SOURCES SOUGHT
Y -- 650-19-100 Replace Boilers in Bldg 10 VAMC Providence RI 02908
- Notice Date
- 2/3/2022 11:02:49 AM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0262
- Response Due
- 2/28/2022 10:00:00 AM
- Archive Date
- 06/07/2022
- Point of Contact
- Kimberly Gomez, Contract Specialist
- E-Mail Address
-
kimberly.gomez@va.gov
(kimberly.gomez@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT: The VA Medical Center located at 830 Chalkstone Avenue, Providence, RI 02908 has a requirement for a Firm Fixed Price contract to replace and install three (3) Boilers. PROJECT DESCRIPTION: The requirement is to replace and install three (3) new fuel efficient, dual fueled (fuel oil and natural gas), high pressure, watertube boilers to provide 118psi high quality steam services to the existing campus steam distribution system configured for redundancy along with complete new state-of-the-art boiler and burner controls and a Supervisory Control and Data Acquisition System. (SCADA). The new boilers shall have sufficient turn down range to accommodate efficient operation during the low demand periods and yet fully support campus demand for high-quality, high pressure steam. The boiler plant operation shall be monitored by the existing Metasys Building Management System (BMS) with graphics added for full monitoring capability however only local control is allowed from within the boiler plant itself by the qualified boiler operator on duty at any given time within the boiler plant. The project also includes complete gut demolition of the existing boiler plant, structural additions to the building, construction of two (2) new-stories additions on the south side of the existing building, construction of a new transformer room, construction of a large retention wall and new underground stormwater infiltration unit, new underground double-wall fiberglass fuel oil tanks, a new 50,000-gallon water tank, new non-potable and potable softened water systems, a new 500kVA pad-mounted transformer and utility line relocations. This is not a Request for Proposal: the purpose of this notice is to determine if there are qualified SDVOSB, VOSB and Small Businesses that have the experience for this highly specialized type of work and if such firms are interested in this procurement. The sources sought notice is for a design-bid-build project. The NAICS Code is 237130 and the small business size standard is $39.5 Million. The PSC is Y1NB. The magnitude of construction is between $20,000,000 and $50,000,000. Interested firms should indicate their interest no later than 1:00 pm EST on 2/28/2022 via email to Contract Specialist Kimberly.Gomez@va.gov. Veterans Health Administration, Regional Procurement Office East, Network Contracting Office 1. The following information is required in response to this notice. Please number your responses (1) through (5). Your specific response to the following items is requested. There is no page limit, however five pages should be sufficient to describe your firm. A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s full name, address, point(s) of contact, telephone numbers and email addresses, URL, DUNS Number or UEI. Your firm s bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars along with your current available bonding capacity). Evidence of your experience in replacing and installing comparable boiler projects that are highly specialized and completed within the past five (5) years. Your projects must be similar in size and scope with a construction magnitude between $20,000,000 to $50,000,000. Provide contract descriptions, location, contract dollar value and the name of the company, agency or government entity for which the work was performed. State your firm s role in the successful project (prime, subcontractor, JV member etc.) Include the name, title, email and phone number of your customer point of contact (i.e., COR, contracting officer, program/project manager). If applicable, your firm should provide proof of a valid Joint Venture or Mentor-protege agreement, by supplying the DUNS number/UEI and names of respective JV or MP principals. (See VAAR 819.7003(c ) for Joint Venture agreements and VAAR 819.71 for Mentor-protege agreements at https://www.va.gov/oal/library/vaar/vaar819.asp Other information that is useful to show the knowledge and depth of experience of your firm in comparable projects, such as for example, your experience with environmental compliance, permitting processes, certifications, any awards, and recognition, your ability to implement logical and physical security measures and safeguards, accident-free record, etc. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB or SB concern. If adequate interest is not received this action will not be a set-aside. Interested firms should reply via e-mail to Kimberly.Gomez@va.gov. Firms must be registered in the System for Award Management (SAM). Visit SAM.gov to register in SAM. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under the size standard for the NAICS.The contracting office welcomes the interest of new entrants to construction projects in VHA New England and especially looks forward to responses of well-qualified small businesses and in particular to the responses of CVE certified SD/VOSB contractors. A Project Description is set out below that will guide you in furnishing the information requested in (1) through (5) above. PROJECT INFORMATION: The Detailed Project Description is within this document. DISCLAIMER This source sought is issued solely for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. DETAILED PROJECT DESCRIPTION: VAMC, PROVIDENCE, RI The Contractor shall renovate the boiler plant, and ancillary spaces, at the VA Medical Center in Providence, RI. The contract includes a complete gut demolition, renovation, and upgrade to the boiler plant steam generation systems and auxiliaries in order to replace the existing boilers, piping, access platforms, controls and auxiliary systems with new equipment and systems sized to provide for future steam generation needs and to meet Physical Security and Resiliency Design Manual (PSRDM) requirements. Major project elements include: The Contractor shall provide a complete gut demolition of the existing boiler plant, including all equipment, piping, access platforms, fuel tanks, electrical equipment, water tank, etc. The demolition also includes an above ground water storage building and tank, underground fuel storage tanks, asbestos abatement, and lead removal. The new steam generation system will include firetube boilers, deaerator, condensate storage tank, duplex condensate and flash vessel package, condensate transfer pumps, boiler feedwater pumps with variable frequency drive s (VFD), stack feedwater economizers, boiler stacks, boiler blowdown separator, duplex fuel oil pump package, fuel oil maintenance skids, Supervisory Control and Data Acquisition (SCADA) boiler system and boiler plant combustion air and heating systems. The new work will also include complete new piping systems for steam, condensate, fuel oil, natural gas, potable and makeup water, and fire suppression. The renovation also includes the replacement of the boiler control room, office, Information Technology (IT) and Security room and break room. Structural additions to the building will increase the footprint of the building along the south side for the deaerator and condensate receivers (1,170sf), and on the northeast for the transformer room (500sf). Modifications to the structure are required to meet PSRDM requirements. The existing structure will be reinforced with heavy-duty metal studs on wall interiors. Overhead doors are reinforced with a steel frame. Existing windows and louvers are being removed or replaced. The new transformer room will be constructed of concrete masonry units (CMU) bearing wall with steel beams supporting the roof panel deck. The new two-stories addition on the south side will consist of steel beams and columns supporting the metal roof deck. The new roof structure will frame new steel columns along the south side of the existing building. The column and exterior wall foundations will consist of reinforced shallow concrete spread footings. The floor slab will consist of a concrete slab on grade. The structural steel walkways, platforms, and stairs directly over the boilers will consist of steel beams and columns supporting steel grating. The walkways and platforms will be supported off the new steel-framed boiler support structure or hung from the existing roof trusses. A large retention wall along the south slope will be required, along with hardscaping of the south area to facilitate the expansion of the boiler plant to the south. Storm runoff from the new hardscape surface will sheet flow to an inlet connecting to a new underground stormwater infiltration unit. Two new double wall 30,000-gallon fiberglass tanks will be installed along the west side of building 10. Due to existing site contour of the ground sloping to the south the tanks will need to be buried at approximately 14 feet. A new 4,000-gallon underground double-wall fiberglass fuel oil tank dedicated for a new generator will be installed in the former location of the existing fuel oil tanks. The following utilities will require relocation: 4-inch water main, 8-inch combined sanitary/storm sewer, natural gas main, communication lines. A new 50,000-gallon water tank will be installed on a piled mat foundation, have a blast wall protection from the roadway, and a booster pump. One fire sprinkler zone is required to serve the entire building that will connect to, and extend from, the existing site fire alarm system. New non-potable and potable softened water systems will be installed. The transformer will be replaced with a new 500kVA pad-mounted transformer. A new emergency standby generator is required to accommodate the new boiler electrical requirements. A new Service-entrance rated Main Circuit Breaker is required. A new 4-pole, bypass automatic transfer switch (ATS) and a new 480/277V Main Distribution Board (B10-Emergency Distribution Panel (EMDP)) will be is required. A new Uninterruptible Power Systems (UPS) is required. All new Office of Information and Technology (OIT) fiber optic cable, copper telephone cable, tele/data cable, and Category (CAT) 6 cable will be run. New Physical Access Control, Security Surveillance Television, Intrusion Detection, and Intercom systems will be provided for the boiler plant and integrate into the existing campus systems. The VA must maintain steam supply to the facility during the construction. This requires detailed, and timed, construction phasing, as well as the use of temporary boilers. The VA Medical Center must remain in operations 24 hours a day, 7 days a week. Interruptions to the boiler plant operations shall be scheduled and coordinated with the Contracting Officer Representative (COR). Steam shutdowns are not permitted during the heating season and no steam shutdown shall be longer than 8 hours. All Contractor employees shall comply with VA security management program and shall meet VHA influenza and COVID-19 protocols. The project construction duration shall be no more than 428 days from Notice to Proceed. Buildings located near the construction site will be occupied during construction. Special care is required by the Contractor to limit disturbances impacting occupied buildings and specifically impacting the Vivarium in proximity which houses research animals that are sensitive to noise and vibrations. The Contractor shall meet all Rhode Island Department of Environmental Management (RI DEM) permitting requirements, as well as all other required permitting requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e3a75ed7e89346ffb0718e8ef3a1efae/view)
- Place of Performance
- Address: VA Medical Center 830 Chalkstone Avenue, Providence 02908
- Zip Code: 02908
- Zip Code: 02908
- Record
- SN06233001-F 20220205/220203230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |