Skip to main content

An official website of the United States government

You have 2 new alerts

Z2DA--523-17-008 Boiler Plant AST Containment

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: Nov 01, 2023 02:29 pm EDT
  • Original Response Date: Nov 15, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 14, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Department of Veterans Affairs Boston VAMC Boston , 02130
    USA

Description

Presolicitation Notice Presolicitation Notice Page 4 of 4 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 4 523-17-008 Boiler Plant AST Containment Boston VA Medical Center, Jamaica Plain Procurement Number: 36C24124B0015 This is a pre-solicitation notice synopsizing an upcoming competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. An invitation for bids will be posted on or about November 21, 2023. The Boston VA Medical Center, Jamaica Plain has a requirement for a Firm-Fixed-Price Contract. The Jamaica Plain VAMC has completed an inspection of two (2) 40,000-gallon diesel ASTs and containment systems, and one (1) 11,410-gallon liquid nitrogen AST. The inspection identified several conditions of concern for the diesel ASTs and recommended that associated repairs be completed. Boiler Plant Building #5 Scope The VA had a third party conduct an inspection of our ASTs that revealed the following issues: Conditions Identified/Recommendations: Concrete Foundation/Floor Issues/Dike Containment- Overall structural foundation is in good condition per visual inspection, however, top coating at various areas is cracked, thus, recommend these areas be recoated to avoid water penetration, accordingly. Upper Left Rear Dike-Wall Issue- There is a visible separation of upper corner section of wall system, thus, recommends it be repaired and sealed. Tank Labeling Issues- Recommend additional labeling for tank is put on tank to properly and clearly identify product in tank and also reflect tank numbers as noted above. Corrosion/Painting Issues- Recommend that for various smaller sections/areas of steel components (for tank and piping) that are starting to show signs of corrosion are repainted. However, it should be noted that there were no visible signs of structural damage to these components as of time of this inspection. Contractor to refer to attached drawings and general requirements specifications for repair plan. All work shall be performed and executed in accordance with provided drawings, specifications, and contract documents. Period of Performance is 180 calendar days from issuance of Notice to Proceed (NTP). The magnitude of this project is between $100,000 and $250,000. The NAICS code for this procurement is 236220 and the size standard is $45 Million. The solicitation is being issued as an Invitation for Bids (IFB) under FAR Part 14. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24124B0015 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ SDVOSB firms must be verified by the SBA Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov)

Contact Information

Contracting Office Address

  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA

Primary Point of Contact

Secondary Point of Contact





History