Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

Y -- Boiler Plant Safety Enhancements Project

Notice Date
8/20/2010
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 4 Rm 122;Sheridan WY 82801
 
ZIP Code
82801
 
Solicitation Number
VA25910RP0247
 
Archive Date
10/19/2010
 
Point of Contact
Jason Brown
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, plans to award a sole source contract for a Boiler Safety Enhancements project pursuant to PL 109-461, VAAR 819.7007 and VAAR 819.7008. This synopsis is provided per the requirements of those laws and regulations. THIS IS NOT A COMPETITIVE SOLICITATION. This notice is ONLY PROVIDED TO NOTIFY THE PUBLIC OF A SOLE SOURCE AWARD UNDER THE VETERANS FIRST CONTRACTING ACT AS REQUIRED BY VA REGULATIONS AND POLICY. The work will be as follows: Boiler Plant Repairs Statement of Work Services are required to complete various gas and coal fired boiler repairs under project number 666-10-807. Repairs shall be provided in accordance with the VHA Boiler Plant Safety Device Testing Manual, Third Edition, VHA Directive 2008-062 Boiler Plant Operations and the Boiler and Pressure Vessel Code: 2004 Edition with Amendments. The entire project is to be completed in a 90 day construction period. An overview of the project is as follows: Provide work and material required to: Coal boiler 1)Re-pipe condensate storage tank high water alarm. Change valves to lockable type. 2)Re-pipe condensate storage tank low water alarm. Change valves to lockable type. 3)Re-pipe feed water de-aerator high water alarm. Change valves to lockable type. 4)Re-pipe feed water de-aerator low water alarm. Change valves to lockable type. 5)Re-pipe feed water de-aerator overflow system. Remove float type overflow on deaerator and replace with butterfly valve and conductivity probe. 6)Replace safety valve following a steam pressure reducing valve station (PRV), 6", 15 psi, 13,812 lb/hr. 7)Replace pressure relief valve on DA, 6", 10 psi, 4,671 lb/hr 8)Install separate piping on 2 boilers for float type low water cutout switches. 9)Provide secondary emergency water line to both boilers. 10)Replace pressure gauges on Pressure Reducing Station and DA tank. Controls 1)Install boiler plant building combustible and carbon monoxide monitors. 2)Add building pressure sensor and current sensor on make-up air unit and interlock with building alarm. 3)Install co sensor high in building on mezzanine level. 120v type interlocked with building alarm. 4) Replace low mounted co sensor with 120v type interlocked with building alarm. 5) Install combustibles sensor (LEL) at 8' above floor. 120v type interlocked with building alarm. Gas boiler 1)Install separate piping for float type low water cutout switch. 2)Install manual reset non recycling high steam pressure limit switch. 3)Install safety relief valve. 7,500 lb/hr, 125 psi. 4)Install second safety relief valve. 12,500 lb/hr, 128 psi 5)Re-pipe automatic pilot gas shut off valve for testing. 6)Install controls for low flue gas oxygen alarm and firing control cutout. 7)Install high gas pressure cutout or alarm on main gas line entering building. 8)Provide VFD for 40 hp ID fan motor, and control with exhaust flue pressure. 9)Repair exhausts damper control. 10)Recalibrate boiler air-fuel mixture ratio. CONTRACT DURATION: Performance period is approximately 90 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $100,000 and $250,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES A SOLE SOURCE AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT TO A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. Award will be made on a noncompetitive sole source basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 238990 is applicable to this acquisition with a Business Size Standard of $33.5 million. Solicitation documents will be available electronically on or about August 23, 2010 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25910RP0247/listing.html)
 
Place of Performance
Address: 1898 Fort Road;Sheridan WY 82801
Zip Code: 82801
 
Record
SN02248428-W 20100822/100820234829-20edede8583465c07f4189996ec9d3ec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.