Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
ID: 36C25024B0075Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

PSC

REPAIR OR ALTERATION OF HEATING AND COOLING PLANTS (Z2NB)

Set Aside

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

    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.

    Point(s) of Contact
    Contract SpecialistLuke A. Turner
    (513) 559-3712
    luke.turner@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks bids for a Firm-Fixed-Price contract to replace the boiler and chiller plants at the Fort Thomas Domiciliary. The primary objective is to procure construction services for the project, titled 'Replace Fort Thomas Boilers.' This requires general contracting, electrical, controls, and mechanical work, with an emphasis on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated equipment, as well as modifying the chilled water system and implementing temporary solutions to minimize disruptions. Offerors are expected to complete the work within 913 days of receiving notice, phasing their operations in an occupied space. Key specifications include adhering to VA's Green Environmental Management System and achieving specific goals for minority and female participation in the workforce. Offerors must submit information about their safety and environmental records, along with their current Experience Modification Rate. A site visit is scheduled to allow bidders to inspect the work location. The scope of work encompasses all construction activities necessary for a successful project outcome. This includes providing labor, materials, and equipment, with a particular focus on boiler and chiller replacement, temporary solutions, and phasing strategies. Contract details indicate a firm-fixed-price arrangement with a projected value between $10 million and $20 million. Offerors are required to furnish a bid guarantee equivalent to 20% of their proposed bid amount. Key dates to note are the organized site visit on June 7, 2024, and the submission deadline of July 1, 2024, at 10:00 EDT. Evaluation of bids will consider factors such as compliance with Equal Opportunity requirements, representations and certifications, and price. Bids will be evaluated based on the lowest aggregate amount, including the base bid and selected additive or deductive line items.
    The Department of Veterans Affairs issues an amendment to a solicitation for a contract related to a project titled "36C25024B0075." The amendment informs bidders that a site visit was conducted on June 7, 2024, and attaches a sign-in list from the visit for review. Offerors are instructed to acknowledge receipt of the amendment, with the original submission deadline remaining unchanged. The primary focus of the procurement, denoted by the project number 36C250, appears to involve construction or facility-related work, and the amendment does not alter the core requirements. Bidders are directed to the base solicitation for the majority of the terms and conditions.
    The Department of Veterans Affairs extends the deadline for receiving offers outlined in solicitation number 36C25024B0075. The current deadline is insufficient, requiring an extension to allow prospective contractors to review and respond to answered questions. Offerors must acknowledge receipt of this amendment before the new deadline, which is now 10:00 a.m. EST on July 9, 2024. All other terms and conditions remain unchanged. This amendment is issued under the authority of the FAR (48 CFR) 53.243.
    The Department of Veterans Affairs issues an amendment to extend the deadline for responses to a previous solicitation. The current solicitation number 36C25024B0075, seeking offers for a contract related to construction or facility improvement work, is amended to address RFIs and provide bidders with additional time. The effective date is pushed from June 25th, 2024 to July 16th, 2024 at 10:00 AM EST. Bidders are required to acknowledge the receipt of this amendment, failing which their offers may be rejected. This amendment primarily focuses on extending the offer deadline and does not alter other terms of the original solicitation.
    The Department of Veterans Affairs extends the deadline for receiving offers in response to its solicitation, 36C25024B0075, pushing the deadline from June 25th, 2024, to July 24th, 2024, at 10:00 AM EST. This amendment aims to provide bidders with more time to address the Request for Information (RFI) and craft their submissions. The core of the solicitation remains unchanged, seeking a capable contractor to deliver unspecified goods or services. Offerors must acknowledge the extension and adhere to the new deadline to ensure their offers are considered.
    The Department of Veterans Affairs extends the submission deadline for its RFP. The original offer receipt date of June 25th, 2024, is pushed back to August 14th, 2024, at 10:00 AM EST. This amendment aims to provide bidders with extra time to address received RFIs, ensuring a more comprehensive response. The core subject of the solicitation remains unchanged, focusing on acquiring unspecified goods or services for the Department. Offerors are required to acknowledge the amendment's receipt using the specified methods, or risk their submissions being rejected.
    The Department of Veterans Affairs extends the deadline for offers related to solicitation number 36C25024B0075. The new deadline, amended to 10:00 A.M. EST on October 16th, 2024, provides bidders with more time to submit their offers. This extension is granted to accommodate the response to received RFIs. Offerors must acknowledge the receipt of this amendment, and failure to do so may result in the rejection of their submission. The core terms and conditions of the original solicitation, 36C250, remain unaltered.
    The government seeks to procure construction services for building projects in Campbell County, Kentucky, excluding single-family homes and low-rise apartments. The focus is on obtaining skilled labor across various construction disciplines, with specified wage rates and work classifications. These include carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, glaziers, cement masons, plumbers, roofers, and sheet metal workers, among others. The work involves a range of tasks, from form work and electrical wiring to plumbing and concrete finishing. The government emphasizes compliance with Davis-Bacon Act requirements, which mandate prevailing wage rates and worker protections. Contractors must adhere to specified minimum wage rates outlined in the file, which vary depending on the contract's award date and worker classifications. The procurement process involves a rigorous evaluation of bids based on the stated requirements and specifications. Interested parties can appeal decisions through a structured process, ultimately culminating in a final review by the Administrative Review Board. The file also provides an appeals process for challenges regarding wage determinations, aiming to ensure fairness and transparency in the procurement journey.
    The procurement objective of this project is to replace the existing steam boilers and chillers in the Fort Thomas Domiciliary Building 64 with new hot water systems, including associated piping, controls, and electrical work. This involves phasing the work to minimize disruptions, with a focus on maintaining building operations. The project also entails modifying the heating system, upgrading the plumbing system, and expanding the chiller room. Key requirements include adhering to strict safety and security protocols, developing a detailed project schedule, and coordinating with the existing medical center operations. The work must be completed within a maximum of 913 calendar days. Contractors are expected to provide their own OSHA-compliant safety training and equipment. Divided into three bid items, the scope involves general construction, with the base bid encompassing the full scope of work. Deduct alternates include omitting certain equipment and reducing the project timeline. The project is subject to numerous specific technical requirements, including those related to utilities, phasing, and existing conditions. Contractors must submit detailed project schedules and cost loading information within specified timelines. The VA will closely review and provide input on these schedules, with the approved baseline schedule serving as a reference for progress. Evaluation criteria will likely emphasize the quality and detail of the proposed project schedule, as well as the cost and timing of the work.
    The state of Ohio has issued an RFP seeking architectural services for the replacement of an aging boiler system at the Fort Thomas VA Medical Center with a new hot water system. The project, titled "Replace FTD Boiler with Hot Water System," entails comprehensive architectural planning and design interventions. The goal is to ensure compliance with current codes and standards, including accessibility requirements. Key procurement objectives include the provision of detailed construction documents, with an emphasis on coordinating the sequence of construction to minimize disruptions to the fully operational healthcare facility. Architects must demonstrate experience in healthcare design and comply with VA standards. The scope involves basement and penthouse demolition plans, mechanical and electrical drawings, and life safety assessments. Contractors will need to work closely with the VA Contracting Officer Technical Representative (COR) and follow strict site logistics protocols. Critical dates include submission deadlines: DD1 prior to October 28th, 2022; 95% submissions by December 12th, 2022; and CD submissions on October 30th, 2023. The project's estimated value is not explicitly mentioned in the files. However, the government reserves the right to award multiple contracts, indicating that budgeting may be flexible. Evaluating criteria will likely prioritize cost-effectiveness, with special consideration given to firms with relevant VA experience and a demonstrated understanding of the project's complexities.
    The government seeks to procure comprehensive services for replacing an existing boiler system with a new hot water system in the Fort Thomas facility. The key objective is to ensure a reliable and efficient heating solution, encompassing equipment, controls, and associated piping and infrastructure. This involves the installation of two steam boilers, along with essential components like burners, blowers, and flues. The boilers are designed to operate at 12 PSIG, with the ability to withstand 15 PSIG for safety. Multiple drawings outline detailed requirements for boiler equipment, piping elevations, and support structures. Specific attention is given to ductwork, curbs, and dampers, with strict specifications for materials, dimensions, and installation methods. Insulation and hanger requirements are precise, ensuring acoustic and thermal control. The procurement also includes flow meters and associated instrumentation for monitoring and control, which must adhere to manufacturer instructions and accuracy standards. Contractors will be responsible for coordinating the end-to-end installation, including pre-assembly, on-site erection, and connection to existing systems. The scope encompasses piping, wiring, and controls, with strict clearances and dimensions outlined for safety and accessibility. Key dates include submission deadlines, with the 95% submission due on December 12, 2022, and the CD submission scheduled for October 30, 2023. Evaluation criteria are focused on ensuring compliance with technical requirements, timely submission, and adherence to budget estimates.
    The procurement objective relates to subcontracting limitations. The government seeks to award a contract compliant with VAAR 852.219-75. This regulation caps subcontracting amounts for services, general construction, and special trade construction contracts. The predominant NAICS code dictates which cap applies. Certified SDVOSBs and VOSBs must execute most of the work; otherwise, the contractor risks penalties. This certification, required for consideration, mandates that contractors provide documents to prove compliance upon request. The focus is on ensuring compliance and maintaining records for government scrutiny, with potential consequences for non- adherence.
    The Department of Veterans Affairs (VA) is seeking to procure specific brand name HVAC and fire safety systems for the Cincinnati VA Medical Center and associated locations. The VA requires cold weather heat pumps that can handle the extreme cold temperatures experienced in the region, ensuring comfortable and safe environments for patients and staff. The heat pumps must be Mitsubishi SMART MULTI Hyper Heating models, which offer superior cold weather performance. Additionally, the VA aims to standardize its Building Automation Systems (BAS) with the Tridium FX Explorer system, which provides efficient control and supervision of the hospital's conditioned environment. This standardization is essential for streamlining maintenance and ensuring effective communication between different system components. The VA also requires the integration of Honeywell Fire Alarm Systems, aligning with existing systems and maintaining warranty and safety standards. These brand-specific procurements are justified due to the unique qualifications and compatibility requirements of the projects. Fair and reasonable pricing will be determined through the bidding process. Market research was not conducted for these brand-name items. Key dates and evaluation criteria are not explicitly mentioned in the documents provided.
    The Department of Veterans Affairs seeks information from contractors for the replacement of boilers at the Cincinnati VA Medical Center in Fort Thomas, Kentucky. Contractors must carefully review the detailed specifications and drawings before submitting queries, ensuring reference to specific sections. The RFI aims to gather insights to facilitate the upcoming solicitation for the boiler replacement project. Interested parties must submit their questions by the specified deadline for a timely government response. This step is crucial in the procurement process, aiding both contractors and the government in clarifying expectations and requirements before formal bids are submitted.
    The government agency seeks to evaluate contractors' safety and environmental records as part of the pre-award process for Solicitation No. 36C25024B0075. The emphasis is on recent safety performance, with requests for detailed information on man-hours worked, work-related injuries, and OSHA violation history. Contractors must provide access to their OSHA 300 forms and safety program details, including their EMR rates. This information will be used to assess potential vendors' ability to adhere to safety standards and manage environmental risks associated with the proposed work.
    The procurement objective of this government agency is focused on acquiring services for a site visit related to a project named "Performance EPC-Greenland JU." The file contains a list of company names, presumably potential vendors, who will compete for the opportunity to provide these services. The primary service required is site visit support, which includes arranging logistics, coordinating meetings, and managing accommodations for the visiting personnel. The scope of work suggests that the successful vendor will be responsible for planning and executing a seamless site visit, ensuring a smooth and efficient experience for the visitors. This may also involve providing local expertise and assistance in coordinating any necessary travel and safety briefings. The agency seeks a competent and experienced vendor to handle the site visit's intricacies, eliminating the need for direct involvement from the agency's end. The file doesn't specify contract details or evaluation criteria, indicating that these aspects are still open for consideration. However, the urgency of the project is implied with multiple company names attached to the file. Key dates are implied, with the project seemingly at an advanced stage, and the site visit requiring immediate attention and planning. The primary goods or services sought are linked to the successful execution of this site visit, and the agency's focus on streamlining the process suggests a desire for a comprehensive and proficient solution.
    Similar Opportunities
    Y1NB--PRE-SOLICITATION CONSTRUCTION REPLACE BOILERS AND BOILER PLA Central Texas Veterans Health System, Temple, TX
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a significant construction project to replace the existing boiler plant at the Central Texas Veterans Health Care System in Temple, Texas. The project entails the construction of a new 13,700 square foot Energy Center, which will include three large water-tube boilers to support the campus's steam load, as well as the integration of various utility systems and communication infrastructure. This initiative is crucial for enhancing the facility's operational efficiency and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project budget estimated between $20 million and $50 million. Interested contractors must ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) prior to proposal submission, with the request for quotes expected to be posted around September 25, 2024. For inquiries, potential bidders can contact Taminie Panich at taminie.panich@va.gov or (253) 888-4929.
    Z2DA--503-25-104 Install Boiler Safety Devices and Piping MATOC SOLICITATION FOR ALTOONA VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the installation of boiler safety devices and piping at the Altoona VA Medical Center. This opportunity is exclusively available to contractors who hold a Multiple Award Task Order Contract (MATOC) for this specific facility, ensuring that only pre-qualified vendors can participate in the bidding process. The project is critical for maintaining safety and compliance within the medical center's infrastructure, which is essential for providing quality care to veterans. Interested contractors must submit their responses by October 15, 2024, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Lakeisiha Davenport at Lakeisiha.Davenport@va.gov or by phone at 412-822-3777.
    Z2DA--FY25 36C257-24-AP-4158 | Replace Burners and Controls Project #549A4-22-422(VA-25-00003929)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the replacement of burners and controls at the Sam Rayburn Memorial VA Center in Bonham, Texas, under Project 549A4-22-422. The project involves the installation of two 400 HP and one 200 HP Weishaupt boilers, along with associated components, and must be completed within 180 days of the notice to proceed. This initiative is crucial for enhancing the operational efficiency and safety of VA facilities, ensuring compliance with safety protocols, including the management of hazardous materials and adherence to NFPA and OSHA standards. Interested contractors should contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further details and to stay informed about the procurement timeline and requirements.
    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--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    Presolicitation notice from the Department of Veterans Affairs, Department of, for the procurement of construction services to replace the steam system at the Altoona Veteran Administration Medical Center in Altoona, PA. The project must comply with applicable codes, VA policy/standards, and the terms of the contract. The contractor is responsible for providing all necessary tools, travel, trades, labor, materials, permits, licenses, and supervision. The period of performance is 720 calendar days. The solicitation, specifications, and drawings will be available on the Contracting Opportunities website. Interested parties must register on the website to obtain solicitation documents and amendments. The contract will be awarded in accordance with the procedures specified in the solicitation. The project is being solicited as a tier evaluation, with priority given to service-disabled veteran-owned small businesses, veteran-owned small businesses, and other small businesses. The NAICS code for this procurement is 236220, with a small business size standard of $45 million. The estimated construction cost is between $5,000,000.00 to $10,000,000.00. The solicitation issue date is approximately December 6th, 2023. All questions must be submitted in writing via email. A pre-bid conference/site visit will be conducted, and offerors must be registered in the System Award Management System (SAM) and verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at the time of proposal offering. Failure to meet these requirements will result in disqualification. A site visit is scheduled for December 13th, 2023, at the Altoona VAMC.
    TIERED SET-ASIDE EVALUATION: Project Number 546-22-110 - B-B Renovate/Expand Existing Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project Number 546-22-110, which involves the renovation and expansion of the existing Boiler Plant at the Miami Veterans Affairs Healthcare System (MVAHCS). The project aims to address HVAC deficiencies and improve maintenance access by constructing a new two-story utility building, totaling approximately 10,000 square feet, adjacent to the current facility. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an estimated construction cost between $20 million and $50 million and a completion timeframe of approximately 730 days from the notice to proceed. Interested contractors should direct inquiries via email to Dian E. Williams at Dian.Williams@va.gov or Jean Olivier Pierre at jean.pierre1@va.gov, as telephone calls will not be accepted.
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of canteen dishwashing utilities at the Sheridan VA Medical Center in Wyoming. This project involves comprehensive plumbing upgrades, including the installation of new plumbing systems, heat recirculation lines, and improved drainage, with a construction budget estimated between $100,000 and $250,000. The initiative is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by October 21, 2024, and are encouraged to attend a mandatory site visit scheduled for October 10, 2024. For further inquiries, contact Timothy R. Verburgt at Timothy.Verburgt@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 (VA) is preparing to solicit proposals for a Design-Build contract to replace steam traps at the Lebanon VA Medical Center, under solicitation number 36C24424R0084. This project, designated as "Replace Steam Traps Phase 1," is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and will follow a two-phase design-build selection process. The selected contractor will collaborate with an Architect Engineering firm to ensure compliance with VA guidelines and local regulations, with a contract value projected between $250,000 and $500,000, and a performance period of 270 days from the Notice to Proceed. Interested parties should note that the Request for Proposal (RFP) is expected to be issued on or around October 9, 2024, and a pre-bid conference is scheduled for October 15, 2024. For further inquiries, contractors must contact Amy Demarest via email at amy.demarest@va.gov.
    Boiler / Chiller Plant Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Plant Maintenance Services at the Garland VA Medical Center in Texas. The contractor will be responsible for comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency response for the facility's heating and cooling systems, as detailed in the Statement of Work. This contract is crucial for ensuring the operational efficiency and regulatory compliance of the medical center's facilities, with a base period of one year starting November 15, 2024, and the possibility of four additional one-year extensions. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.