Z1DA--528A8-17-805 REPLACE MAIN BOILERS
ID: 36C24224B0047Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York, under solicitation number 36C24224B0047. The project aims to enhance the reliability and efficiency of the facility's boiler systems, which involves a phased approach to replace outdated equipment, install temporary boilers, and upgrade electrical systems while minimizing disruption to ongoing operations. This initiative is critical for maintaining high-quality heating and steam services essential for various medical processes and patient care. Interested contractors must submit sealed offers by September 16, 2024, and can direct inquiries to Contracting Officer Michael A. Spivack at MICHAEL.SPIVACK@va.gov or Nicholas Winne at Nicholas.winne@va.gov.

    Point(s) of Contact
    Michael A SpivackContracting Officer
    MICHAEL.SPIVACK@va.gov
    Nicholas Winne
    Nicholas.winne@va.gov
    Files
    Title
    Posted
    The document details the specifications for the Replacement of Main Boilers at the Albany VA Medical Center, designated as Project No. 528A8-17-805. The purpose of the project is comprehensive, encompassing planning, demolition, construction, and installation of new boiler systems to enhance the facility's steam generation capabilities. The work is organized into three main phases: 1. **Phase 1** involves preparing the site, including installing temporary power solutions, replacing transformers, and creating necessary underground conduits. 2. **Phase 2** requires the installation of temporary boilers to maintain operations during the main replacement. This entails significant modifications to utilities and systems to ensure seamless integration. 3. **Phase 3** focuses on the installation of new boilers and related equipment, including the demolition of outdated systems and the reinforcement of structures for new installations. The document outlines safety requirements, construction schedules, and specific details concerning mechanical, electrical, structural, and plumbing work. It emphasizes compliance with VA security protocols and environmental considerations, including the disposal of hazardous materials. Overall, this project underscores the VA's commitment to providing resilient and compliant facilities for veteran care while adhering to strict operational regulations and safety measures.
    The U.S. Department of Veterans Affairs is initiating a project to replace the main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York. The project, numbered 528A8-17-805, is set to commence on June 5, 2024, with detailed construction documentation outlining the scope of work. This upgrade includes various phases that involve significant mechanical, electrical, and plumbing renovations across multiple sites within the facility. Preparations for equipment installations, including the installation of temporary boilers, electrical upgrades, and the addition of new condensate systems, are essential components of the project. A comprehensive construction phasing plan ensures minimal disruption to facility operations, with careful coordination required for utility shutoffs and installations. The project exemplifies the VA’s commitment to modernizing its medical facilities while maintaining a high standard of care and functionality. It emphasizes the need for efficient systems, compliance with safety regulations, and proactive project management throughout its execution.
    The document details a site visit sign-in sheet associated with a solicitation for the U.S. Department of Veterans Affairs, specifically under the Veterans Health Administration's Network Contracting Office 2. The solicitation, numbered 36C24224Q0823, pertains to Project 528A8-17-805, which involves the replacement of main boilers at various VA medical centers, including locations in Albany, Bath, Bronx, Canandaigua, Northport, Syracuse, and others across the Hudson Valley, New Jersey, and New York Harbor Healthcare Systems. The sign-in sheet lists attendees from multiple contracting companies, indicating their names, contact numbers, and email addresses, which suggests active participation from various vendors interested in bidding for the project. This effort highlights the VA's initiative to engage multiple contractors for infrastructural upgrades, demonstrating its commitment to improving facilities for veterans. The document serves as a collection of prospective bidders, essential for future procurement decisions related to the project's execution and ensuring compliance with federal contracting protocols.
    The U.S. Department of Veterans Affairs' Veterans Health Administration has issued a solicitation for a project to replace main boilers at various medical centers in the Albany/Bath/Bronx/Canandaigua/Northport/Syracuse region, under the Regional Procurement Office East. The document includes a site visit sign-in sheet, confirming the participation of individuals interested in the bidding process. One noted attendee is Eric Jeter from ACT Abatement, with contact details provided. This engagement indicates steps toward enhancing facility operations and establishing compliant heating systems across the healthcare facilities, aimed at improving service to veterans. The solicitation reflects the VA’s ongoing commitment to upgrading infrastructure and ensuring safety and efficiency in veterans' health services.
    This document outlines the requirements for electrical installations as part of federal and government projects, detailing specifications, standards, and qualifications for manufacturers and products. Compliance with the International Building Code (IBC), Underwriters Laboratories (UL), and National Fire Protection Association (NFPA) standards is mandatory. The document emphasizes that materials and equipment must be certified by a Nationally Recognized Testing Laboratory (NRTL) and provides definitions for listed, labeled, and certified products. Manufacturers must demonstrate experience in producing specified equipment for a minimum of three years and maintain service organizations capable of responding within four hours of service requests. The document details submission processes for shop drawings and product data, which must be approved before equipment delivery. Maintenance and operation manuals are required, alongside comprehensive training for government personnel on the equipment. Overall, the document serves as a formal guideline for ensuring quality, safety, and compliance in electrical installations under government contracts, reflecting rigorous standards and operational preparedness for all involved entities.
    The document outlines specifications for an overcurrent protective device coordination study within a federal project. It requires a comprehensive analysis encompassing short-circuit and selective coordination studies, as well as arc flash calculations for electrical devices. The study aims to ensure that overcurrent protective devices are well-coordinated and operate effectively from individual devices to the utility source. Key requirements include the preparation of a one-line diagram, quantitative analysis of short-circuit and ground fault currents, and development of coordination curves to prove selective coordination. Additionally, arc flash risks must be calculated to ensure safety, with labels and PPE guidelines adhering to established IEEE and NFPA standards. The document emphasizes quality assurance, requiring the study to be conducted by a licensed electrical engineer from the equipment manufacturer. Submittals are to include detailed product data, software used, and a comprehensive study consistent with specified standards. The study ultimately supports the project's goal of optimizing electrical safety and operational efficacy while maintaining compliance with governmental standards and regulations.
    This government document outlines the specifications for the furnishing, installation, connection, and testing of pad-mounted, liquid-filled, medium-voltage transformers. It details the related sections of the electrical installation code, quality assurance requirements, and necessary factory tests to ensure no defects in the transformers. Key requirements include full compliance with various IEEE and ASTM standards, comprehensive submittals including shop drawings and maintenance manuals, and certifications from both manufacturers and contractors that meet specified standards. The transformers must be outdoor type, continuously duty-rated, and include tamper-resistant features while adhering to environmental safety standards regarding insulation fluid. Specific design requirements are outlined for compartments, primary connections, sound insulation, and accessories. Additionally, the document emphasizes the proper execution of these installations, the necessity of providing spare parts upon project completion, and involves contractor-led training for maintenance personnel, ensuring ongoing operational and safety compliance post-installation. This document serves as a critical guide for contractors responding to government RFPs and grants, maintaining standards required for public utility and infrastructure reliability.
    This document outlines specifications for medium-voltage fusible interrupter switches, focusing on their installation, testing, and operational requirements as part of electrical installations. Key points include the necessity for factory testing and compliance with established standards (ANSI, UL, IEEE, NFPA) to ensure safety and reliability. The document emphasizes quality assurance, requiring certified test reports and detailed shop drawings that showcase compliance with specifications, including technical data like electrical ratings and device dimensions. Specific product features are outlined, such as the need for a deadfront air break design, copper blades, and specific safety mechanisms to protect operators. The document mandates the inclusion of nameplates and mimic buses for clarity in operations. Additionally, it specifies the requirement for spare parts and provides instructions for on-site training by a factory technician. The purpose of this document, aligned with government RFPs, is to ensure standardized, safe, and efficient installation and operation of electrical systems in compliance with regulatory frameworks.
    This document outlines the specifications for low-voltage switchgear installation and testing as part of electrical installations. It details the requirements for quality assurance, including necessary factory tests to ensure compliance with IEEE and NEMA standards. Key testing procedures include verifying circuit breaker sizes, bolted connection tightness, and insulation resistance tests. Submittals required from contractors include shop drawings showing compliance with electrical ratings, maintenance manuals, and certifications from the manufacturer. The switchgear must be a complete self-supporting assembly with specific electrical characteristics, including a minimum short circuit rating and key-type mechanical interlocks. Additionally, the document stipulates the materials and housing features, such as using steel for enclosures and ensuring sufficient compartment designs for circuit breakers and metering devices. The execution section mandates acceptance tests after assembly to confirm wiring accuracy and component functionality. Essential training in switchgear operation and maintenance by a factory technician is also specified. The primary purpose of this document is to provide detailed guidance for the procurement and installation of low-voltage switchgear in accordance with governmental standards, emphasizing safety, reliability, and compatibility with existing systems, thus ensuring project compliance and operational efficiency in public sector undertakings.
    This document outlines specifications for the furnishing, installation, connection, and testing of open-transition automatic transfer switches (ATS) with bypass isolation, primarily for electrical installations. The purpose is to ensure compliance with various quality assurance standards and safety regulations. The ATS must be manufactured as a complete unit and must include features such as bypass-isolation switches, surge withstand testing, and specific mechanical and electrical properties. Factory testing prior to installation is mandatory to confirm operational integrity. The document also details extensive requirements for submittals, including shop drawings, operating manuals, and certifications, as well as applicable standards from organizations like IEEE, NEMA, and UL. It emphasizes the necessity of remote annunciation systems to monitor switch conditions and facilitate operational control. Installation must conform to the National Electrical Code and involve precise construction specifications for anchoring and site preparation. Finally, the project mandates comprehensive field acceptance tests and training for personnel to ensure the efficient and safe operation of the automatic transfer switches. This thorough framework serves to optimize electrical reliability and safety in governmental facilities.
    The document presents a solicitation for the replacement of main boilers at the Albany VA Medical Center, classified as a 100% Total Small Business Set-Aside. The estimated project cost ranges from $20 million to $50 million, under NAICS code 238220, with a small business size standard of $19 million. Interested contractors must submit sealed offers by September 16, 2024, and are required to register in the System for Award Management (SAM). A site visit is scheduled for August 23, 2024, and bidders must provide a comprehensive bid package that includes required bonding documentation and evidence of experience with safety and environmental compliance. The solicitation emphasizes adherence to various federal regulations, including wage requirements and affirmative action for minority and female participation. Offerors must acknowledge solicitation amendments and submit proposals electronically due to COVID-19 protocols. There are stipulations regarding the non-conduct of protests and requirements for contractors regarding previous compliance issues related to federal contracts. The document outlines procedures for acceptance of bids and criteria for evaluating contractors' qualifications and responsibility. This solicitation is part of the VA's broader commitment to maintain and enhance its facilities serving veterans.
    The Department of Veterans Affairs is issuing a presolicitation notice for the upcoming replacement of main boilers at the Albany VA Medical Center. The primary objective is to procure construction services to replace existing electrical equipment, install new switchgear in boiler and chiller plants, temporary boilers, and three permanent boilers. The project, valued between $20 and $50 million, falls under the plumbing, heating, and air-conditioning category reserved for small businesses. Potential bidders should watch for the formal solicitation, expected around August 15th, 2024, which will provide further details on this 100% small business set-aside project. With a response deadline of September 16th, 2024, the VA encourages interested parties to visit the specified URL for bid details, specifications, and contract forms. Amendments to the solicitation will be posted online, and bidders are responsible for acknowledging them. This project aims to enhance the medical center's infrastructure, and interested contractors should carefully review the upcoming solicitation for key dates and requirements.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically from the Network Contracting Office (NCO) 2 in Cheektowaga, NY. It serves to inform potential bidders of updates regarding solicitation number 36C24224B0047, effective on August 22, 2024. Key points raised in this amendment include the project's tax-exempt status, confirming it will indeed be exempt from New York State taxes, with a certificate available upon request. Additionally, it clarifies the deadline for Requests for Information (RFIs), stating that submissions will not be accepted after September 5, 2024, at 12:00 EST. The amendment notes that all other terms and conditions of the original solicitation remain unchanged. Bidders are instructed to acknowledge the amendment's receipt in their submissions, emphasizing the importance of timely communication to avoid potential rejection of offers. Overall, this document reaffirms the details surrounding the solicitation while providing crucial information for compliance and participation.
    This document outlines an amendment to solicitation number 36C24224B0047, issued by the Department of Veterans Affairs’ Network Contracting Office (NCO) 2. The amendment changes the point of contact for requests for information (RFIs) and inquiries from Michael Spivack to Nicolas Winne, effective from August 28, 2024, through September 6, 2024. Bids for the project remain due on September 16, 2024, and must still be sent to the designated address. The amendment also includes a sign-in sheet for a walkthrough conducted on August 23, 2024. All other terms and conditions of the original solicitation remain unchanged. The document serves to ensure potential bidders are informed of updated communication channels and critical deadlines, facilitating a smooth bidding process under federal contracting guidelines.
    The document pertains to an amendment of a contract related to the procurement and installation of electrical equipment for the Department of Veterans Affairs. It specifies that the contractor will now be solely responsible for purchasing and installing all electrical equipment, previously indicated as pre-purchased by the Veterans Affairs Medical Center (VAMC). Key revisions in the contract include replacing any references to equipment being pre-purchased with the requirement for the contractor to handle these aspects. Specific electrical gear such as transformers, disconnect switches, and switchgear will now fall under the contractor’s procurement obligations. The amendment also introduces new specification sections and additional drawings to support this change, detailing the types and sizes of electrical equipment required. The document underscores the importance of adherence to the outlined specifications and drawings while clarifying that substitutions must meet strict dimensional requirements. This amendment reflects a shift in responsibility that is critical for the project’s execution, maintaining alignment with regulatory and operational standards.
    This document details an amendment to a solicitation issued by the Department of Veterans Affairs, specifically regarding a project that requires modifications and clarifications based on vendor inquiries. It emphasizes the importance of contractors acknowledging the amendment and addresses various questions related to technical specifications, equipment requirements, and project phases. Key points include clarification about boiler units needed for a steam load of 900 BHP, fixture specifications, and issues regarding electrical panel labeling and temporary equipment installation. Questions about asbestos and lead presence reveal no substantial concerns, affirming compliance with safety standards. The document outlines that although there are no testing results for lead and no identified lead work, typical safety measures will apply. Additionally, requests for further details on plans or specifications related to asbestos will not be fulfilled, as all tested samples were below regulatory thresholds. Overall, the amendments ensure that all bidders are adequately informed about the project specifications to facilitate compliance and successful bidding.
    The document is an amendment to a solicitation for the Department of Veterans Affairs regarding a project involving temporary boiler services. It outlines vendor inquiries and corresponding government responses focusing on cost implications, responsibilities regarding equipment maintenance, and specifics about project execution. Key points include questions about the scope of work, such as the contractor's obligation to maintain generators, fuel management, boiler specifications, and design details for various systems. The government clarifies roles regarding chemical treatments and inspections, progress payments, and mandates modifying certain requirements to comply with VA standards. The document stresses the importance of adhering to the proposed timeline and specifications while ensuring contractor accountability in aspects like maintaining temporary boilers. The amendment aims to clarify the requirements and obligations tied to the solicitation, ensuring all parties have a thorough understanding before proceeding with the bidding process. This comprehensive response framework allows for effective communication and collaboration between the government and prospective contractors, reflecting standard procedural norms within government RFPs.
    This amendment modifies the solicitation for Department of Veterans Affairs contract 36C24224B0047, primarily extending the bid opening time from 10:00 EST to 14:00 EST on September 16, 2024, with the bid opening now scheduled for 14:15 EST. It also clarifies responses to questions raised in a previous amendment (0005). The contractor is responsible for maintenance and operation of temporary boilers, with daily operations managed by VA boiler operators. Additionally, the government's response regarding calendar days for project completion remains unchanged at 730 days. All other terms and conditions of the solicitation remain in effect. This document represents a routine modification process in federal RFP protocols ensuring bidders are informed of changes and clarifications to submission requirements.
    The document outlines the construction requirements for replacing the main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York. Key points emphasize the contractor's responsibilities for installation, adherence to safety codes, and coordination with existing structures. The project includes detailed demolition plans, specifying areas for new installations and alterations to facilitate rigging and exhaust systems. Contractors must ensure public safety and comply with applicable building codes while maintaining cleanliness and minimizing disruption. The instructions highlight dimensions for new openings, required structural changes, and fire safety measures, ensuring all work aligns with established standards. This comprehensive construction plan underlines the VA's commitment to modernizing facilities with stringent oversight on safety, compliance, and environmental considerations.
    The document details construction project specifications for replacing main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York. It outlines instructions for painting barricade posts, including applying a prime coat of red oxide, a finish coat of dull black enamel, and yellow reflective tape. The design includes concrete-filled pipe post barricades and adjustments to accommodate existing piping, requiring contractor submissions for deviations. Furthermore, it includes detailed drawings for temporary dust barrier enclosures and various wall and roof penetration details, emphasizing the use of fire-resistant materials. Key components also highlight the requirements for HVAC adaptations, structural modifications, and installation of louvers, ensuring compliance with safety standards. The document outlines the necessity of submitting detailed drawings for approvals, focusing on maintaining a dust-free environment during construction and addressing building codes for fire safety. This comprehensive documentation supports the VA's commitment to enhancing facility resilience and safety, ensuring effective management of construction activities in compliance with federal standards and regulations.
    The document outlines specifications for the replacement of main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York, as part of an architectural construction project. It details the installation of a suspended ceiling system, including requirements for the ceiling grid suspension system, hanger and bracing wires, and acoustic ceiling tiles. The document emphasizes adherence to specific structural integrity, safety standards, and installation procedures, ensuring the ceiling assembly can support various fixtures and resist lateral forces. Additional notes cover the required materials, load capacities, and spacing configurations for support elements, underscoring requirements for flame spread ratings and proper installation methods under governmental and local codes. The project is set to enhance operational efficiency and improve the overall environment of the facility, reflecting the U.S. Department of Veterans Affairs’ commitment to maintain high standards in medical construction and safety.
    The document outlines the construction specifications for replacing the main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York. It emphasizes the integration of structural drawings with various other project drawings while requiring the contractor to verify all dimensions in the field before commencing work. The construction adheres to multiple established codes and standards, including those set by the American Concrete Institute and the American Institute of Steel Construction. Key requirements include proper handling of any unforeseen conditions, submission of structural elements for engineer approval, and compliance with testing and inspection protocols. The document details specific phases of demolition and new work, emphasizing the need for concrete pads, reinforcement, and seismic bracing for all components. It also specifies minimum strength requirements for concrete and reinforcement steel, along with anchoring specifications to secure equipment in place. Overall, this document serves to ensure that contractors adhere to strict construction protocols while promoting safety and structural integrity throughout the project. It reflects the VA's commitment to maintaining high standards in its facilities' infrastructure and operations.
    The document outlines the specifications and guidelines for a construction project at the Samuel S. Stratton VA Medical Center aimed at replacing main boilers. Key points include a detailed list of abbreviations used throughout the project, general notes on contractor responsibilities, and specific instructions on verifying existing conditions before construction. It emphasizes the need for safety measures, coordination with the Contracting Officer’s Representative (COR), and compliance with federal, state, and local regulations. The contractor is required to manage demolition and construction effectively while minimizing disruption to existing operations and ensuring proper waste management. The document stresses a commitment to quality and safety standards, including environmental constraints and site protection measures. Overall, it serves as a comprehensive guide for contractors to execute the project efficiently while adhering to regulatory frameworks, showcasing the VA’s dedication to upgrading its facilities.
    The document outlines the construction plans for replacing the main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York. The project, dated June 5, 2024, includes detailed plans for demolishing existing systems and installing temporary boilers to meet heating requirements during the upgrade. Key elements include ensuring compliance with VA regulations for temporary structures, managing steam loads, and implementing safety protocols for handling existing utilities and environmental controls. The plans call for extensive coordination among contractors to minimize disruption, with special attention to maintaining patient services and operational integrity during the project. Structural modifications are specified to support new equipment, alongside the installation of updated fire safety and emergency alarm systems. This comprehensive project demonstrates the VA's commitment to modernizing healthcare facilities while adhering to rigorous safety and regulatory standards.
    The document outlines a project for the replacement of main boilers at the Samuel S. Stratton VA Medical Center in Albany, New York. Scheduled for completion by June 5, 2024, the project involves detailed demolition and construction plans across multiple phases. Key components include the thermal and hydraulic systems necessary for effective operation, connections to existing infrastructure, and adjustments to maintain steam flow efficiency. The drawings indicate the removal of outdated equipment, installation of new steam headers, pressure relief valves, and condensate pumps, while ensuring compliance with safety standards. The intent of the project is to modernize the facility's boiler system, enhancing reliability and operational performance. Additionally, it highlights the commitment of the U.S. Department of Veterans Affairs to improve care for veterans through infrastructure upgrades that adhere to regulatory requirements and best practices in facility management.
    The document serves as a foundational electrical plan for the U.S. Department of Veterans Affairs, specifically for the Samuel S. Stratton VA Medical Center’s boiler plant upgrade project. It includes detailed electrical legends, symbols, and notes governing the installation and configuration of various electrical components, such as disconnect switches, transformers, and circuit breakers. Additionally, it outlines wiring devices, panelboards, existing equipment, and emphasizes compliance with the National Electrical Code (NEC) and local regulations. Key instructions detail the handling and removal of existing equipment, the installation of new electrical systems, coordination with other trades, and specific requirements for conduit, wiring, and safety measures during demolition and construction processes. The planned updates aim to modernize the facility's electrical infrastructure, ensuring safety, efficiency, and adherence to stringent regulatory standards. The overall emphasis on thorough planning and implementation reflects the commitment of the VA to upgrade its facility infrastructure effectively.
    The document outlines specifications and directives for a fire protection upgrade project at the Samuel S. Stratton VA Medical Center in Albany, New York. The focus is on the installation of a wet pipe sprinkler system, ensuring compliance with the latest National Fire Protection Association (NFPA) standards and state regulations. Key points include the necessity for licensed sprinkler contractors to install and test systems, alongside requirements for thorough hydraulic calculations and working plans. The contractor must ensure access for maintenance and service, while also addressing seismic bracing and fire stopping for penetrations in fire-rated walls. Demolition notes emphasize the safe removal of existing infrastructure, with a responsibility to maintain the functionality of current fire protection systems during construction. The document also specifies the requirements for existing systems to remain operational, including the creation of impairment plans should any system be temporarily taken out of service. Overall, the document reflects the VA's commitment to enhancing safety and compliance in its facilities through structured guidelines for contractors regarding fire protection measures. This project exemplifies the federal government's efforts to uphold safety standards in public buildings through well-defined RFP processes and regulations.
    The document outlines the plumbing renovations and replacements at the Samuel S. Stratton VA Medical Center in Albany, New York, specifically focusing on the replacement of main boilers. The project involves demolishing existing boiler systems and installing new equipment while complying with relevant plumbing codes and safety regulations. Key procedures include the assessment of existing systems, the removal of outdated components, and adjustments to piping and plumbing fixtures to accommodate new installations. Contractors must ensure that all plumbing work maintains accessibility for maintenance, adhere to effective waste handling protocols, and guarantee fire safety measures during construction phases. Notably, proactive measures for inspecting under-slab piping and coordinating with various trades are emphasized to mitigate disruptions. The document serves as a guide for contractors in the context of federal construction projects, providing necessary specifications and procedural notes to facilitate the project's successful execution while ensuring the facility's operational integrity.
    The document outlines the electrical boiler plant's one-line diagram and related specifications for a project managed by the Office of Construction and Facilities Management, U.S. Department of Veterans Affairs. The project, identified as 528A8-17-805, involves the replacement of main boilers and focuses on creating detailed plans for essential electrical components, including the double-ended main switchgear and standby emergency switchgear. Provided in the file are various scales and elevations essential for installation and compliance. The document includes contact information for associated architectural and engineering consultants. Overall, this submission serves as a foundational reference for contractors and stakeholders involved in updating the electrical infrastructure of the boiler plant, ensuring it meets the necessary operational standards and safety protocols.
    The document outlines the General Decision Number NY20240002 on federal wage determination for construction projects in New York as of July 12, 2024. It specifies wage rates applicable to various construction projects, including building, heavy, and highway constructions across specified counties. Key minimum wage rates regulated under Executive Orders 14026 and 13658 for workers on relevant contracts are highlighted, indicating pay rates of at least $17.20 or $12.90 per hour, depending on the contract's date and status. The document provides detailed wage classifications and rates for various trade workers, including laborers, electricians, plumbers, and carpenters, broken down by counties and job types. It emphasizes the importance of adherence to the Davis-Bacon Act and outlines the appeal process for wage determination discrepancies. The purpose of the document is to ensure compliance with federal labor standards, facilitating fair wages for construction workers on government-funded projects, thereby upholding labor rights and promoting equal pay in public contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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. The project involves replacing six existing water booster pumps and associated controls, with a focus on reusing existing piping and ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining operational capabilities at the facility while enhancing the reliability of its water systems. Bids must be submitted via email to Contract Specialist Samantha Chavanga by 10:30 AM (EST) on September 18, 2024, with the bid opening scheduled for the same day at 11:00 AM (EST). Interested contractors should also be aware of the requirement to complete a "Buy American Certificate" and adhere to subcontracting limitations as outlined by the VA.
    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.
    4410--GNV Boiler Dual Display Upgrade 36C24824Q1636 36C24824Q1596
    Active
    Veterans Affairs, Department Of
    The U.S. Department of Veterans Affairs (VA) is seeking a contractor to enhance the steam boiler systems at the Malcolm Randall VA Medical Center in Gainesville, Florida. The project specifically involves the installation of a second HMI PanelView screen on three Cleaver-Brooks Steam Boilers, identified by their model number and serial numbers. This initiative is crucial for improving operational efficiency in the healthcare services provided to veterans, reflecting the VA's commitment to maintaining high standards in its facilities. Interested contractors should reach out to Contract Specialist Jeremy Parrish at Jeremy.Parrish@va.gov or call 352-283-9220, with proposals due by September 19, 2024, at 4:30 PM Eastern Time. The solicitation falls under the product service code 4410 and NAICS code 541350, and does not involve Recovery Act funds.
    Y1DA--668-24-112 Replace Steam Connection to Building 14
    Active
    Veterans Affairs, Department Of
    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.
    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.
    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.
    J047--Boiler Maintenance at York Campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for comprehensive boiler maintenance services at the Alvin C. York Campus in Murfreesboro, TN. The procurement requires the contractor to provide full maintenance, including parts replacement and repairs, as well as preventive maintenance and repair services for the boilers, boiler controls, and ancillary systems at the facility. This maintenance is crucial for ensuring the operational efficiency and safety of the heating systems within the campus. Interested parties must respond by October 3, 2024, at 9:00 AM Central Time, and can contact Contract Specialist Michael Edwards at michael.edwards2@va.gov or by phone at 615-225-5506 for further details.
    Y1NB--PRE-SOLICITATION CONSTRUCTION REPLACE BOILERS AND BOILER PLA Central Texas Veterans Health System, Temple, TX
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a significant construction project to replace the existing boiler plant at the Central Texas Veterans Health Care System in Temple, Texas. The project entails the construction of a new 13,700 square foot Energy Center, which will include three large water-tube boilers to support the campus's steam load, as well as the integration of various utility systems and communication infrastructure. This initiative is crucial for enhancing the facility's operational efficiency and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project budget estimated between $20 million and $50 million. Interested contractors must ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) prior to proposal submission, with the request for quotes expected to be posted around September 25, 2024. For inquiries, potential bidders can contact Taminie Panich at taminie.panich@va.gov or (253) 888-4929.