Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2024 SAM #8429
SOLICITATION NOTICE

Z -- 657-25-301JC, Repair energy Plant Cooling Tower, JC

Notice Date
12/23/2024 8:33:22 AM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525R0029
 
Response Due
1/14/2025 12:00:00 PM
 
Archive Date
03/15/2025
 
Point of Contact
Tim Fitzgerald, Contracting Officer, Phone: 913-946-1145
 
E-Mail Address
timothy.fitzgerald@va.gov
(timothy.fitzgerald@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Sources Sought Notice Page 3 of 4 Pre-Solicitation Notice Page 1 of 4 DESCRIPTION Pre-Solicitation Notice Page 4 of 4 Sources Sought Notice Page 1 of 4 Page 1 of Title of Project: 657-25-301JC Repair Energy Plant Cooling Tower This project will repair cooling tower on the energy plant. General Scope of Work: The contractor shall Replace the hot water distribution basins, complete with new metering nozzles and covers. Install a fluid applied catalyst cured urethane liner in the cold-water collection basin.Remove and replace the fill media with Marly OEM MX78 or Equivalent, complete with new support tubes, tube supports, and deflectors. . Period of Performance is 90-Days after NTP. The facility location: VISN 15/ STL VAMC, 915 Grand Blvd, St. Louis, Missouri 63106. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated cost magnitude is between $250,000,000 and $500,000,00. The North American Industry Classification Code (NAICS) for this procurement is 238220 with a small business size standard $19.0 million. The duration of the project is estimated to be 90 - calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for NAICS Code 238220. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the Beta SAM Business Opportunities (https://beta.sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(ii), in the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in VAAR 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in VAAR 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM (System of Award Management) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database which is now the Veteran Small Business Certification (VetCert) under the applicable NAICS. Firms may obtain SAM- information at http://www.SAM.gov and VIP information at Veteran Small Business Certification (sba.gov). The solicitation package and drawings should be available for download on or after December 23, 2024, and the proposal due date will be on January 23, 2025. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to timothy.fitzgerald@va.gov and ensure that the subject line reads, Project 657-25-301JC Repair Energy Plant Cooling Tower STL VAMC. END of NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b621a6461224b8a95a4e6715689e6c2/view)
 
Place of Performance
Address: St. Louis VA Medical Center 915N. Grand Blvd, St. Louis 63106
Zip Code: 63106
 
Record
SN07300247-F 20241225/241223230105 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.