant. The estimated contract value is between $250,000 and $500,000, with a performance period of 161 calendar days from the notice to proceed. Interested small businesses must register in SAM.gov and monitor the site for the solicitation, expected to be available around October 15, 2024. For further inquiries, contact Krista Sua at kxsua@bop.gov.
    DSCR: B151 Boiler Replacement
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the replacement of an inoperable boiler (B151) at the Defense Supply Center Richmond (DSCR) in Virginia. This project aims to ensure adequate heating for facility occupants during cold weather and requires contractors to demonstrate a minimum of five years of relevant experience, use certified personnel, and adhere to strict safety and quality control protocols. The contract will be awarded to the lowest priced, technically acceptable offeror, with a performance period of 180 days following the issuance of a Notice to Proceed. Interested small businesses must submit their quotes by September 20, 2024, and are encouraged to attend a site visit on September 12, 2024. For further inquiries, contact Nic Mace at Nicholas.Mace@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil.