Skip to main content

An official website of the United States government

You have 2 new alerts

Z1DA--460-24-008 | Boiler Plant Blowdown and Discharge Piping Replacement

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 27, 2025 03:04 pm EST
  • Original Date Offers Due: Feb 28, 2025 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 07, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Wilmington VA Medical Center 1601 Kirkwood Hwy Wilmington , DE

Description

The Veterans Integrated Service Network #04 (VISN 04) Contracting Office / Wilmington Veteran Administration Medical Center intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for Construction Services related to the Boiler Plant Blowdown and Discharge Piping Replacement at the Wilmington VAMC, 1601 Kirkwood Highway Wilmington, DE 19805. All construction must be in compliance with applicable codes, VA policy/standards, and the terms of this contract. The contractor shall provide all tools, travel, trades, labor, materials, permits, licenses and supervision for construction of the Boiler Plant Blowdown and Discharge Piping Replacement project as specified in the specifications. The period of performance is 90 calendar days from receipt of the Notice to Proceed. Bid bond and Payment bond shall be required. The solicitation, specifications and drawings will be available at Contracting Opportunities http://beta.SAM.gov. Amendments to the solicitation will also be posted on this website. All parties must obtain solicitation documents and amendments to the solicitation through the web site. Hard copies will not be mailed. Interested parties must go to the http://SAM.gov web site to be entered on the Interested Vendors Mailing List and to obtain copies of the Interested Vendors Mailing List. It is the responsibility of the Contractor to frequently check the website for all notices, amendments, etc., regarding this solicitation. The Government will not be responsible for any notification not sent or received by the Contractor regarding the solicitation. The contract will be awarded in accordance with the procedures specified in the solicitation. The solicitation will be issued as an Invitation for Bid (IFB) conducted in accordance with Federal Acquisition Regulation FAR Subpart 14. This project is being solicited as a TOTAL 100 % SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (SDVOSB). The North American Industry Classification System (NAICS) Code for this procurement is 236220 Commercial & Institutional Building & Construction, with a small business size standard of $45 million in annual receipts for the past three years. The Magnitude of Construction cost is between $25,000.00-$100,000.00. A pre-bid meeting/site visit will be held with exact location and time details to be contained in the solicitation. All potential offerors are strongly encouraged to attend the pre-bid meeting/site visit. All respondents must be registered in the System Award Management System (SAM) data base at time of bid submittal. Offerors must be verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at http://www.vetbiz.gov/ at time of proposal offering in accordance with Veterans Affairs Acquisition Regulation (VAAR) Subpart 819.7003(b) . Any offeror not CVE or SAM verified at time of proposal submittal will be disqualified and proposal will be rejected. All questions pertaining to this solicitation must be received in writing via e-mail to Katelyn.Fallon@va.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions and Government responses will be posted to the Sam.gov website. End of Document

Contact Information

Contracting Office Address

  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA

Primary Point of Contact

Secondary Point of Contact





History