Z1DA--PN: 438-24-201, Install Laundry Natural Gas Line (SF)
ID: 36C26324B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is issuing a solicitation for construction services aimed at installing a natural gas line to the Sioux Falls VA Health Care System's laundry facility. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and bidders must meet the corresponding certification.

    The scope of work involves running approximately 450 linear feet of 4-inch diameter steel piping from an existing gas source to the laundry building. The work requires excavation, trenching, piping installation and testing, backfilling, concrete work, and asbestos remediation. Contractors must adhere to strict guidelines, coordinate with the facility's operations, and ensure minimal disruptions. A one-year warranty for the work completed is expected.

    In order to be considered for this opportunity, interested SDVOSBs should be registered and certified within the Veteran Small Business Certification (VetCert) database. Bidders are also required to have a Unique Entity Identifier and be registered in the SAM database, with all online Representations and Certifications completed. Additionally, the VA encourages bidders to carefully review the extensive site investigation and subsurface condition reports provided in the project documents.

    The solicitation will be issued around July 9, 2024, with a planned award within 60 days after the bid opening. The period of performance for the contract is expected to be 60 days from the issuance of the Notice to Proceed.

    The VA will evaluate bids based on factors like technical expertise, timely execution, past performance, and cost-effectiveness. John Breyer, the Contract Specialist, is available for any clarification or further information. All interested parties are directed to download the solicitation package from the SAM Contract Opportunities website and strictly adhere to the instructions provided therein.

    Point(s) of Contact
    Angelique D MableyContracting Officer
    Angelique.Mabley@va.gov
    Contract Specialist
    john.breyer@va.gov
    Files
    Title
    Posted
    The government seeks a firm to install a natural gas line on its VAMC campus. The project entails laying approximately 450 linear feet of 4-inch steel piping from an existing line to the laundry building. This involves site excavation, trenching, piping installation and testing, backfilling, concrete work, and asbestos remediation. The project is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside with a construction cost estimated between $500,000 and $1 million. Prospective contractors must provide a bid guarantee, furnish performance and payment bonds within 10 days of award, and ensure their employees undergo background investigations. The solicitation invites SDVOSB contractors to submit sealed bids, including required documentation, by 11:00 AM CDT on August 13, 2024, for review and award by the Contracting Officer.
    The Department of Veterans Affairs issues an amendment to a previous solicitation (36C26324B0002) for installing a laundry natural gas line. This amendment extends the hour and date specified for receipt of offers and provides responses to submitted questions. Offerors must acknowledge receipt of this amendment and follow the specified methods for submission. The previous solicitation's terms remain effective, with changes limited to administrative extensions and clarifications. The project, led by John Breyer and Angie Mabley, seeks a response by July 25, 2024.
    The procurement objectives outlined in the files pertain to the installation of new gas lines and modifications to existing ones in a government-owned laundry building. The primary focus is on connecting a new gas branch line to the existing 4" gas main, requiring careful coordination with the Contracting Officer's Representative (COR). The scope involves adding a T-branch pipe with a second valve for ease of access and safety. The contractor will also install an accessible plastic covering over the valves for identification and protection. Furthermore, they will incorporate a pressure regulation valve externally and a pressure relief valve internally, ensuring the COR's specified pressure requirements are met. The new piping will be run along the building's exterior wall and into the interior, with access points determined in collaboration with the COR. These modifications aim to enhance gas infrastructure safety and efficiency, with the contractor responsible for collaborating closely with the COR throughout the project. The files do not contain specific information regarding contract details or evaluation criteria. However, the government agency's focus on safety and precise technical specifications indicates a rigorous evaluation process centered on these aspects.
    The Sioux Falls VA Health Care System is seeking to procure construction services for installing a natural gas line to its laundry facility. The main objective is to run approximately 450 linear feet of 4-inch diameter steel piping from the existing gas line, connecting it to the laundry building. The project requires expertise in construction, including excavation, trenching, pipe installation, and testing, while adhering to strict guidelines and coordinating with the facility's operations. The contractor must provide a one-year warranty for their work and is responsible for any damage caused during the process. This construction project has a 60-day period of performance and strict guidelines regarding work schedules, holidays, and site access. Contractors are required to attend a post-award kickoff meeting and follow strict security and badging procedures. The VA reserves the right to vet and approve contractor employees, ensuring professional behavior at all times. Critical dates include a 2-week advance notice for any utility shutdowns and a 60-day project timeline. The evaluation of proposals will likely focus on technical expertise, timely execution, and cost-effectiveness.
    The Department of Veterans Affairs seeks a contractor to install a natural gas line and accompanying parts for the VAMC Sioux Falls facility at 2501 West 22nd Street, Sioux Falls, SD. The project involves connecting the laundry room to the existing natural gas supply. Contractors are expected to adhere to strict safety and security protocols, including OSHA guidelines and VA security procedures. The work requires coordination with the facility's operations, as the medical center must remain functional throughout construction. Contractors must develop a detailed work plan to minimize disruptions, protect existing equipment and structures, and repair any damage caused during the process. Key dates include a site survey and demolition, which should be completed by December 2023. The project's estimated completion date is April 2024. Bidders are encouraged to carefully review the site investigations and subsurface conditions reported in the project documents. The VA will evaluate proposals based on the contractor's ability to meet schedule deadlines, quality of materials and workmanship, compliance with VA requirements, and price. A firm-fixed-price contract is preferred, with payments tied to project milestones.
    The procurement seeks to impose restrictions on subcontracting for service and construction contracts. The aim is to ensure compliance with limitations on subcontracting, certifying that VIP-listed SDVOSBs or VOSBs receive a significant proportion of the contract value. Offerors must certify their understanding and adherence to these requirements, acknowledging potential penalties for non-compliance. This certification, along with cooperation in providing documents for review, is a crucial aspect of the procurement process. The focus is on ensuring transparency and accountability in subcontracting, with the government retaining the right to audit compliance.
    The primary objective of this procurement is to acquire private utility location services, which are essential for protecting existing utility lines during construction or excavation work. The focus is on identifying and marking the positions of power, signal, sanitary, storm, and water lines, as well as site lighting, to ensure safe and efficient construction processes. Contractors must use these services, incurring the associated costs as a necessary precaution. precise technical specifications are provided, emphasizing the accurate detection and marking of utility lines. The required work scope involves meticulous planning and coordination, including site meetings, thorough investigations, and the use of appropriate technology. The contract is likely to be firm-fixed-price, with an estimated value dependent upon the scope and complexity of the work. Key dates include a submission deadline, with evaluations based on price, past performance, and technical approach, focusing on the quality and efficiency of the utility location services proposed.
    Through this procurement, the government seeks to obtain services for installing an above-ground and underground natural gas pipeline system. The primary focus is on clarifying the specifications and requirements for this project, particularly regarding piping materials and installation methods. The government seeks to minimize asbestos exposure, specifying that polyethylene piping is acceptable for underground use and clarifying boring methods. Important logistical details are also addressed, including contractor responsibilities for utility location and traffic management during driveway trenching. To ensure compliance, the government emphasizes that the SDVOSB set-aside status of this contract must be adhered to by potential bidders. The procurement seeks a comprehensive solution for a safe and efficient gas pipeline installation, with all necessary precautions and considerations in place.
    The primary objective of this procurement is to acquire services related to assessing and certifying contractors' safety and environmental records. The focus is on ensuring compliance with OSHA and EPA regulations. Contractors must provide detailed information about their past safety violations and current Experience Modification Rates (EMR), with stringent requirements for certifying their records. The EMR requirements are centered around having contractors submit an explanation if their rate is above 1.0, obtained from their insurance carrier on official letterhead. Additionally, contractors must complete a detailed form providing man hours and safety-related statistics for multiple years, attaching copies of their OSHA 300 and 300a forms. This information is crucial in the evaluation of contractors' responsibility and safety performance. The government agency seeks to engage responsible contractors with robust safety programs, emphasizing the importance of a strong safety culture and compliance with environmental regulations. Key dates and evaluation criteria are not explicitly mentioned in the provided files, and the contract details are focused on the procurement objective.
    File one seeks proposals for an efficient and effective system to manage and analyze large volumes of data. The primary objective is to procure a cutting-edge data management solution, emphasizing real-time processing and visualization. This solution should enable advanced analytics and facilitate informed decision-making. The government agency requires a scalable architecture that can integrate diverse data sources, with a focus on security and privacy. Vendors must provide detailed technical descriptions of their proposed solutions, including capabilities in machine learning and artificial intelligence. The scope of work includes delivering a customizable platform with modular components, allowing for future expansion. Contract details are not available, but the evaluation of proposals will prioritize technical merit, with cost considerations also factored in. Key dates are not provided in the excerpt. The second file aims to procure advanced cybersecurity solutions to protect against emerging threats. The primary focus is on obtaining a comprehensive suite of cybersecurity services, including threat monitoring, detection, response, and mitigation. The government agency seeks a solution that covers network, endpoint, and cloud security, employing cutting-edge technologies like AI and automation. The RFP emphasizes the need for a proactive approach to safeguard sensitive data and critical infrastructure. Vendors must detail their technical approach, showcasing their ability to mitigate evolving threats. The evaluation criteria will primarily assess the effectiveness and innovation of the proposed cybersecurity solutions, with cost considerations also playing a role. No specific contract details or key dates are mentioned in the provided excerpt. Both files place a high priority on technical prowess and innovation in their respective fields, seeking state-of-the-art solutions from vendors.
    Similar Opportunities
    Med Gas Systems Testing, Inspection Repair and Maintenance for Spokane VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide medical gas systems testing, inspection, repair, and maintenance services for the Spokane VA Medical Center in Washington. The contractor will be responsible for conducting annual inspections and maintenance of medical gas systems, including medical oxygen, medical air, nitrous oxide, and vacuum systems, ensuring compliance with American Society of Sanitary Engineering standards and National Fire Protection Association codes. This procurement is critical for maintaining the safety and operational integrity of medical systems essential for patient care in a healthcare environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a total funding amount of $11.5 million over a base year and four option years, with an anticipated start date of approximately September 10, 2024. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov and note that the deadline for quote submissions has been extended to September 13, 2024.
    J065--fy25 520-25-1-543-0019 Medical Gas Service Contract (VA-25-00007344) Justin
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for a Medical Gas Service Contract (Solicitation Number: 36C25624Q0005) to provide preventive maintenance services for Medical and Dental Gas systems at the Gulf Coast Veterans Health Care Systems in Biloxi, MS. The contract requires bi-monthly maintenance, repairs, and inspections in compliance with industry standards, particularly the National Fire Protection Association's guidelines, with a performance period from October 1, 2024, to September 30, 2025, and four optional renewal years. This procurement is critical for ensuring the operational reliability and safety of medical gas systems in VA healthcare facilities, reflecting the government's commitment to high standards of care. Interested small businesses must register on SAM, obtain necessary certifications, and submit their proposals by September 16, 2024, with inquiries directed to Contracting Officer Tina L Harris at Tina.Harris3@va.gov or by phone at 228-523-5066.
    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.
    DVA Waterline Relocations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is soliciting bids for a construction contract focused on the relocation of a 54-inch water line for the Department of Veterans Affairs Healthcare System in St. Louis, Missouri. The project entails moving the existing transmission line off VA property and replacing it with a 48-inch restrained ductile iron pipe to facilitate future site developments. This construction is critical for ensuring the infrastructure supports the healthcare system's operational needs, with an estimated project value between $10 million and $25 million and a performance period of 510 calendar days from the Notice to Proceed. Interested small businesses must register in the System for Award Management (SAM) and are encouraged to attend a site visit on July 30, 2024, with registration required by July 24, 2024. For inquiries, contact Brandon Wagner at (816) 389-2217 or via email at Brandon.C.Wagner@usace.army.mil.
    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.
    4610--Water Plant Skid Unit Modules
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Water Plant Skid Unit Modules for the Sheridan Veterans Affairs Medical Center. The procurement involves supplying 48 replacement modules that must meet specific technical requirements, including materials, dimensions, and performance standards, to enhance the infrastructure supporting veterans' healthcare facilities. This initiative emphasizes compliance with federal regulations, particularly regarding small business participation, and includes a total small business set-aside. Interested vendors must respond to the Sources Sought Notice by September 12, 2024, at 10 AM Mountain Time, and can contact Contract Specialist David Glanton at david.glanton@va.gov or 303-717-7075 for further information.
    589A5-24-105 REPLACE B40 BLOWDOWN, TOPEKA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to replace the blowdown pipe at Building 40 of the Colmery-O’Neil VA Medical Center in Topeka, Kansas, under project number 589A5-24-105. The scope of work includes the complete demolition and replacement of the existing blowdown pipe to ensure proper drainage, with a performance period of 30 days following the notice to proceed. This project is critical for maintaining the facility's heating infrastructure and ensuring compliance with safety and environmental standards. Proposals are due by September 24, 2024, and interested contractors must be certified in Small Business Administration programs and registered in the System for Award Management. For further inquiries, potential bidders can contact Timothy Parison at timothy.parison@va.gov or by phone at 913-946-1140.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.