Virginia Bids > Bid Detail

N047--612-23-1-6056-0004 612-23-002 Correct Martinez and Mare Island Generator Fuel Lines

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159532596753002
Posted Date: Nov 15, 2022
Due Date: Nov 30, 2022
Solicitation No: 36C26123R0013
Source: https://sam.gov/opp/17baf5f49c...
Follow
N047--612-23-1-6056-0004 612-23-002 Correct Martinez and Mare Island Generator Fuel Lines
Active
Contract Opportunity
Notice ID
36C26123R0013
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 15, 2022 02:21 pm PST
  • Original Response Date: Nov 30, 2022 02:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: N047 - INSTALLATION OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    VA Martinez Medical Center 150 Muir Rd ,
Description
Contract Opportunity
Sources Sought Notice
*
*
*
*
*
*
*
PRODUCT SERVICE CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE/TIME/ZONE
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF CONTACT
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY CONTACT'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
Contract Opportunity Sources Sought Notice
N047
612-23-1-6056-0004 Correct Martinez and Mare Island Generator Fuel Lines
(VA-21-00032188)
36C26122AP5837
11-30-2022
14:00
PACIFIC TIME, LOS ANGELES, USA
60
N

236220
Department of Veterans Affairs
VA Sierra Pacific Network (VISN 21)
VA Northern California HealthCare System
5342 Dudley Blvd, Bldg 209
McClellan CA 95652-2609
Contract Specialist
Christopher Whipple
chrsitopher.whipple@va.gov
702-791-9000 x13957
Network Contracting Office (NCO 21)
10535 Hospital Way, Building 650 RM 3D111
Mather CA
94553,94592
U.S.A.
https://www.va.gov/
Department of Veterans Affairs
christopher.whipple@va.gov
Contract Specialist


95652
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.
No Solicitation is currently available.
All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government.
The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, and the small business size standard is $39.5M. PSC Code is N047, Installation of Equipment, Pipe, Tubing, Hose, and Fittings.
Project magnitude is between $250,000 and $500,000.
Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM.
Background
The purpose of this sources sought is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial and Institutional Building Construction.

This sources sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 236220. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.
Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought.
Description of Program Objectives

A. This project is to correct the deficiencies in the Martinez and Mare Island Marine Oil #2 (Diesel) fuel lines. This project intends to replace the single walled Marine Oil #2 (Diesel) fuel lines that feed the backup equipment in buildings 19 and 20 at the VA Martinez Medical Center and building 201 at the Mare Island Outpatient Clinic, with double walled fuel lines. The backup equipment includes, backup electric generators, and boilers for building heat. The fuel tanks that feed their respective systems are on-site. The project will also correct numerous condition deficiencies particularly those that relate to the plumbing of the backup fuel system.

B. Contractor to utilize Ground Penetration Radar locate underground fuel lines.

C. Contactor to analyze if pulling flexible double walled fuel lines through existing access pipe if available.

D. Ground that is disturbed due to excavation for installation of underground piping to be returned to a similar condition before excavation.

E. Any penetration(s) made by removal of existing fuel lines or to run fuel lines of rented equipment) shall be patched and repaired to meet existing building and fire codes.

F. Martinez VA Medical Center:
Building 19 and 20:
At existing diesel tank system, contractor shall run a double containment system around the existing system to allow majority of pipe to be installed and for existing system to stay intact for a longer period of time before conducting a shutdown and transferring to a new double containment system.

Building 19:

Contractor shall remove lid at Building 19 and run new 1 double containment pipe(s) from main fuel holding tank, into building and over to day tank for existing generator. Contractor shall also run new 1 double containment lines to the generator from the day tank. A length of about 160 feet for both supply and return piping, for an approximate total of 320 linear feet. Contractor to also replace existing day tank with same size tank and features.

Once the new line has been installed, contractor shall schedule a shutdown of the Diesel fuel system and transfer over from the single wall system to the new double containment system. Contractor shall test new system for leaks before putting new system into service.

Building 20:

Contractor shall run new 1 double containment pipe(s) from main fuel holding tank, into building and over to day tank for existing generator. Contractor shall also run new 1 double containment lines to the generator from the day tank. Contractor shall also run new 1 double containment lines from building generator room at tee. From the generator room, lines shall run across the corridor and into the boiler room to the day tank and then to both boilers on roof top. A length of about 420 feet for both supply and return piping, for an approximate total of 840 linear feet. Contractor to also replace existing day tank with same size tank and features.

Once the new line has been installed, contractor shall schedule a shutdown of the Diesel fuel system and transfer over from the single wall system to the new double containment system. Contractor shall test new system for leaks before putting new system into service.

The old single wall system shall be removed, hauled away and properly disposed of. Any areas where Double containment cannot be installed, a containment pan will be installed in place under single wall piping. Contractor shall exclude leak detection system and the double containment system shall connect to the existing Veeder Root system.

NOTE: In addition to the new system being installed, there is a current system in Building 19, that is capped off and isolated to the boilers system. Contractor shall remove existing piping and day tank for this system, haul away and properly dispose of.

G. Mare Island Outpatient Clinic:
Building 201:

At existing diesel tank system, contractor shall replace and run a double-walled containment system around the existing system to allow for majority of the pipe to be installed and allow for the existing system to stay intact for a longer period of time before doing a shut down and transferring to a new double containment system.

Contractor shall run new 1 double containment pipe(s) from main fuel holding tank over to day tank and existing generator. A length of about 90 feet for both supply and return piping, for an approximate total of 180 linear feet.

Once the new line has been installed, Contractor shall schedule a shutdown of the diesel fuel system and transfer over from the existing system to the double containment system. Contractor shall install an isolation valve at the diesel tank, pump and filter cabin. Contractor shall test new system for leaks before putting new system into service.

H. Contractor shall provide all testing of the new double containment pipe and remove existing 3 and 1 double containment system, haul away existing material and properly dispose of unused fuel, using proper disposal. Any areas where double containment cannot be installed, a containment pan will be installed in place under single wall piping.

All accessories associated with the diesel fuel lines are to include, but are not limited to, valves and transducers and contractor shall reconnect, but are not limited to, diesel fuel piping to existing tanks, fuel sumps, emergency generators, boilers and the existing Veeder Root System (fuel monitoring system).

Isolation valve shall be installed at:
- diesel tank
- pump and filter cabin
- prior to going underground
- after lines come from underground at building
- at day tank
- before the meters
- check valve

Contractor shall provide MOP for disconnect of existing generator fuel lines and installation of new generator fuel lines.

Contractor shall plan to do shutdown the backup fuel system for no longer than 48hrs, to perform the reconnection and commissioning of the new fuel lines. If the shutdown is projected to take longer than 48hrs the Contractor shall add mobile backup diesel fuel tank during construction with a minimum of 200 gallons available.

Contractor shall disconnect generator fuel lines from monitoring systems at the Martinez and Mare Island Campuses.
- The monitoring system at Martinez Campus is called Veeder-Root Monitoring System.
- The monitoring system at the Mare Island Campus is called Simplex Package Pump Set.

Contractor shall reconnect generator fuel lines to existing monitoring system prior to commissioning and test.

The contractor shall deliver the units to the site once they are ready for installation. The equipment should not be delivered directly to the VA warehouse for the facility to store. The contractor will order the equipment and keep at their yard/storage as they are responsible for the units until it is installed. We can plan to provide them a staging area for day before the planned install if necessary.

The Contractor shall provide safe decommissioning and labeling of areas not able to be removed.
The Government requests that ALL interested parties provide the following capability information to the Contract Specialist, Christopher Whipple by email at: christopher.whipple@va.gov by close of business November 30, 2022.
(a) Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives
(b) Business Size (Large/Small)
(c) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.)
(d) Anticipated Teaming Arrangements (if any)
(e) List of Projects (Government and Commercial) that are similar is scope and size
(f) Average price per each station identified under paragraph (b) above
(g) SAM record
(h) DUNS number
(i) Ability and experience in managing projects between $250,000 and $500,000.
(j) Bonding Capability; per contract and aggregate.
(j) the ability or commitment to comply with the limitation on subcontracting
Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages.
The Government will use this information when determining its business type decision.
This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 02:21 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >