Skip to main content

An official website of the United States government

You have 2 new alerts

N041--589A6-24-402, COOLING TOWER 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: Presolicitation (Original)
  • Original Published Date: Apr 12, 2024 08:34 am CDT
  • Original Response Date: May 21, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: N041 - INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Dwight D. Eisenhower VA Medical Center, Leavenworth Levenworth , 66048

Description

PRE-SOLICITATION NOTICE Page 4 of 4 DESCRIPTION Title of Project: 589A6-24-402 Replace Cooling Towers for Chiller Plant - Leavenworth This project will Replace the Existing 1993 Cooling Towers with New Cooling Towers. General Scope of Work: This project will replace the existing 1993 cooling towers with new cooling towers. Three new vertical turbine pumps shall be replaced as well. The main hospital cooling load is handled by one existing chiller served by a single operational pump that exceeded it useful life. We shall replace six pneumatic control valves with electrical valves. We will remove suspended solids with a side stream sand filter reducing fouling, energy costs, chemical costs, maintenance, downtime, and Legionella Risk. Period of Performance for all work is 365 days. The facility location: VISN 15/ Leavenworth VAMC, 4101 So. 4th St. Trafficway, Leavenworth, Kansas 66048. 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 $2,000,000 and $5,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $45.0 million. The duration of the project is estimated to be 365 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value 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 236220. 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 April 19, 2024, and the proposal due date will be on or about May 21, 2024. 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.parison@va.gov and ensure that the subject line reads, Project 589A6-24-402 Replace Cooling Towers for Chiller Plant Leavenworth. END of NOTICE

Contact Information

Contracting Office Address

  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA

Primary Point of Contact

Secondary Point of Contact





History