Y1DA--668-24-112 Replace Steam Connection to Building 14
ID: 36C26024R0107Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the project titled "Y1DA--668-24-112 Replace Steam Connection to Building 14" at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The objective of this procurement is to replace aging steam and condensate piping due to visible leaks, which involves excavation, installation of approximately 320 linear feet of new piping, and restoration of the site to its original condition. This project is crucial for maintaining the operational efficiency and safety of the facility's mechanical systems, ensuring compliance with safety standards throughout the construction process. Interested contractors must submit their offers by September 19, 2024, at 10:00 AM, and can direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.

    Point(s) of Contact
    Dennis R EinarsonContract Specialist
    Dennis.Einarson@va.gov
    Files
    Title
    Posted
    This document is a solicitation for proposals from construction contractors to replace the steam connection to Building 14 at Mann-Grandstaff VA Medical Center in Spokane, Washington. The solicitation includes specific requirements such as a set-aside for small businesses, details about performance bonds, and instructions for submitting bids, which are due by September 19, 2024. The evaluation will be based on past performance and pricing, with an emphasis on compliance with service-disabled veteran-owned small business criteria.
    The presolicitation notice announces the upcoming solicitation for the project titled "Replace Steam Connection to Building 14" at the Mann-Grandstaff VA Medical Center, with a response deadline set for August 15, 2024. The anticipated release date for the solicitation is August 25, 2024, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Additional relevant documents, including the statement of work and specifications, are attached for further details.
    This document serves as an amendment to a solicitation related to a contract administered by Network Contracting Office 20. The primary purpose of the amendment is to publish responses to Requests for Information (RFIs) and additional documentation while setting a new deadline for offer submissions. All offers are now due by Saturday, September 19, 2024, at 10:00 AM. The document outlines the necessary actions for offerors to acknowledge receipt of the amendment, which includes providing copies of the amendment or referencing it in their submissions. It also specifies that the overall terms and conditions of the original contract remain unchanged except where noted. Attached to the amendment are documents including RFI lists and original drawings pertinent to the project. This amendment highlights the federal government's procedural requirements in managing contract modifications and ensuring eligible bidders are informed of critical updates in a timely manner, reflecting the operational structure of federal grants and RFPs.
    The document outlines a construction project, "Replace Steam Connection to Building 14," at the Mann-Grandstaff VA Medical Center in Spokane, WA. The objective is to replace aging steam and condensate piping due to a visible leak, with a project timeline of 90 calendar days. Key components of the scope include excavation, replacement of approximately 320 linear feet of piping, installation of insulation, and restoration of the site to preconstruction conditions, including backfilling and replacing asphalt and concrete. The contractor is responsible for assessing existing conditions and performing necessary surveys, including hazardous materials surveys before demolition. There are stipulations for scheduling steam outages and providing temporary HVAC solutions during work to maintain facility conditions. Safety protocols, such as lock-out/tag-out procedures and inspections for leaks post-installation, are mandated. Additionally, the contractor must deliver as-built drawings and operation manuals following project completion. Overall, this document serves as a comprehensive Statement of Work (SOW) for contractors interested in responding to the federal RFP for this necessary infrastructure upgrade project, demonstrating the government’s commitment to maintaining and improving public medical facilities.
    The document provides detailed instructions for a price schedule breakdown within a federal government contract. It stipulates that pricing is fixed and emphasizes the awardee's responsibility for ensuring the accuracy of calculations related to subtotals and total contract amounts. The term "Division" corresponds to industry-standard classifications as outlined by the Construction Specification Institute, aligning with project specifications from the architect. Importantly, the breakdown is purely informational and does not represent billable items. Costs related to field office overhead and general conditions are treated interchangeably and applied only once throughout the contract and any potential changes. The price schedule lists various divisions such as concrete, plumbing, and electrical, each marked with a price of $0.00, indicating a placeholder status. Additional potential costs including insurance, overhead, and profit are similarly indicated as $0.00. Altogether, the document underscores the structured approach required for compliance in the price quotation phase of government contracts, ensuring clarity and accuracy in financial reporting and obligations.
    The project titled "668-24-112 Replace Steam Connection to Building 14" involves a site visit scheduled for August 27, 2024, at the Mann-Grandstaff VA Medical Center. The meeting is organized by VA Contracting, with key representatives from VA Facilities Management Services and partnering firms, including Mcclintock + TURK and WM WINKLER COMPANY. This visit is critical in assessing the current steam connection and planning for necessary replacements to ensure continued operational efficiency and safety within the facility. The collaboration among the parties indicates a coordinated effort in managing this infrastructure upgrade, reflecting the VA's commitment to maintaining and improving its facilities for better service delivery. The document's structure outlines the project title, meeting details, and key personnel involved, establishing a clear framework for the site visit and fostering communication among stakeholders.
    The project 36C26024R0083 involves replacing the steam and condensate lines to Building 14M at a federal facility, starting from specific valve locations in the vault between Buildings 2 and 3. Key tasks include structural modifications and salvaging certain existing infrastructure while ensuring the integrity of utility connections. The replacement will reach the lowest points of vertical risers and incorporate associated piping and traps. Although issues such as leaks in current condensate equipment were noted, replacements are outside the project’s scope. The contractor must conduct an asbestos survey, and any modifications in design must be communicated to the Contracting Officer Representative (COR). Environmental considerations include addressing landscaping impacts and adhering to existing concrete conditions regarding thickness and quality. The project emphasizes compliance with safety standards and effective communication while implementing necessary upgrades to the facility's mechanical systems, ensuring both operational functionality and structural integrity are maintained throughout construction. Importantly, all pipe supports must be replaced regardless of their current condition. This undertaking reflects the government's commitment to maintaining and upgrading critical infrastructure effectively.
    The document details the specifications and drawings for a Supply Storage Building meant for the Veterans Administration Medical Center located in Spokane, Washington. The plans encompass various architectural, mechanical, electrical, and structural elements, providing measurements, abbreviations, schedules, and notes pertinent to the building's construction. Key sections include the site plan, floor plans, elevations, and details on fixtures and finishes. Specific focus areas include door and window schedules, plumbing and HVAC layouts, and materials used for structural integrity. The plans also adhere to safety regulations and codes mandated by the Uniform Building Code. This initiative reflects the federal government's commitment to enhancing healthcare facilities for veterans and ensuring compliance with modern construction standards, thereby also prioritizing efficiency, accessibility, and safety in design.
    The document outlines detailed plans and specifications for the construction of a Supply Storage Building at the VA Medical Center in Spokane, Washington. It covers various aspects, including the installation of mechanical systems, fire protection, electrical conduits, and plumbing configurations such as oxygen and water supply lines. The plans emphasize the need for strict adherence to safety standards and codes, ensuring that all systems are integrated effectively. Key features include specifications for copper pipes, oxygen tank installations, various alarm systems for fire protection, and mechanical equipment layouts. The project's complexity requires meticulous coordination among contractors, engineers, and architects to ensure compliance with federal and local regulations. Essential supporting structures and reinforcements, such as proper bracing for masonry walls and structural steel connections, are also addressed. These preparations reflect the VA's commitment to creating a functional and safe environment for storage operations, aligned with health and safety protocols. The comprehensive detail in the document underlines its importance in guiding the construction process while focusing on operational efficiency and regulatory adherence.
    The document outlines the VHA Master Specifications for construction projects under the Department of Veterans Affairs. It serves as a comprehensive guide detailing general requirements, including safety, site preparations, and ongoing operations, particularly stressing the adherence to security protocols and environmental management. Key sections address safety requirements, construction waste management, and the handling of existing conditions such as utility interruption and site restoration. The document emphasizes compliance with VA policies during construction activities, ensuring minimal disruption to healthcare operations, and mandates detailed planning and coordination with the Contracting Officer. The necessity for appropriate badges and security plans for contractors is highlighted, alongside specifications for managing utilities, waste materials, and protection of existing assets. Furthermore, it includes requirements for documentation, instruction on construction procedures, and environmental regulations necessary for sustainability. Overall, the guidelines illustrate the VA's commitment to maintaining operational standards while managing construction processes, ensuring safety, security, and compliance with environmental responsibilities throughout project execution.
    The document pertains to plumbing and mechanical modifications for a Supply Storage Building at the VA Medical Center in Spokane, WA. It details the installation of various systems, including new piping, electrical connections, and structural adjustments to accommodate these upgrades. Specific instructions include installing new copper pipes, coordinating the connection of sanitary sewers, and adhering to slope requirements to ensure efficient drainage. The document specifies existing features to remain, such as certain tanks and conduits, while outlining abandonment protocols for old piping. It emphasizes the need for safety precautions during construction, such as careful management of site conditions and maintaining compliance with regulatory standards. The scope of work focuses on enhancing plumbing efficiency and reliability, complying with VA specifications, and ensuring the installation promotes operational safety and maintenance accessibility. This project underscores the government's commitment to improving healthcare facilities through targeted infrastructure enhancements.
    The document outlines the utility infrastructure and layout for the Mann-Grandstaff VA Medical Center in Spokane, Washington, emphasizing the complex network of electrical and communication lines tied to various sections of the facility. Key identifiers include specific locations, such as building numbers and utility meters, along with geographic coordinates. Several references denote spare components, wiring routes, and connections between electrical panels and various terminuses (T-1 to T-23). The existing conditions depict a meticulous arrangement of components crucial for maintaining operational efficiency and safety. Utility connections are delineated, indicating both current capabilities and potential expansion considerations, underlining a systematic approach to facility management. Overall, the file serves as a technical reference for stakeholders engaged in utility maintenance or development within the healthcare institution, ensuring precise navigation of its infrastructure layout.
    The document outlines a detailed distribution plan for various infrastructure components at the Veterans Affairs Medical Center (VAMC) in Spokane, WA, focusing on electrical, plumbing, and sprinkler systems. Key elements include a proposed installation of a seven-foot-high chain link fence, an underground fuel tank, and various electrical and plumbing upgrades. It specifies elevations and measurements for components like a transformer station, concrete pull boxes, and backflow preventers, ensuring compliance with local regulations, including depth requirements for street crossings. The plan also notes existing utility lines and features aimed at enhancing safety and operational efficiency, such as vandal-proof switchgear and photo cell-integrated fixtures. Overall, this document reflects the ongoing efforts toward maintaining and upgrading the VAMC's facilities, emphasizing adherence to safety standards and local codes throughout the construction process.
    The document outlines various aspects of federal and state/local Requests for Proposals (RFPs) and grants, focusing on funding and project requirements. It emphasizes the importance of understanding the eligibility criteria, application processes, and compliance guidelines for securing federal and state funding. Key topics include the evaluation of project proposals, detailing the expected deliverables and outcomes that grant applications need to meet. It discusses the competitive nature of the grant process, necessitating well-structured proposals that align with federal and state priorities, particularly in areas such as infrastructure, community development, and environmental sustainability. Additionally, the document provides insights into required documentation and timelines for submission, underlining the necessity for transparency and accuracy in reporting. It aims to assist potential applicants in navigating the complex landscape of government funding, enhancing their chances of successful grant awards. The overall purpose is to facilitate effective proposals that address community needs while complying with governmental standards and expectations.
    The document appears to outline a government Request for Proposals (RFP) or grant related to multiple aspects of operational efficiency and compliance across various public sectors. The primary focus is on the evaluation and enhancement of existing processes, likely pertaining to infrastructure and safety standards in federal, state, and local entities. Key details suggest a systematic approach to assessing and upgrading technical systems, possibly guided by the necessity for adhering to mandated safety regulations and improving public service delivery. The information indicates that involved parties will engage in thorough reviews, upgrades, and potential demolitions as part of a comprehensive improvement strategy. This may include addressing health and environmental risks associated with hazardous materials in public buildings, where assessments would lead to necessary remediation before any construction work. The overall objective seems to be optimizing operational frameworks while ensuring compliance with local laws and regulations, showcasing the government’s commitment to enhancing community structures and safety standards. By following a structured protocol for evaluations and updates, the document underlines critical safety protocols required in federal grant applications and proposals.
    The document outlines the VAAR 852.219-75, specifically addressing subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts as mandated by 38 U.S.C. 8127. It enforces that for construction contracts, a contractor cannot pay more than 85% of government payments to entities not listed as VIP-certified SDVOSBs or VOSBs. Additionally, it emphasizes that false certification can result in severe legal consequences, including criminal prosecution. Offerors must provide supporting documents to demonstrate compliance, and failure to do so may lead to remedial actions. A signed certification must accompany offers to ensure eligibility for contract consideration. The document serves to ensure that veterans' businesses receive fair contracting opportunities and to maintain accountability in government procurements.
    The Veterans Health Administration's (VHA) Network Contracting Office 20 (NCO 20) is evaluating past performance for a contractor bidding on the American Lake HVAC Replacement project. The Past Performance Questionnaire (PPQ) requires detailed information from both the contractor and the client evaluators. Contractors must provide their name, contact details, project scope, and financial specifics, such as contract price and acceptance dates. Evaluators, on the other hand, need to assess the contractor’s performance across various criteria, including quality, timeliness, communication, management effectiveness, cost management, and subcontractor oversight. Evaluators will rate performance using adjectival ratings ranging from "Outstanding" to "Not Applicable." This structured approach aims to ensure contractors possess the necessary qualifications and past performance history to fulfill project requirements effectively, ultimately facilitating informed decisions during the contracting process. The PPQ serves as a critical tool for assessment to uphold the standards and responsibilities expected in federal and local government contracts.
    The document relates to government Requests for Proposals (RFPs) and grants at federal, state, and local levels, focusing on funding opportunities for various projects. It outlines objectives and expectations for prospective applicants, emphasizing the necessity for compliance with regulations and guidelines. Key themes include the importance of sustainability, innovation, and community engagement in project proposals. It also specifies required qualifications and experience, encouraging collaboration among partners to enhance proposal effectiveness. Furthermore, the document provides a framework for evaluating submitted proposals, ensuring that funded projects align with governmental priorities and deliver meaningful impacts. Overall, it serves as a vital resource for organizations seeking financial assistance, detailing essential criteria for successful proposal submissions while promoting strategic alignment with governmental goals.
    Similar Opportunities
    Y1DA--CON NRM 668-21-102 UPGRADE AHU-1/4 Mechanical Systems - SBA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform construction services for the upgrade of air handlers AHU-1 and AHU-4 at the Mann-Grandstaff VA Medical Center in Spokane, WA, under project number 668-21-102. The project involves comprehensive upgrades to mechanical systems, including the replacement of undersized ducts, installation of electrical panels, and integration with the existing Building Automation System (BAS), all aimed at enhancing HVAC efficiency within the facility. This initiative underscores the government's commitment to improving healthcare infrastructure for veterans, ensuring compliance with safety and quality standards throughout the construction process. Interested contractors should contact Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov, with proposals due by September 21, 2024, following a mandatory site visit on September 5, 2024.
    C1DA--668-320 Construct Rehab Medicine and Prosthetics Addition Minor Design - Spokane
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architecture-engineering firms to provide design services for the construction of a new Rehab Medicine and Prosthetics Addition at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The project involves creating approximately 9,000 gross square feet of new space and renovating an existing 500 square feet to enhance services in Physical Medicine and Rehabilitation, specifically for Physical Therapy and Assistive Technology. This initiative is part of the VA's commitment to improving healthcare environments for veterans, with an estimated construction cost of $12,056,000. Interested firms must submit their proposals by September 20, 2024, and can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    Z1DA--626-24-204 - Update / Upgrade Steam System Components
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to update and upgrade steam system components at the Tennessee Valley Health Care System located in Nashville, TN. The project involves comprehensive improvements to the steam distribution system, including site preparation, demolition, and installation of new mechanical, plumbing, electrical, and fire protection systems, while ensuring minimal disruption to hospital operations. This initiative is critical for enhancing operational efficiency and infrastructure reliability within the healthcare facility, which serves vulnerable populations. Interested contractors must submit their bids electronically by September 18, 2024, at 2:00 PM CDT, and can direct inquiries to Contract Specialist Jen Jamieson at jen.jamieson@va.gov.
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    Presolicitation notice from the Department of Veterans Affairs, Department of, for the procurement of construction services to replace the steam system at the Altoona Veteran Administration Medical Center in Altoona, PA. The project must comply with applicable codes, VA policy/standards, and the terms of the contract. The contractor is responsible for providing all necessary tools, travel, trades, labor, materials, permits, licenses, and supervision. The period of performance is 720 calendar days. The solicitation, specifications, and drawings will be available on the Contracting Opportunities website. Interested parties must register on the website to obtain solicitation documents and amendments. The contract will be awarded in accordance with the procedures specified in the solicitation. The project is being solicited as a tier evaluation, with priority given to service-disabled veteran-owned small businesses, veteran-owned small businesses, and other small businesses. The NAICS code for this procurement is 236220, with a small business size standard of $45 million. The estimated construction cost is between $5,000,000.00 to $10,000,000.00. The solicitation issue date is approximately December 6th, 2023. All questions must be submitted in writing via email. A pre-bid conference/site visit will be conducted, and offerors must be registered in the System Award Management System (SAM) and verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at the time of proposal offering. Failure to meet these requirements will result in disqualification. A site visit is scheduled for December 13th, 2023, at the Altoona VAMC.
    Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) for Spokane WA VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) services for the Mann-Grandstaff VA Medical Center in Spokane, Washington. The contract, valued at approximately $11.5 million, includes a base year followed by four option years, focusing on comprehensive inspections and testing of fire safety systems, including kitchen hood suppression systems and fire alarm systems, in compliance with NFPA and TJC standards. This initiative is crucial for maintaining fire safety compliance in a healthcare environment, ensuring operational readiness during emergencies. Interested vendors must submit required documentation as outlined in section E.2 of the solicitation, with the contract subject to funding availability expected by October 1, 2024. For inquiries, contact Danielle Carrico at danielle.carrico@va.gov.
    589A5-24-105 REPLACE B40 BLOWDOWN, TOPEKA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to replace the blowdown pipe at Building 40 of the Colmery-O’Neil VA Medical Center in Topeka, Kansas, under project number 589A5-24-105. The scope of work includes the complete demolition and replacement of the existing blowdown pipe to ensure proper drainage, with a performance period of 30 days following the notice to proceed. This project is critical for maintaining the facility's heating infrastructure and ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, and interested contractors must be certified in Small Business Administration programs and registered in the System for Award Management. For further inquiries, potential bidders can contact Timothy Parison at timothy.parison@va.gov or by phone at 913-946-1140.
    Z1DA--630-24-2-7865-0001 (630A4-17-520 Replace Pump Station and Controls (SA))
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a pump station and controls at the VA Community Living Center in St. Albans, NY, under Project Number 630A4-17-520. This project involves replacing six existing water booster pumps and associated controls, ensuring compliance with safety and environmental regulations while maintaining operational capabilities during construction. The bid opening is scheduled for September 18, 2024, at 11:00 AM (EST), with all bids required to be submitted via email by 10:30 AM (EST) on the same day. Interested contractors should contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and to confirm participation in the mandatory site visit on June 25, 2024.
    Z2DA--689-24-130, Boiler Plant PRV Stations #1 and #2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Boiler Plant Pressure Reducing Valve (PRV) Stations 1 and 2 at the VA Medical Center in West Haven, Connecticut. This project, identified by solicitation number 36C24124B0047, aims to enhance the operational capabilities of the boiler plant by installing new pressure reducing valves, associated piping, and instrumentation, while ensuring compliance with stringent safety and design specifications. The work is critical for maintaining the infrastructure of healthcare facilities administered by the VA, emphasizing safety and efficiency in steam supply systems. Interested contractors should contact Tamye Molinaro at tamye.molinaro@va.gov for further details, with the project expected to be completed within 365 days of contract award and a bid opening scheduled for August 26, 2024.
    Y1NB--Project 585-21-115 Replace Boiler Plant at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI -- NAICS 236220 General Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for Project 585-21-115, which involves replacing the Boiler Plant at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The project entails the construction of an approximately 7,000 square foot addition to the existing facility, installation of three high-pressure fire-tube boilers, and necessary structural, electrical, and mechanical modifications, with an estimated budget between $20 million and $50 million. This initiative is crucial for enhancing the facility's capacity to serve approximately 20,000 veterans annually, ensuring reliable heating and cooling services. Interested firms must submit their qualifications, including previous construction experience and bonding capabilities, by September 24, 2024, to Kristi Kluck at Kristi.Kluck3@va.gov.