Z2JZ--Project No. 526-24-501 Replace Hot Water Heaters
ID: 36C24224Q0904Type: Combined Synopsis/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

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of hot water heaters at the James J. Peters VA Medical Center in Bronx, New York, under Project No. 526-24-501. The procurement involves reconfiguring existing piping, demolishing old systems, and installing new hot water heaters, with an estimated construction cost ranging from $100,000 to $250,000 and a completion period of 90 calendar days after notice to proceed. This initiative is crucial for maintaining the facility's operational efficiency and ensuring compliance with federal contracting regulations, including adherence to wage determinations and limitations on subcontracting. Proposals are due by September 13, 2024, at 10:00 AM Eastern Time, and interested parties should direct inquiries to Contract Specialist Akkil Kurian at akkik.kurian@va.gov or by phone at 718-584-9000.

    Point(s) of Contact
    Akkil KurianContract Specialist
    (718) 584-9000
    akkil.kurian@va.gov
    Files
    Title
    Posted
    The solicitation notice pertains to the replacement of hot water heaters at the Bronx Veterans Affairs Medical Center (VAMC). The contracting office is located at the James J. Peters VA Medical Center in Bronx, NY. The proposal identification number is 36C24224Q0904, with responses due by September 13, 2024, at 10:00 AM Eastern Time. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Included in the solicitation are several attachments: detailed project specifications, a wage determination document, a Buy American certificate, and a blank form for limitation on subcontracting. The point of contact for inquiries is Contract Specialist Akkil Kurian, who can be reached via the provided email addresses. The notice emphasizes the importance of adhering to federal guidelines while performing the requested services. This initiative reflects the VA's commitment to maintaining and upgrading facilities to serve veterans better while ensuring compliance with necessary regulations and standards.
    The amendment to the solicitation 36C24224Q0904 pertains to the replacement of hot water heaters at the James J. Peters VA Medical Center in Bronx, NY. The contracting office, part of the Department of Veterans Affairs, has set a response deadline for proposals on September 13, 2024, by 10:00 AM Eastern Time. This solicitation is reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Key documents include an amendment notice, response to inquiries, a site visit sign-in sheet, and an updated limit on subcontracting. The relevant service codes, including the Product Service Code of Z2JZ and NAICS Code 238220, categorize the necessary work under maintenance, repair, and installation services. The solicitation aims to enhance the facility's operational efficiency by upgrading essential infrastructure and adhering to federal guidelines for procurement and contracting. Contact for inquiries is available through the Contract Specialist, Akkil Kurian, at the provided email and phone number. The project reflects the government’s ongoing investments in veteran services and facilities.
    The document serves as Amendment 0001 to RFQ 36C24224Q0904, concerning the replacement of hot water heaters at the Bronx VA Medical Center, designated as Project No. 526-24-501. It updates the solicitation by extending the deadline for offer submissions and provides essential information for potential contractors, including email contacts for submitting quotes. The amendment includes attached documents such as the Site Visit Sign-In Sheet, updated Limitation on Subcontracting document, and responses to Requests for Information (RFI). All other terms of the solicitation remain unchanged. This amendment illustrates the VA's commitment to maintaining its facilities and ensuring compliance with federal contracting procedures while providing contractors with vital information for their proposals.
    The government solicitation 36C24224Q0904 seeks proposals to replace hot water heaters at various facilities. Key updates include a revised limitation on subcontracting, applicable to specialty trade contractors as outlined under NAICS 238220. The document includes specific equipment requirements, detailing manufacturer and model numbers for all heat exchangers to ensure uniformity in bids. The specified models are the Leslie E600 L Skidded Heaters for several locations and an E300 L Skidded Heater for a penthouse area, which requires a lesser capacity due to reduced water volume. This solicitation emphasizes precision in specifications and adherence to updated regulations to facilitate consistent and competitive bidding while ensuring compliance with federal contracting guidelines.
    The document outlines wage determinations under General Decision Number NY20240003 for various construction projects in New York, including building, heavy, highway, and residential construction. It specifies wages and fringe benefits based on regulations under the Davis-Bacon Act and two Executive Orders regarding minimum wage rates for federal contracts. Contractors must adhere to specific wage rates based on the contract award date and type of construction, with detailed classifications and prevailing wage rates for various labor categories such as carpenters, laborers, electricians, and heavy equipment operators. The summary includes essential details like minimum wage requirements, which are set at $17.20 per hour for contracts post-January 30, 2022, and differing rates for projects awarded between 2015-2022. Furthermore, it highlights specific labor classifications with corresponding rates and benefits, emphasizing the necessity for contractors to comply with these determinations or request additional classifications when needed. This structure supports compliance with local, state, and federal regulations governing labor standards in publicly funded projects, vital for maintaining fair labor practices and ensuring worker protections in the building trades.
    The Buy American Certificate is a provision for government solicitations that requires offerors to certify that their end products are domestic, except for specified foreign end products. Offerors must list any foreign items manufactured in the U.S. that do not qualify as domestic and indicate their domestic content percentage if applicable. Products incorporating critical components must also be identified, and the document outlines definitions relevant to this certification, such as "commercially available off-the-shelf (COTS) item" and "critical component." The government will assess offers based on the guidelines from Part 25 of the Federal Acquisition Regulation (FAR). This provision ensures compliance with domestic sourcing policies and supports local manufacturing through comprehensive reporting on product origins and components.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for offerors engaged in service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). According to the regulations, contractors must adhere to specific subcontracting limits: for general construction, they cannot subcontract more than 85% of the awarded amount to non-VIP-listed firms, with similar limits applying to other contract types. The certification process is critical, as it requires bidders to affirm their compliance with these limits, understand the potential penalties for non-compliance, and provide documentation as needed. Violations can result in severe consequences, including fines and debarment. Offerors must submit a formal certification with their bid to be considered eligible for contract awards, highlighting the emphasis on accountability and adherence to veteran-focused market principles. The clause is fundamental in ensuring that a significant portion of contract work remains within veteran-owned businesses, thereby promoting their economic empowerment.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the repair and replacement of hot water heaters at the James J. Peters Veterans Affairs Medical Center in Bronx, New York. It specifies work related to reconfiguring existing piping, demolishing old systems, and installing new hot water heaters and associated components across multiple buildings. The estimated construction cost ranges from $100,000 to $250,000, with a completion period set at 90 calendar days after notice to proceed. Vendors must be registered in the System for Award Management (SAM) as a certified Service-Disabled Veteran-Owned Small Business (SDVOSB) to qualify for bidding. A mandatory site visit is scheduled for August 26, 2024, with all queries directed to the designated Contract Specialist. Proposals are due by September 13, 2024, focusing on technical capability, pricing, and past performance. Important compliance requirements addressing safety measures, such as fire safety protocols and the integrity of the procurement process, are clearly described, including the need for performance and payment bonds. Overall, this RFP reflects the VA's aim to ensure efficient operations while maintaining a commitment to engaging veteran-owned businesses in contract opportunities.
    The document outlines a site visit sign-in sheet for the U.S. Department of Veterans Affairs regarding a Request for Quotation (RFQ) for the project to replace hot water heaters at multiple medical centers. Scheduled for August 26, 2024, at 10:30 AM, this RFQ (36C24224Q0904) involves key participants including various contracting specialists and representatives from mechanical contracting firms. The listed attendees, such as Joe Solimin and Jacob Youssef, are associated with firms like JEJ Mechanical and Arthur Mechanical, highlighting their interest in the procurement opportunity. Additionally, a Contracting Officer Representative (COR) named Antonino Sacchetti is mentioned, indicating oversight for the project. This document reflects the VA's ongoing commitment to maintaining facilities through necessary upgrades, presenting a formal interaction with contractors in the context of federal contracting processes focused on infrastructure improvement within the Veterans Health Administration. The attendance at the site visit is essential for potential vendors to understand project requirements and bid effectively.
    The document outlines the "VA Notice of Limitations on Subcontracting – Certificate of Compliance for Services and Construction," which mandates compliance with subcontracting limits specified under 38 U.S.C. 8127(k)(2). It establishes requirements for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For service contracts, contractors can subcontract no more than 50% to non-VIP-listed firms, while for general construction, the limit is set at 85%, and for special trade construction, it is 75%. The document highlights the need for contractors to maintain proper documentation to demonstrate compliance, and it sets forth consequences for violations, including possible referral for suspension and debarment, fines, and criminal prosecution. The certification process requires offerors to formally attest to their understanding of these limits and their commitment to comply with them upon contract award. Failure to submit the certification will render the offeror ineligible for contract evaluation. This clause serves to ensure that the VA meets its goals of promoting participation from veteran-owned businesses while maintaining accountability and compliance in federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of canteen dishwashing utilities at the Sheridan Veterans Affairs Medical Center in Wyoming. The project involves upgrading plumbing utilities to address long-standing deficiencies, including the removal and replacement of plumbing under the sink to ensure compliance with current codes. This procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $100,000 and $250,000. Interested vendors must ensure they are verified by the U.S. Small Business Administration's VetCert program and can contact Contract Specialist Timothy Verburgt at Timothy.Verburgt@va.gov or 303-712-5707 for further details. Proposals are expected to be submitted following the presolicitation notice, which will be posted around September 14, 2024.
    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.
    589A5-24-500LS Repair Boiler 2 Tube Leaks B
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is seeking proposals for the Boiler 2 Tube Leak Repair project at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. This procurement involves the repair of tube leaks in boiler 2, requiring contractors to provide labor, materials, and equipment, with a total project magnitude under $25,000 and a performance period of 14 calendar days. The project is critical for maintaining the operational efficiency of the medical center, ensuring continued service to veterans while adhering to safety and environmental standards. Interested service-disabled veteran-owned small businesses must submit their proposals by September 16, 2024, at 2:00 PM CST, and can contact Gislaine Dorvil at Gislaine.Dorvil@va.gov or 913-946-1139 for further information.
    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.
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project requires comprehensive construction services, including the removal and installation of HVAC infrastructure, with a focus on minimizing disruptions to ongoing operations within the facility. This initiative is critical for enhancing the medical center's operational efficiency and ensuring a safe environment for veterans and staff. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a construction magnitude exceeding $10 million and a performance period of 540 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    Z2DA--666 | 24-AP-4277 | 666-22-107 | Install Emergency Eyewashes in HACs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the installation of emergency eyewash stations in 24 Housekeeping Aid Closets (HACs) at the Sheridan VA Medical Center in Wyoming. The project aims to enhance safety measures by installing tempered, plumbed eyewashes while also making necessary electrical, plumbing, and storage improvements, all while adhering to strict infection control and safety protocols. This initiative is crucial for maintaining health and safety standards in active medical areas, ensuring compliance with federal construction regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 6, 2024, following a pre-proposal site visit scheduled for August 13, 2024; the estimated project cost ranges from $500,000 to $1,000,000. For further inquiries, contractors can contact Timothy R. Verburgt at Timothy.Verburgt@va.gov.