J044--REQUEST FOR QUOTES - REPAIR DAMAGE STEAM PIPING - PERRY POINT VA MEDICAL CENTER - 512-25-1-663-0001
ID: 36C24525Q0049Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS (J044)

Set Aside

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

    The Department of Veterans Affairs is soliciting quotes for the repair and replacement of damaged steam piping at the Perry Point VA Medical Center in Maryland. The contractor will be responsible for providing all necessary supervision, labor, materials, and equipment to remove and replace the damaged steam piping, particularly focusing on a leaking steam pipe in Manhole #9. This project is crucial for maintaining the operational integrity of the facility's steam systems, which are essential for heating and other critical functions within the medical center. Bids must be submitted electronically by November 5, 2024, at 10:00 AM Eastern Time, and inquiries can be directed to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411. This opportunity is set aside for service-disabled veteran-owned small businesses (SDVOSB).

    Point(s) of Contact
    Bill PrattContracting Officer
    (410) 642-2411
    Billie.Pratt@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for the repair and replacement of damaged steam piping at the Perry Point VA Medical Center. Contractors are required to provide all necessary supervision, labor, materials, and equipment for this project. The solicitation number for this request is 36C24525Q0049 and bids must be submitted by November 5, 2024, at 10:00 AM Eastern Time. This project is set aside for service-disabled veteran-owned small businesses (SDVOSBC). The scope includes specific attachments detailing technical specifications and site plans related to the repair work. The contracting officer responsible for this request is Bill Pratt, with all queries directed to his provided email. The work site will primarily be centered around the steam pit and associated utilities at the facility located in Perry Point, MD. This initiative underscores the ongoing infrastructural improvements aimed at enhancing the operational efficiency of VA medical services.
    This document is a Request for Quotes (RFQ) issued by the Department of Veterans Affairs for the repair of damaged steam piping at the Perry Point VA Medical Center. The project requires the contractor to provide supervision, labor, materials, and equipment to replace existing piping, specifically targeting the repair of a leaking steam pipe in Manhole #9, with a completion period set at 45 days post-notice to proceed. Bids are to be submitted electronically, with quotes due by November 5, 2024, and questions accepted until November 1, 2024. The solicitation includes details on the scope of work, safety requirements, pricing, and specific materials to be used, adhering to VA guidelines and local regulations. The project aims to maintain operational integrity before winter, necessitating prompt action. The RFQ emphasizes a commitment to employing certified service-disabled veteran-owned small businesses, adhering to federal guidelines on contract eligibility and compliance. This initiative demonstrates the VA's emphasis on infrastructure integrity and support for veteran businesses within federal contracting processes.
    Section 23 05 10 of the government document outlines the common work results for boiler plant and steam generation. It establishes comprehensive guidelines applicable to all related sections within Division 23. Key definitions such as 'exposed' and 'exterior,' along with numerous abbreviations relevant to HVAC, boiler operations, and safety standards, are provided. The document emphasizes quality assurance, requiring mechanical and electrical systems to be safe, reliable, and compliant with applicable codes. It mandates that all components and systems must be adequately tested, documented, and accessible for maintenance. The contractor must coordinate shop drawings and ensure that all installations meet Veterans Affairs specifications. Furthermore, provisions for delivery, handling, and storage of equipment are strictly detailed, with a focus on cleanliness and protective measures against damage. The document also includes obligations for as-built documentation, which detail the final configuration of systems after installation. Overall, this document serves as a critical foundation for ensuring that boiler plants and steam generation installations meet federal standards, ultimately aimed at facilitating efficient operation within government facilities while prioritizing safety and accessibility.
    This document outlines the specifications for HVAC and boiler plant insulation, focusing on re-insulation post-asbestos abatement. It defines key terms such as "air-conditioned space," "thermal conductivity," and various pressure steam categories. The document specifies the quality assurance standards to follow, which include compliance with NFPA regulations for flame spread and smoke density. The product section details the types of insulation materials such as mineral fiber, calcium silicate, and the appropriate facing and jacketing for different temperature ranges and applications. Key installation requirements emphasize proper moisture control and insulation continuity, including the necessity for vapor barriers on exposed ductwork and piping. The document also includes requirements for mechanical fasteners and other related materials. Overall, this specification serves to guide contractors in achieving thermal efficiency and condensation control in HVAC systems while adhering to safety standards pertinent to government projects.
    The document outlines specifications for upgrading the steam system serving patient areas at the VAMC Perry Point in Maryland, Project Number 512A5-24-011. The main focus is on the installation of steam, condensate, and vent piping within the facility, adhering to strict compliance with pertinent codes and standards set by bodies such as ASME and ASTM. The upgrade includes detailed requirements for materials, welding, quality assurance, and testing procedures. Sections address the specific characteristics and compliance standards for steam piping, fittings, valves, and other components that ensure safe and efficient operation. The document emphasizes the necessity for various submittals, including manufacturer literature and detailed coordination drawings, which facilitate the project’s alignment with HVAC standards. It also outlines quality assurance measures and emphasizes the importance of compliance with local and federal regulations. Critical stages such as testing, flushing, and commissioning are included to ensure readiness for operational reliability. Overall, this document serves as a comprehensive guide for contractors to follow during the installation and upgrade of the steam system, highlighting the VA’s dedication to maintaining high standards for healthcare facilities.
    The document details the specifications for upgrading the steam condensate pumps in patient areas at the VAMC Perry Point in Maryland, identified as Project Number 512A5-24-011. It outlines requirements for the steam condensate pump system, including definitions, submittals, quality assurance, applicable standards, and installation procedures. The condensate pumps must conform to Hydraulic Institute Standards, be designed for efficient operation, and include specific features such as float switches and alternators for operational reliability. The document emphasizes adherence to sustainable construction practices, the commissioning process, and the necessity of comprehensive documentation, including operation manuals and as-built drawings, to ensure effective maintenance and operation. Furthermore, it specifies the integration of vibration control measures and mandates that all components should undergo rigorous testing before acceptance. Ultimately, this specification illustrates the federal government's initiative to improve healthcare infrastructure by enhancing the efficiency and reliability of essential steam systems within VA facilities, thereby promoting better patient care and operational standards.
    The document outlines specifications related to the installation and maintenance of steam line drip pockets and steam trap assemblies for a government project. It emphasizes the need for matching existing pipe sizes when connecting drip pocket pipes to steam traps, ensuring consistency throughout the system unless otherwise noted. The document serves as a technical guide for contractors responding to federal or local RFPs (Requests for Proposals) and grants related to infrastructure improvements. It stresses the importance of proper test connections to guarantee functionality and compliance with engineering standards. This technical clarification is vital for ensuring efficient operation and maintenance of steam systems, reflecting the government's emphasis on quality in infrastructure projects.
    The document outlines a maintenance plan for Manhole 9, emphasizing the replacement of critical components to ensure proper functioning and prevent further issues. Specifically, it details the replacement of an existing valve with a new gate valve, which is likely intended to enhance flow control within the system. Additionally, the plan includes the replacement of a leaking trap and associated piping, highlighting the need for effective repairs to prevent water loss and potential damage. This maintenance action reflects the broader goals of government infrastructure management to maintain and upgrade essential utility services, supporting effective operation and compliance with safety standards. The document is structured as a straightforward action plan, focusing on necessary repairs without extraneous details. Overall, this initiative underscores the importance of regular maintenance and timely upgrades in municipal infrastructure projects, aligning with federal, state, and local regulatory requirements.
    The document addresses locations BLDG 361 and BLDG 19H, indicating they are part of ongoing assessments related to federal government RFPs, grants, or other related projects. Although specific details regarding the scope or purpose of these buildings were not provided, such documentation typically signifies the need for infrastructure improvements, upgrades, or evaluations that comply with federal standards and regulations. The file suggests preparations for assessments which may involve inspections, potential renovations, or upgrades to ensure safety, compliance, and functionality within governmental frameworks. The overall focus appears to be on maintaining or improving the structural integrity and operational capacity of these buildings in alignment with relevant government initiatives.
    The document outlines various federal and state government requests for proposals (RFPs) and grant opportunities, focusing on environmental remediation, infrastructure upgrades, and public health projects. It emphasizes compliance with regulations and safety standards while encouraging innovation and collaboration among agencies and contractors. Key areas of interest include assessments and environmental surveys, showcasing the need for hazardous material evaluation, such as asbestos and lead, as well as the necessity for abatement plans before project initiation. Specific details regarding proper handling procedures and public safety considerations are highlighted. The report underscores the importance of adhering to timelines, maintaining communication among stakeholders, and ensuring that all projects are executed according to federal and state regulations. The structure of the document offers a comprehensive breakdown of available funding, project eligibility, and expected deliverables, pitching a systematic approach for potential contractors to follow in order to secure government funding and support. This document is critical for guiding organizations in understanding available opportunities and navigating the complexities of grant applications and proposal submissions in alignment with government objectives for public safety and environmental sustainability.
    Lifecycle
    Similar Opportunities
    Y1LC--Replace Steam Line Buildings 115, 118, and 400 [552-24-512]
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to replace the steam lines in Buildings 115, 118, and 400 at the Dayton VA Medical Center in Ohio, under solicitation number 36C25024B0071. The project requires the contractor to provide all necessary labor, materials, and supervision for the demolition and installation of new steam pipes, with a completion timeframe of 120 days following the Notice to Proceed (NTP). This initiative underscores the VA's commitment to enhancing infrastructure in veteran care facilities while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must register on SAM.gov and ensure compliance with relevant registration requirements, with an estimated project budget between $1,000,000 and $5,000,000. For further inquiries, contact Jenessa Regan at jenessa.regan@va.gov or call 937-268-6511 x5981.
    Z1DA--595-24-106 Replace Steam Traps Phase 1 D/B (VA-24-00024837)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "Replace Steam Traps Phase 1 D/B" project at the Lebanon Veterans Affairs Medical Center in Pennsylvania. This Design-Build initiative aims to replace 93 steam traps and associated piping, ensuring compliance with VA specifications and national safety codes, with a total performance duration of 270 days—90 days for design and 180 days for construction. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget magnitude between $250,000 and $500,000, with proposals due by 11:00 AM EST on November 19, 2024. Interested contractors can contact Contract Specialist Amy Demarest at amy.demarest@va.gov or by phone at 412-654-4627 for further information.
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Replace Steam System Project at the Altoona Veterans Administration Medical Center in Pennsylvania, identified by solicitation number 36C24424R0001. The project aims to secure a single firm fixed-price contract for comprehensive construction services necessary to replace the steam system, with a performance period of 720 calendar days from the Notice to Proceed. This initiative is crucial for maintaining operational efficiency and safety within the facility, with an estimated construction cost exceeding $10 million. Interested contractors must register in the System for Award Management (SAM) and submit proposals by November 1, 2024, following a pre-bid conference scheduled for October 15, 2024. For further inquiries, contact Contract Specialist Elijah J. McIntosh at elijah.mcintosh@va.gov.
    Z1DA--595-24-106 Replace Steam Traps Phase 1 D/B (VA-24-00024837)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a design-build project to replace steam traps at the Lebanon VA Medical Center. The project involves replacing 93 existing steam traps with new steel traps, adhering to VA guidelines and engineering standards, and is structured in two phases with a focus on technical competence and quality control. The contract, with an estimated value between $250,000 and $500,000, is expected to commence 120 days post-Notice to Proceed and be completed within 180 days, with a mandatory site visit scheduled for October 22, 2024, and proposals due by November 20, 2024. Interested parties should direct inquiries to Contract Specialist Amy Demarest at amy.demarest@va.gov or 412-654-4627.
    J045--Multi Award BPA Plumbing Inspection and Repair Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide plumbing inspection and repair services through a Multi Award Basic Purchasing Agreement (BPA) for various VA Medical Centers in Connecticut. The BPA, which will last for five years, aims to fulfill the plumbing and pipefitting needs of the VA, including general repairs, inspections, and emergency responses, while adhering to strict infection control and security protocols. This initiative underscores the VA's commitment to ensuring high-quality service provisions for its facilities and supporting veteran-owned businesses. Interested vendors must submit their quotations by November 15, 2024, with inquiries directed to Contract Specialist Nathan Langone at Nathan.Langone@va.gov.
    Y1DA--598-22-151 B170 FG Chilled Water Piping Replacement - POP 12/30/2024-12/29/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of fiberglass chilled water piping in Building 170 at the Eugene J. Towbin Veterans Affairs Healthcare Center in North Little Rock, Arkansas. The project aims to enhance the facility's infrastructure by replacing the existing chilled water supply and return systems, ensuring compliance with safety and operational standards while minimizing disruptions to healthcare services. The anticipated contract award date is approximately 30 days after proposal submission, with a performance period of 365 days following the Notice to Proceed. Interested contractors must demonstrate SDVOSB eligibility, be registered in the System for Award Management (SAM), and submit proposals that reflect best price and performance potential, with estimated costs ranging between $5 million and $10 million. For further inquiries, interested parties should contact Contracting Officer Julius I. Jones at julius.jones@va.gov.
    J045--NEW | SPECIAL | 504 | Plumbing Repairs Bldg 48
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for plumbing repair services at Building 48 of the Amarillo VA Health Care System in Texas. This Request for Quote (RFQ), identified as 36C25725Q0053, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary labor, materials, and supervision for the repair of a 4-inch drain line, adhering to safety protocols and compliance with federal and local regulations. The estimated project value is $19 million, with a performance period of 180 calendar days post-award, and interested parties must submit their quotes via email to Contracting Specialist Marcellus Jackson by November 4, 2024, at 13:00 Eastern Time, while technical inquiries are accepted until October 29, 2024.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the construction of an expansion line of chilled water piping at the Captain James A. Lovell FHCC in North Chicago, Illinois. The project, identified as 556-23-104, involves extending chilled water supply and return lines from Building 188 to several other buildings, adhering to specified designs and regulatory guidelines. This procurement is crucial for maintaining efficient climate control within the facility, which serves veterans' healthcare needs. The project budget is estimated between $1,000,000 and $2,000,000, with a completion timeframe of 330 calendar days following the issuance of the Notice to Proceed. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, and interested bidders must be verified SDVOSB entities under the applicable NAICS code 238220. The formal solicitation is expected to be posted on or about October 25, 2024, with a bid opening scheduled for November 26, 2024. For further inquiries, interested parties may contact Contract Specialist Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-384-2000 x42026.
    H344--Emergency Repair for Boiler #1 Castle Point Campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 2, is seeking qualified vendors to provide emergency repair services for Boiler 1 at the Castle Point Campus in Wappingers Falls, New York. The procurement specifically requires a certified R-stamp welder to re-roll and seal weld leaking tubes identified during inspections, ensuring the operational integrity and safety of the facility's heating system, which is critical during winter months. Interested businesses must submit their qualifications, including socio-economic status and capability statements, by 12:00 PM EST on October 30, 2024, to the primary contact, Clifford S. Harrison, at Clifford.Harrison@va.gov. This notice serves planning purposes only, and the VA assumes no responsibility for costs incurred in response preparation.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract to replace the existing steam boilers and chillers at the Fort Thomas Domiciliary in Kentucky. The project involves comprehensive construction services, including the installation of new hot water systems, associated piping, controls, and electrical work, while ensuring minimal disruption to ongoing operations within the facility. This procurement is critical for maintaining efficient heating and cooling systems in a healthcare environment, with a project timeline of up to 913 calendar days for completion. Interested contractors must submit their offers by the extended deadline of November 1, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov. The estimated contract value ranges between $10 million and $20 million, with specific requirements for safety compliance and subcontracting limitations.