The RFP Database
New business relationships start here

Replace Steam & Condensate Mains Oval 2 & Outlying Branches


Pennsylvania, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Project No. 542-10-101 Construction Phase
Replace Steam and Condensate Mains Oval 2 and Outlying Branches
Solicitation No. 36C24418R0071

ACQUISITION INFORMATION:

THIS OPPORTUNITY IS AVAILABLE ONLY TO SMALL BUSINESSES. Small Businesses must be registered in SAM.GOV. This acquisition is conducted in accordance with FAR Part 36 & 15, Request for Proposal.
The Coatesville VA Medical Center is soliciting proposals under Solicitation No. 36C24418R0071 for the following: Replace Steam and Condensate Mains, Oval 2 and Outlying Branches, Project No. 542-10-101. This project replaces the steam system condensate return mains and portions of the steam distribution mains at drip stations in all of Oval 2, which includes Buildings 38, 39, 57, 139, 58 and 59 and the connecting tunnels. This project replaces steam-to-water heat exchangers, pressure reducing stations in the service rooms, steam main isolation valves and condensate main piping and all insulation. It also converts the heating systems in Buildings 36 and 40 from steam heat to gas-fired heat. Piping replacements mainly occur in the below-floor crawl spaces. Some of the replacements occur in Building 59 basement level support spaces. Some reconfiguration of service room equipment is required to accomplish the work, including the addition of equipment platforms.

The work includes all associated architectural, structural, mechanical, electrical and control work. It also includes temporary/portable steam generator service, temporary piping connections and any associated site restoration. The buildings must remain fully operational while the work is being completed.

The Contractor shall provide all necessary labor, materials, tools, equipment, transportation, permits testing, reports and supervision as necessary to accomplish the work and in accordance with federal, state and local codes and regulations. All work shall be performed in accordance with the contract, specifications and drawings.

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.
The contractor must provide temporary steam to meet all requirements during each phase of the work. During warm weather, when heating is not required, the temporary steam would only need to meet domestic hot water requirements.
The portions of the work requiring temporary steam must be done one building at a time unless otherwise approved by the COR.
The contractor must coordinate its schedule with the VAMC and schedule the work accordingly. The work must be scheduled in cooperation with the VAMC to ensure continuity of VAMC functions and allowance for special events such as The Joint Commission visit or special veterans events.
A new natural gas meter must be provided by Pennsylvania Electric Company (PECO) in coordination with the VAMC and the contractor for the work in buildings 36 and 40, which will include the installation of natural gas-fired unit heaters.
There will be no government furnished property.
Temporary Utilities: Limited use of electricity for 115V tools will be available with no charge to the contractor for performance of the contract. The contractor shall 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 shall be responsible for all temporary connections. The contractor shall 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 solicitation documents and drawings will be available for download from the website https://www.fbo.gov on or about April 25, 2018. Potential offerors 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. Offerors 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. It is essential that interested parties register on the contractors mailing list at https://www.fbo.gov, "Interested Vendor List". Individual copies of the Offeror'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 website and offerors are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed.
The Pre-Proposal site visit walk-thru will be held on May 2, 2018, at 10:00 am (Contractors are to meet in Bldg. 70 Conference Room). While the walk-thru is not mandatory, all offerors, 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 via mail to the mailing address: Coatesville VAMC, 1400 Blackhorse Hill Road, Coatesville, PA 19320, or by electronic mail: elizabeth.morin3@va.gov no later than Close of Business, May 9, 2018. No telephonic or fax requests will be honored.
In accordance with VAAR 836.204, the magnitude for this procurement is between $2,000,000 and $5,000,000 and NAICS Code 236220 with a small business size standard of $36.5 million. Proposals are due May 25, 2018, 10:00 AM. 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 contract resulting from this solicitation. Award of this contract is subject to the availability of FY18 funds. The maximum time for completion of the project is 365 calendar days after receipt of Notice to Proceed. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov and MUST meet OSHA/EPA requirements. To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov. Updates and / or changes to the information above will be provided in the solicitation once released and subsequent amendments. Contractors are encouraged to regularly check FBO.gov for any updates regarding this project.
(End of Document)

Elizabeth Morin

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP