Skip to main content

An official website of the United States government

You have 2 new alerts

J044--Replacement of Boiler Blowdown/Blowoff Tank

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: Sources Sought (Original)
  • Original Published Date: Jul 17, 2024 04:08 pm EDT
  • Original Response Date: Jul 22, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J044 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Department of Veterans Affairs Charleston , SC 29401
    USA

Description

Page 3 of 3 THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS   The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 238220 (Size Standard: $19.0) The intent of this notice is to determine the availability of qualified commercial sources technically capable of performing the services required to replace a Boiler Blowdown/Blowoff Tank as outlined in the Scope of Work below. The Boiler in need of servicing is in the central energy plant, at the Ralph H. Johnson VA Medical Center (RHJ VAMC), located at 109 Bee Street, Charleston, South Carolina. Scope of Work The contractor will provide all supervision, labor, equipment, and materials needed to replace the blowoff tank in the central energy plant at the Ralph H. Johnson VA Medical Center (RHJ VAMC). The blowdown tank provides a safe means of controlling boiler blowoff water. The blowoff tank is in the central energy plant (C104). Work will be in accordance with this Statement of Work and will consist of the following: Replacement will include removal of the old blowoff tank including associated piping and preparing the installation area for the new blowoff tank including new piping to tie it into existing system. It is recommended that a site visit be conducted to understand the logistics of removing the existing blowoff tank and moving the new blowoff tank into place for installation. Installation of the new blowoff tank should be in accordance with manufacturer guidelines and industry best practices. Connect the new pump to the existing motor and system and test for proper functionality. Make any necessary adjustments to ensure optimal performance. Note: Impact of this work shall be minimized and mitigated in a way that limits disruption to the functioning of the RHJ VAMC. Scheduling and coordination with the RHJ VAMC will be critical and must be approved by Contracting Officer s Representative (COR) prior to work. (End of Scope of Work) Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed three (3) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge. Responses are due no later than 12:00pm EST, Monday, July 22, 2024, and shall be electronically submitted to: Monica.Reed@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

Contact Information

Contracting Office Address

  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 02, 2024 12:00 am EDTSources Sought (Original)