Virginia Bids > Bid Detail

Y1NZ--542-18-104 Replace Steam & Condensate Mains - Oval 1 TIERED EVALUATION OF OFFERS

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159894393969753
Posted Date: Feb 1, 2023
Due Date: Nov 30, 2022
Solicitation No: 36C24422R0140
Source: https://sam.gov/opp/77fa485d02...
Follow
Y1NZ--542-18-104 Replace Steam & Condensate Mains - Oval 1 TIERED EVALUATION OF OFFERS
Active
Contract Opportunity
Notice ID
36C24422R0140
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 01, 2023 03:59 pm EST
  • Original Published Date: Oct 07, 2022 03:20 pm EDT
  • Updated Response Date: Nov 30, 2022 04:30 pm EST
  • Original Response Date: Nov 30, 2022 04:30 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 29, 2023
  • Original Inactive Date: Jan 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    VA Medical Center 1400 Blackhorse Hill Road 19320 ,
Description
Project No. 542-18-104 Construction Phase
Replace Steam & Condensate Mains Oval 1

ACQUISITION INFORMATION:

In accordance with FAR Subpart 5.2, THIS OPPORTUNITY IS A TIERED EVALUATION OF OFFERS OR CASCADING EVALUATION OF OFFERS PROCESS. Information on this process may be found in the solicitation under the evaluation process. This procurement is set-aside based on an order of priority as established in 38 U.S.C.8127. This procurement will utilize a tiered evaluation process as follows:
(a) service-disabled veteran-owned small business (SDVOSB);
(b) veteran-owned small business (VOSB);
(c) all other small business concerns;
(d) other than small business

Service-Disabled Veteran-Owned Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, ( CVE ). This acquisition is conducted in accordance with FAR Part 36 & 15, Request for Proposal (RFP). Award will be made based on Best Value Trade-Off selection process.

Work to be Performed:
This project replaces the underground steam distribution system serving Oval 1 from the steam manhole north of the chiller plant to the mechanical service rooms in all of Oval 1, the steam distribution system to Building 138, and the steam distribution system to Buildings 15 and 12. The buildings must remain fully operational while the work is being completed. The Contractor shall furnish all labor, materials, tools, equipment, transportation and supervision as necessary to accomplish the work. All work shall be performed in accordance with the Specifications and Drawings, and shall follow all applicable Federal, State and Local regulations and standards. The maximum time for completion of the project is 550 calendar days after receipt of Notice to Proceed.

This project requires the contractor to partially remove and replace the underground medium pressure steam and condensate piping to and from the buildings located in oval 1 (buildings 1, 2, 3, 4, 5, 6, 7, 8, and 9) and some of the outlying facility buildings (buildings 10, 11, 12, 15, 16, 17 and 69). The contractor and it s subcontractors must provide mandatory training and certifications for safety requirements including trench work, confined space and additional certifications as required. This is a technically complex project and the government will review the past performance of both the prime and sub-contractors for projects similar in scope, size, and magnitude. The contractor must supply all labor, materials, tools and supervision to perform the specified work. The steam system is a vital infrastructure. Steam must be maintained at all times during the contract to meet the facility needs, except for short-term shutdowns (usually less than 8-hour duration) scheduled in advance with the VAMC.

Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for The Replace Steam & Condensate System (Oval 1) project as required by drawings and specifications.

The Architect-Engineer of record, will render certain technical services during construction. Such services shall be considered as advisory to the Government and shall not be construed as expressing or implying a contractual act of the Government without affirmations by Contracting Officer or his duly authorized representative.

Before placement and installation of work subject to tests by testing laboratory retained by Department of Veterans Affairs, the Contractor shall notify the COR in sufficient time to enable testing laboratory personnel to be present at the site in time for proper taking and testing of specimens and field inspection. Such prior notice shall be not less than three workdays unless otherwise designated by the COR.

All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access.

Temporary Utilities: As described in the Specifications, limited use of electricity for 115V tools will be available with no charge to the contractor for performance of the contract. The contractor must provide its own sources for larger loads, such as welding equipment. Domestic water will be available at no charge to the contractor, but the contractor is responsible for all temporary connections. The contractor must provide reduced pressure backflow preventers for all locations of connection to the CVAMC system and must maintain the temporary connections to prevent leakage.

Adequate space for staging of materials will be in coordination with the VAMC in accordance with the Specifications.

The full detailed scope of work and bid deducts are included in the solicitation. The solicitation documents, drawings, and specifications will be available for download from the website https://beta.sam.gov/, Contracting Opportunities, on or about October 21, 2022. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and updates. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. Individual copies of the Bidder s Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the RFP will be posted to the Contracting Opportunities website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed.
The solicitation will include the scheduled preproposal site visit information, due date for contractor questions and proposal submission due date. Contractors are to meet in Building 70 Conference Room at The Department of Veterans Affairs, VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 for the preproposal site visit. Please note that due to the COVID-19 Pandemic the VA Medical Center requires Contractors to wear a mask while on the campus facility.
While the walk-thru is not mandatory, all bidders, suppliers and subcontractors are strongly encouraged to attend. All requests for information or questions regarding the solicitation must be submitted in writing to the Contracting Officer and sent via electronic mail to the Contracting Officer: Elizabeth.Wilson6@va.gov by the date specified in the solicitation. No telephonic or fax requests will be honored.
In accordance with VAAR 836.204, the magnitude for this procurement is between $10,000,000 and $20,000,000 and NAICS Code 236220 with a small business size standard of $39.5 million. All interested contractors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds and a 20% Bid Guarantee.
The Government contemplates award of a Firm Fixed Price with Economic Price Adjustment contract resulting from this solicitation. Award of this contract is subject to the availability of FY23 funds. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov , MUST meet OSHA/EPA requirements. SDVOSB Contractors MUST be in compliance with VAAR 819.7003 and MUST meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov . To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov. Any updates and changes to the information above will be provided in the solicitation once released and subsequent amendments. Contractors are encouraged to regularly check Contracting Opportunities for any updates regarding this project. The solicitation may be canceled and all offers rejected before award but after solicitation closing date when it is clearly in the best interest of the Government.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >