Skip to main content

An official website of the United States government

You have 2 new alerts

Z2NE--Improve Water Quality (Legionella)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: May 13, 2022 01:45 pm EDT
  • Original Response Date: Jul 12, 2022 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 19, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2NE - REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Chillicothe VA Medical Center Chillicothe , OH 45601-9718
    USA

Description

STATEMENT OF WORK Improve Water System to Reduce Risk of Legionella Contamination and Patient Injury The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to Improve Water System to Reduce Risk of Legionella Contamination and Patient Injury (Project 538-18-101) at the Chillicothe VA Medical Center, 17273 St. Rt. 104., Chillicothe, OH 45601-9718. The Contractor shall perform all demolition and construction to provide domestic water system improvements, in accordance with project design documents. The improvements include dead-leg and unused fixture removal; installation of thermostatic mixing valves at point-of-use for scald protection; re-balancing of existing hot water recirculation loops and addition of new recirculation loops; installation of ultraviolet treatment equipment; installation of water monitoring equipment; connection and integration of water monitoring equipment and other water quality related instrumentation to the Building Automation System (BAS); installation of a fiber optic backbone for the BAS; demolition of abandoned equipment in Bldg. 256; relocation of the site domestic water storage tank valving and upgrade to tank instrumentation; and installation of new site water delivery equipment between municipality water meter through Bldg. 256 pump room. The work shall be phased to accommodate the Medical Center s on-going operations. All work shall be closely coordinated with VA Contracting Officer (CO) and Contracting Officer s Representative (COR). DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP Base bid work to be completed within 868 calendar days after receipt of Notice to Proceed. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted to Contract Opportunities (FBO) at www.SAM.gov on or about June 20, 2022, with proposals due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.SAM.gov so that others will know of your interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the www.SAM.gov website. SET-ASIDE INFORMATION: This solicitation shall be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov, and www.sam.gov, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $5,000,000.00 and $10,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 237110, Water and Sewer Line and Related Structures Construction, with a small business size standard of $39.5 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10(c) (4), the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 15% of the construction work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. BONDS: In form of Bid, Payment and Performance shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (myron.carson@va.gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at www.SAM.gov. Paper copies of the amendment(s) WILL NOT be individually mailed. By registering to "Watch This Opportunity", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment(s) shall be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to myron.carson@va.gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to FBO. All emails pertaining to this project must identify the project and contain: Project 538-18-101 Improve Water System in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.

Contact Information

Contracting Office Address

  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA

Primary Point of Contact

Secondary Point of Contact





History