Search Contract Opportunities

Project 585-21-115 Replace Boiler Plant at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI -- NAICS 236220 General Construction   5

ID: 36C25225R0004 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 10, 2024, 5:55 p.m. EDT
THIS IS A SOURCES SOUGHT NOTICE ONLY & REPLACES 36C25225R0001 SOLICITATION: 36C25225R0004 ACQ-PLAN 36C252-24-AP-4238 PROJECT: 585-21-115 Replace Boiler Plant PLACE OF PERFORMANCE: Oscar G. Johnson VA Medical Center 325 East H. Street Iron Mountain, MI 49801-4760 PART 1 General Scope of Work: The Oscar G. Johnson Veteran Affairs Medical Center (OGJ VAMC) is located at 325 East H Street, Iron Mountain, Michigan. This VAMC is a primary and secondary level medical care facility serving the largest geographic patient service areas east of the Mississippi River, serving approximately 20,000 Veterans annually and employs over 500 health care professionals. IAW VAAR 836.204, the magnitude of construction for this work is between $20,000,000 - $50,000,000 Part 836 - Construction and Architect-Engineer Contracts - Office of Acquisition and Logistics (OAL) (va.gov). EXISTING CONDITIONS: A central steam plant (Building #2), located behind the main facility, supplies 100 psig steam to the hospital and other facilities. Originally constructed in 1950, the existing plant had coal-fired boilers. The plant has three 15,000 pounds per hour (lb/hr) water tube steam boilers that were installed in 1980. The burners were replaced with Weishaupt burners and controls in 2011. Each boiler is capable of burning natural gas or No. 2 fuel oil. Natural gas is the primary fuel used in the boilers and is delivered at a pressure of approximately 9.0 psig 10 psig. Secondary fuel oil is stored in a 15,000-gallon underground oil tank with duplex feed pumps. The No. 2 fuel oil storage provides the plant with redundant fuel sources in the event of a natural gas supply interruption. Steam is supplied to the medical center through a 6-inch line during heating months (i.e., colder weather) and through a 3-inch line during warm weather. The steam pressure is reduced to medium and low pressure at the buildings. Steam is used directly at the heating equipment or converted to hot water for heating. Pumped condensate is returned from the hospital (Building #1) to Building #2 at a temperature of approximately 205 F 210 F. Makeup water is provided to Building #2. The makeup water is run through a softener and a reverse osmosis (RO) filtration system before entering the 1,000-gallon deaerator-condensate storage tank. The RO system has a capacity of 4.6 gpm at 77 F. The deaerator is maintained at a temperature of approximately 227 F. Three feedwater pumps with VFDs pump water from the deaerator to the boilers. NEW CONSTRUCTION This project includes an addition of approximately 7,000 GSF to the west face of the existing boiler plant and will be the location of the replacement Boiler Plant. Work includes, but is not limited to the following fields of work: Architectural, Site Work, Earthwork, Utility Relocation, Structural, Three (3) High-Pressure Fire-Tube Boilers and Ancillary Equipment and Controls, Fire Protection, HVAC, Plumbing, Electrical, Exterior Utilities, Demo of three (3) existing water-tube boilers and associated equipment. PART 2 SOURCES SOUGHT GENERAL DESCRIPTION: The purpose of this Sources Sought Notice is to obtain information on the interests, capabilities, and qualifications of business firms of ALL sizes and specialized certified small business firms to determine if a set-aside is appropriate. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. Proposals are NOT being requested or accepted at this time. Work is assigned to NAICS 236220 COMMERICAL AND INSTITUATIONAL BUILDING CONSTRUCTION. This industry comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures . North American Industry Classification System (NAICS) U.S. Census Bureau The small business size-standard for NAICS 236220 is $39.5 million $45 million. Should the solicitation be set-aside for an SBA Verified SBVOSB , in accordance with VAAR 852.219-73 https://www.va.gov/oal/library/vaar/vaar852.asp#85221973: (d) (3) General Construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. (d)(5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: XXX - By the end of the base term of the contract or order, and then by the end of each subsequent option period; or ___ - By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. PART 3 INTERESTED SOURCES SHALL SUBMIT THE FOLLOWING: Company name, address, point of contact, phone number, SAM OID number, and business status. Indicate the primary nature of your business, any teaming agreements or arrangements, planned self- performance and subcontracting program. Detailed construction background related to specialized experience in large, complex mechanical and plumbing projects for two project examples. This information should include a description of the overall project, AND specifically what work your company performed on the contract. Include overall project cost as well as the cost assigned to your portion of the project. Provide details on the size of your business from the following types of specialized construction small businesses Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Women Owned Small Businesses (WOSB), 8(a) Businesses, HUBZone Businesses, Small Businesses (SB), and Large Businesses. If your intent is to complete this potential contract as one of the small business types listed above, include specific details as to how your company will fulfill the 15% specialized small business requirement. Letter from the surety regarding the maximum bonding capability for a single contract action as well as the total aggregate bonding capacity. Total submittal shall be no longer than (6) six pages in one .pdf file or word document. Responses are required to be sent via email to Kristi.Kluck3@va.gov no later than Tuesday, September 24, 2024, 12:00 p.m., CST (noon). THIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this Sources Sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. -- END OF DOCUMENT --
Posted: Sept. 10, 2024, 4:43 p.m. EDT
Background
The Oscar G. Johnson Veteran Affairs Medical Center (OGJ VAMC) is located in Iron Mountain, Michigan, and serves as a primary and secondary level medical care facility for approximately 20,000 Veterans annually.

The goal of this contract is to replace the existing boiler plant to enhance the facility's operational capabilities. The magnitude of construction for this work is estimated between $20,000,000 and $50,000,000.

Work Details
The project involves the construction of an addition of approximately 7,000 gross square feet (GSF) to the west face of the existing boiler plant. Key tasks include:

- Architectural work
- Site Work
- Earthwork
- Utility Relocation
- Structural work
- Installation of three (3) High-Pressure Fire-Tube Boilers along with ancillary equipment and controls
- Fire Protection systems
- HVAC installation
- Plumbing work
- Electrical systems installation
- Exterior Utilities setup
- Demolition of three (3) existing water-tube boilers and associated equipment.

Place of Performance
Oscar G. Johnson VA Medical Center, 325 East H. Street, Iron Mountain, MI 49801-4760

Overview

Response Deadline
Sept. 24, 2024, 1:00 p.m. EDT (original: Sept. 24, 2024, 12:59 a.m. EDT) Past Due
Posted
Sept. 10, 2024, 4:43 p.m. EDT (updated: Sept. 10, 2024, 5:55 p.m. EDT)
Set Aside
None
Place of Performance
Oscar G. Johnson VA Medical Center Iron Mountain, 49801-4760 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
$20,000,000 - $50,000,000 (value based on agency estimated range)
Odds of Award
52%
Signs of Shaping
95% of similar contracts within the Veterans Health Administration had a set-aside.
On 9/10/24 VISN 12: Great Lakes Health Care System issued Sources Sought 36C25225R0004 for Project 585-21-115 Replace Boiler Plant at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI -- NAICS 236220 General Construction due 9/24/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1NB.
Primary Contact
Title
Contracting Officer
Name
Kristi Kluck   Profile
Phone
(414) 844-4879

Documents

Posted documents for Sources Sought 36C25225R0004

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 36C25225R0004

Award Notifications

Agency published notification of awards for Sources Sought 36C25225R0004

Contract Awards

Prime contracts awarded through Sources Sought 36C25225R0004

Incumbent or Similar Awards

Contracts Similar to Sources Sought 36C25225R0004

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 36C25225R0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 36C25225R0004

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 252-NETWORK CONTRACT OFFICE 12 (36C252)
FPDS Organization Code
3600-0069D
Source Organization Code
100180018
Last Updated
Jan. 2, 2025
Last Updated By
Kristi.Kluck3@va.gov
Archive Date
Jan. 1, 2025