The RFP Database
New business relationships start here

PN: 636-13-103, Replace Boilers 2 & 3 (GI) Lowest-Priced Technically Acceptable


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

Project Number 636-13-103, Replace Boilers 2 & 3 (Grand Island, NE)

The Contractor shall provide all services necessary to adequately support the replacement of boilers 2 and 3 at the Grand Island VAMC. The project will consist of the demolition and replacement of two steam boilers including new controls, required safety items, and other system modifications or enhancements needed for the new boiler to function with the existing boiler that will remain. The replacement boilers shall have the following features:

High Efficiency IAW ASHRAE 90.1 2016 or better.
Dual fuel burning capability (fuel oil & natural gas).
Minimum turn down ratio of 10:1.
Burner shall be capable of maintaining a constant supply of combustion air resulting in a constant 3% O2 across the entire 10:1 turndown range. Oxygen Trim
Factory provided digital controllers for all control functions including burner management
Include steam meter, water meter, and natural gas meter for each new boiler. Meters shall interface with the existing Johnson Control Metasys EMCS. The capability to totalize and store data points for each of the meters is required.

Work may include but is not limited to general construction, demolition, framing, insulation, drywall, mechanical, plumbing, electrical, specialty systems, finish work and certain other items necessary for completion of this project. All work shall be completed in accordance with project drawings / specifications and in compliance with the most current version of all applicable codes including, but not limited to: NFPA 101, International Building Code, ASHRAE, National Electric Code, VA Barrier Free Design Guide, and VA guidelines for patient safety and infection control. All work is to be closely coordinated with the VA Contracting Officer (CO) and Contracting Officer's Representative (COR).

Solicitation Number 36C26319R0078 for this effort is tentatively scheduled to be posted to FedBizOpps (www.fedbizopps.gov) on or about May 27, 2019. This solicitation will contain all necessary specifications, drawings and other information necessary to bid the project.

An Organized Site Visit is tentatively scheduled to be held the week of June 10-14, 2019. All prospective offerors are highly encouraged to attend. (See solicitation when available for a firm date, time and location of the site visit).

Proposals are tentatively scheduled to be due on July 12, 2019 (See solicitation when available for firm date and time).

Duration of the project should not exceed 300 Calendar Days from receipt of the Notice to Proceed (NTP).

SET-ASIDE INFORMATION: This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under Public Law 109-461. The offeror MUST be registered in the System for Award Management (SAM) www.sam.gov at time of proposal submission and maintain that registration to be eligible for award.

All firms must also be registered with the Center for Verification and Evaluation (CVE) and verified as a SDVOSBs according to the tenets found in Title 38 Code of Federal Regulations (CFR) Part 74 andB 13 CFR Part 125 that address Veteran eligibility, ownership, and control. In order to qualify for participation in the Veterans First Contracting Program, eligible SDVOSBs must first be verified.

PROJECT MAGNITUDE: Between $1,000,000.00 and $2,000,000.00

NAICS CODE: 238220

BUSINESS SIZE STANDARD: $15 million

BONDS: A Bid Bond will be required to be submitted with the proposal. Payment and Performance bonds will be required within 10 calendar days of award.

Cynda Rosa
Cynda.Rosa@va.gov

cynda.rosa@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP