Z1DA--36C26125R0019 | 36C261-24-AP-5056 | NRM 640-25-900 | Palo Alto Boiler Plant Retrofit | CH | 640
ID: 36C26125R0019Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

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

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the retrofit of three boilers at the Palo Alto Health Care System's boiler plant, identified as project number 36C26125R0019. The objective of this procurement is to ensure compliance with safety standards as outlined in a recent report by the Boiler Efficiency Institute, addressing critical deficiencies in the current boiler systems. This project is vital for maintaining operational integrity and safety within the healthcare facility, with an estimated contract value between $300,000 and $500,000. Proposals are due by February 6, 2025, following a mandatory site visit on January 6, 2025, and interested contractors should direct inquiries to Contract Specialist Nicole Y Renfrew at nicole.renfrew@va.gov.

    Point(s) of Contact
    Nicole Y RenfrewContract Specialist
    nicole.renfrew@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) will issue a Request for Proposal (RFP) for a retrofit project at the Palo Alto Boiler Plant in Palo Alto, California. The solicitation number is 36C26125R0019, with proposals due by February 6, 2025, at 9:00 AM Pacific Time. This procurement is classified as unrestricted but includes a Veterans Involvement evaluation factor. The North American Industry Classification System (NAICS) code is 238220, indicating a size standard of $19 million. Interested parties can expect the solicitation to be posted on December 19, 2024, and should monitor the website for any amendments or changes. A site visit will be scheduled, and all inquiries related to the RFP must be submitted via email to Contract Specialist Nicole Renfrew, as telephone inquiries will not be accepted. The presolicitation notice emphasizes the importance of checking for updates and ensures that all responsible sources can submit proposals.
    The document details a Request for Proposal (RFP) from the Department of Veterans Affairs to retrofit three boilers at the Palo Alto Health Care System, ensuring compliance with safety standards as per a report by the Boiler Efficiency Institute. The project, estimated between $300,000 and $500,000, emphasizes adherence to specific codes and mandates that two boilers remain operational during the renovation. The contract period spans 200 calendar days from the notice to proceed, with a required site visit on January 6, 2025, and proposals due by February 6, 2025. The winning bid will be selected based on technical merit, past performance, and price, with particular focus on involving small and service-disabled veteran-owned businesses. The contractor is expected to provide complete documentation post-project, including as-built drawings and operation manuals, along with a one-year warranty on all work. The summary presents the project's goals of safety enhancement and operational integrity, demonstrating governmental commitment to infrastructure improvement within veteran health services.
    The document is an amendment to a solicitation from the Department of Veterans Affairs, specifically related to a site visit conducted on January 6, 2025, for the project numbered 36C26125R0019. This amendment serves to formalize the inclusion of the Site Walk Sign-In Sheet from the visit and indicates that all other terms and conditions of the original solicitation remain unchanged. Bidders are reminded to acknowledge receipt of this amendment in their offers. The document outlines essential administrative details, including details about the contractor and the contracting officer involved in this process. The amendment reflects standard procedures within government contracting, highlighting the ongoing efforts to ensure transparent communication during the bid process.
    The report presents the findings from a comprehensive boiler safety device testing conducted at the Palo Alto, CA VA Medical Center. The assessment, performed by the Boiler Efficiency Institute, emphasizes the critical importance of operational boiler safety devices in preventing catastrophic failures within the steam generation system. The findings reveal a concerning compliance rate of only 30%, with 33 devices either failing outright or remaining unrepaired. Key recommendations include the urgent need for compliance with VA directives, installation of proper safety valves, and proper function of alarms for water levels and gas pressures. Specific issues identified include multiple failures of alarms, safety valves constructed from non-compliant materials, and the absence of a high fuel gas pressure alarm. The report underscores the necessity for prompt repairs and adherence to safety specifications to mitigate the substantial risks associated with boiler operations. Moreover, the findings reflect an overall emphasis on enhancing the reliability and safety of the boiler systems to protect personnel and infrastructure, positioning this analysis within the broader context of federal and state safety regulations in healthcare environments.
    This document is a transmittal from Dean Jansen to Frank Espinoza, dated June 16, 2017, detailing the initial submittal for the Cable Links retrofit job, which involves retrofitting power burners at VA Palo Alto's Unit 1. It includes a list of instrument and mechanical equipment across three units and outlines several components related to burner systems, like datasheets, control valves, burners, pressure gauges, and safety valves. The attachment specifies various equipment along with technical data such as sizes, services, manufacturers, and mounting locations. It also mentions that as-built drawings are not available and disclaims any guarantee regarding the implementation of the proposal. This document serves as part of a government RFP for contractors to reference and aims to coordinate approval and project execution details for effective construction and compliance with regulatory standards. The comprehensive equipment list underscores the project’s technical complexity and highlights the government's dedication to enhancing operational efficiency and safety in its facilities through updated infrastructure.
    The document concerns the photographic documentation of boilers at Building 40 of the Palo Alto Healthcare Facility. It identifies three separate boilers, although specific details regarding their condition, specifications, or operational status are not provided in the file. The intent appears to facilitate assessment or maintenance decisions regarding these heating systems in a healthcare context, which is pertinent to government contracting processes for facility management and upgrades. Overall, this documentation serves as part of the preliminary review necessary for creating requests for proposals (RFPs) or grants related to energy efficiency, safety, and compliance with federal and state regulations. Its inclusion in governmental record-keeping indicates a commitment to maintaining infrastructure critical to healthcare operations.
    The document outlines requirements for a boiler burner installation at the VA Palo Alto site, specifically addressing surface preparation and painting of carbon steel components, compliance with SSPC standards, and equipment specifications. Key points include strict guidelines for the surface treatment of both external and internal components, detailing the types of coatings and their application thicknesses. Critical installation tolerances emphasize the alignment and mounting of the burner with precise concentricity to ensure optimal operational efficiency. Additionally, there are requirements for air sealing during equipment removal and guidelines on positioning critical components like igniters within the assembly. The management of existing equipment and possible adjustments during commissioning is also noted. This detailed engineering specification aims to ensure the correct setup, safety, and functionality of the burner system, aligning with federal investment strategies for infrastructure improvement and maintenance in government facilities. Overall, the document illustrates the commitment to quality control in the installation of equipment vital for operational integrity and safety standards within federal projects.
    The document outlines Wage Determination No. 2015-5641 issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in Santa Clara County, California. For contracts initiated or extended after January 30, 2022, contractors must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $12.90 unless a higher rate applies. The document provides detailed wage rates for a wide range of occupations, including clerical, automotive, food service, health, and technical roles. Additionally, it emphasizes the importance of adhering to regulations under Executive Orders related to worker protections and paid sick leave for federal contractors. All employees covered by the wage determination are entitled to health and welfare benefits, vacation, and paid holidays. The determination also includes guidelines for conforming new classifications and wage rates for unlisted occupations. This comprehensive document serves critical functions in ensuring fair compensation and compliance with labor standards in government contracts, supporting accountability in federal grant and RFP processes.
    The document outlines a Request for Information (RFI) form related to the VA Palo Alto Boiler Plant Retrofit project, cataloged under RFQ #: 36C26125R0019. It serves as a standard template for contractors to submit inquiries regarding the project, aiming to clarify specific issues or seek additional information. Contractors are instructed to fill in their details, including name, address, and contact information, and submit the form to the designated Contract Specialist via email. The form provides sections for problem descriptions and responses from VA project managers, allowing for structured communication throughout the project's procurement process. This RFI process is essential for ensuring that all stakeholders have the necessary information to proceed with the retrofit effectively, enhancing facility operations while maintaining compliance with federal standards. The structured approach promotes clear documentation and tracking of requests and responses within the context of government contracting and project management.
    The Request for Proposal (RFP) 36C26125R0019 seeks contractors for retrofitting three boilers at the VA Palo Alto Health Care System’s boiler plant (Building #40) to meet safety standards. The proposal deadline is set for February 06, 2025. Contractors are required to provide comprehensive services, including personnel, equipment, and materials, to address deficiencies outlined in the Boiler Efficiency Institute's report from July 2023. Two quotes are requested: the first includes the delivery of as-built drawings and has a performance period of 200 calendar days; the second omits as-built drawings and has a shorter performance period of 180 calendar days. Contractors must ensure all personnel hold the necessary certifications and licenses as stipulated by applicable local, state, and federal regulations. This RFP underscores the federal government's commitment to maintaining safety and operational standards in healthcare facilities through essential infrastructure upgrades.
    The document outlines guidelines for submitting invoices to the Department of Veterans Affairs (VA) through the Tungsten electronic invoicing system. It emphasizes the requirement for contractors to submit invoices electronically, according to VAAR Clause 852.232-72. The transition from paper to electronic submissions is facilitated by Tungsten, with registration available free of charge on their website. The document provides the VA's Tungsten Number (AAA544240062) for invoice submission and directs contractors to additional resources for further information. Contact details for support regarding e-invoicing are also included, with specific numbers and hours of operation for inquiries. Overall, this file serves to streamline the invoicing process for VA contractors, promoting efficient financial transactions with the department.
    The document outlines the layout and components of a facility associated with Fisher House, emphasizing infrastructure dedicated to healthcare services and research. Key areas include Fisher House units, emergency generators, mental health centers, primary care clinics, and a spinal cord injury rehabilitation center. Additionally, features like parking structures, child care facilities, and administrative offices are indicated. The design incorporates spaces for research and administration, recreational therapy, and public health initiatives. The intricate arrangement points to a multi-functional healthcare center aimed at serving diverse veteran needs, aligning with government priorities for health infrastructure. This facility's strategic planning suggests a commitment to comprehensive medical care and research support for service members and their families.
    Similar Opportunities
    H945--BOILER INSPECTIONS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide boiler inspection services at the Salem VA Medical Center, with a total contract budget of $19 million. The procurement aims to ensure comprehensive inspection, maintenance, and calibration of the facility's boiler systems, adhering to safety regulations and recognized standards such as NFPA and ASME. This contract includes a base year and four one-year options, emphasizing the importance of operational efficiency and safety in institutional boiler operations, while also promoting engagement with veteran-owned small businesses. Interested parties should contact Contract Specialist Kristine E. Woodbury at Kristine.Woodbury@va.gov for further details.
    Improve Patient Experience at VA Palo Alto HCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to improve patient experience at the VA Palo Alto Health Care System through various construction projects. The initiative includes renovations aimed at enhancing security, upgrading restroom facilities, and installing weather protection structures, with a project value estimated between $2 million and $5 million. This procurement is particularly significant as it aligns with the VA's commitment to providing safe and efficient healthcare environments for veterans, emphasizing the importance of maintaining operational integrity during construction activities. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed bids by April 4, 2025, and are encouraged to attend a pre-proposal site visit on March 20, 2025. For further inquiries, potential bidders can contact Corey R. Kline at corey.kline3@va.gov or by phone at 702-791-9000 ext. 13969.
    Z1NB--Cooling Tower 2 & 3 Repairs | VA Palo Alto HCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to perform repairs on Cooling Towers 2 and 3 at the VA Palo Alto Healthcare System in California. The project involves comprehensive repairs, including the replacement of critical components and ensuring the proper operation of the cooling towers, with a completion timeline of 15 calendar days from the notice to proceed. This initiative is crucial for maintaining the operational efficiency of the healthcare facility, ensuring compliance with safety regulations, and minimizing disruption to services. Interested parties must submit their capabilities and relevant experience by March 18, 2025, with an estimated project budget between $25,000 and $100,000. For inquiries, contact Corey Kline at corey.kline3@va.gov or call 702-791-9000 ext. 13969.
    H245--Safety Device Testing & and Calibration of the Boiler Plant Burners
    Buyer not available
    The Department of Veterans Affairs is seeking contractor services for the testing, calibration, and inspection of boiler safety devices at the Saint Louis VA Healthcare System. This procurement aims to ensure the reliability and safety of boiler systems, with a focus on compliance with federal safety standards and operational efficiency. The contract is structured as a Firm Fixed Price, Indefinite Quantity agreement, with an estimated value of $12.5 million over a potential five-year period, and proposals are due by March 25, 2025. Interested contractors should contact Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission protocols.
    Y1DZ--NRM 640-25-101 -- Site prep Radiology | Rm F1-201 Retrofit
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the retrofit of the Radiology Room F1-201 at the Palo Alto Health Care System, aimed at accommodating new medical equipment. The project involves replacing flooring, repainting, lead shielding design, and seismic anchoring, with contractors required to provide all necessary labor, materials, and equipment while adhering to strict safety and compliance standards. This initiative is crucial for enhancing healthcare infrastructure and ensuring operational safety within the facility. Interested contractors must submit their proposals to Contract Specialist Alex D Arter at alex.arter@va.gov, with a mandatory site visit scheduled for January 28, 2025, and the proposal deadline extended to March 14, 2025.
    J044--Boiler Inspection & Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler inspection and maintenance services at the Minneapolis Veterans Affairs Health Care System. The contract aims to establish a reliable service for preventive maintenance, emergency repairs, and inspections of boiler systems, ensuring compliance with safety regulations and optimal equipment performance. This procurement is particularly significant as it supports the efficient operation of heating systems critical to the healthcare facility's functionality. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by March 14, 2025, at 5:00 PM Central Time. Interested parties can contact Senior Contracting Officer Cameron J Rick at Cameron.Rick@va.gov for further information.
    Y1DA--589A5-25-192 REPLACE B1 STEAM TRAPS, EK
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the project titled "Replace B1 Steam Traps" at the Colmery-O’Neil VA Medical Center in Topeka, Kansas. The objective of this procurement is to replace steam traps in Building 1, with an estimated project cost ranging from $25,000,000 to $100,000,000, and a performance period of 60 days from the notice to proceed. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their proposals by April 10, 2025, at 2:00 PM Central Time, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Contracting Officer Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
    Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    Z2NZ--Project 512A5-21-304 Upgrade Steam System Phase V - Patient Areas (Construction)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake the "Upgrade Steam System Phase V - Patient Areas" construction project at the Perry Point VA Medical Center in Maryland. This project aims to repair and upgrade the failing steam and condensate distribution systems, requiring a comprehensive range of construction services, including mechanical, plumbing, and electrical work. The estimated cost for this construction project is between $10 million and $20 million, with a projected duration of 540 days. Interested contractors must be registered and certified, with proposals due by March 28, 2025, at 10:00 AM EDT. A site visit is scheduled for February 20, 2025, and all inquiries should be directed to Contracting Officer Liana J. Holland at Liana.Holland@va.gov.