BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Albany, New York. Contact the soliciting agency for additional information.

Combine Synopsis RFQ 36C24224Q0758 Combine Synopsis/Solicitation For Main Hot/Cold Line Stops This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ solicitation number 36C24224Q0758. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular FAC 2024-06 (eff. 8/29/2024). This solicitation is 100% total set-aside for small businesses. All interested vendors must be verified small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 237110, with a small business size standard of $45 Million. The FSC/PSC is J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT The Stratton VA Medical Center, 113 Holland Ave, Albany, NY 12208 is seeking to procure services to mechanically isolate both main hot and cold 4-inch water lines to alleviate the necessity of turning off the entire water system. All interested parties shall provide quotations for the following services in accordance with the Statement of Work (SOW) Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Period: Contractor must provide all labor, materials, supervision, equipment and travel necessary to simultaneously isolate four 4-inch copper main hot and cold water lines to alleviate the necessity of turning off the entire water system. 1 JB Statement of Work Main Hot/Cold Line Stops Stratton VAMC Albany Introduction- Stratton VAMC s mission is to provide world class healthcare for veterans in the capital region and upstate New York. Background /Objective The Stratton VAMC, 113 Holland Ave Albany, NY 12208 is currently seeking a contractor to provide all labor, materials, equipment and travel necessary to mechanically isolate both main Hot and cold 4-inch water lines to alleviate the necessity of turning off the entire water system while 4 new isolation valves are installed. These lines are located in our boiler plant mezzanine. Based on a visual inspection and testing we have found major deterioration in our three water heater pumps and require the addition of these valves.A Without the line stops we are unable to secure the water without shutting off water for the entire medical facilityA and drain the system down. This would cause a water interruption to all areas to the hospital to include critical areas and would foul the water to the point SPS could not process, which would render the OR's nonfunctional placing them on diversion until the water cleared which could take several days to resolve. Once we install these new valves, we will be able to work on our water heaters with no impact on patient care. Place of Performance Stratton VA Medical Center, 113 Holland Ave, Albany NY. Bldg. 4 boiler Plant. Period of Performance Provide repair services within 7 days of material being delivery. Scope of Work Provide service and fittings to perform (4) simultaneous 4 100# rated double line stops on both hot and cold-water lines. Specific Tasks Contractor will supply all labor, materials, and equipment to secure water flow by either Freeze Stop or Line Stop. Contractor will supply qualified technicians to operate all equipment. Contractor will supply necessary hand tools. Contractor will supply standard safety equipment. Non-compliance - The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Government Responsibly/Furnished Property- VA will provide all labor material to replace the 8 main isolation valves. VA will provide needed utilities. VA will provide ladders if needed. VA will provide one escort/helper. Inspection - Upon completion the COR/POC will perform the inspection to ensure that the system is returned to full functioning condition No invoices will be processed for payment prior to the completion of POC inspection. Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. Period of Performance: The purchase order period of performance is 7 calendar days after material is secured. Place of Performance/Place of Delivery Address: Stratton VA Medical Center, 113 Holland Ave, Albany NY. Bldg. 4 boiler Plant Postal Code: 12208 Country: UNITED STATES The provision atA 52.212-1, Instructions toA Offerors-Commercial ProductA andA Commercial Services, applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a)A North American Industry Classification System (NAICS) code and small business size standard.A The NAICS code(s) and small business size standard(s) for thisA acquisitionA appear elsewhere in theA Request for Quote (RFQ). However, the small business size standard for a concern that submits aA quote, other than on aA constructionA or serviceA acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if theA acquisition Is set aside for small business and has a value above theA simplified acquisition threshold; or Uses theA HUBZoneA price evaluation preference regardless of dollar value, unless theA quoterA waives the price evaluation preference; or Is an 8(a),A HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)A Submission ofA Quotes. Submit signed and datedA quotesA to the office specified in thisA Request for Quote (RFQ) at or before the exact time specified.A QuotesA mayA be submitted on letterhead stationery, or as otherwise specified in theA RFQ. As a minimum,A quotesA mustA show A A A A A A A A A A A (1)A TheA solicitation number 36C24224Q0758 A A A A A A A A A A A (2)A The time specified in theA solicitationA for receipt ofA quotations due by no later than 9/11/2024 by 10:00 AM EST. A A A A A A A A A A (3)A The name, address, and telephone number of theA quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in theA solicitation. ThisA mayA include product literature, or other documents, if necessary; A A A A A A A A A A A (5)A Terms of any expressA warranty; A A A A A A A A A A A (6)A Price and any discount terms; A A A A A A A A A A A (7)A "Remit to" address, if different than mailing address; (8)A A completed copy of the representations and certifications at FederalA AcquisitionA Regulation (FAR)A 52.212-3A (see FARA 52.212-3(b) for those representations and certifications that theA quoterA shallA complete electronically); A A A A A A A A A A A (9)A Acknowledgment Request for Quotation amendments; (10)A Past performanceA will not be considered in simplified acquisition procurements. (11)A Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in theA solicitation.A QuotesA that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of theA solicitationA mayA be excluded from consideration. (c)A Period for acceptance ofA Quotes. TheA quoterA agrees to hold the prices in itsA quoteA firm for 30 calendar days from the date specified for receipt ofA quotes unless another time period is specified in an addendum to theA solicitation. (d)A Product samples. When required by theA solicitation, product samplesA shallA be submitted at or prior to the time specified for receipt ofA quotes. Unless otherwise specified in thisA solicitation, these samplesA shallA be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e)A MultipleA Quotes.A QuotersA are encouraged to submit multipleA quotesA presenting alternativeA line itemsA (provided that the alternativeA line itemsA are consistent with FARA subpartA 4.10), or alternativeA commercial productsA orA commercial servicesA for satisfying the requirements of thisA solicitation. EachA quoteA submitted will be evaluated separately. (f)A Late submissions, revisions, and withdrawals ofA quotes. (1)A QuotersA are responsible for submittingA quotes so as to reach the Government office designated in theA solicitationA by the time specified in theA solicitation. If no time is specified in theA solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date thatA quotesA are due. (2)A AnyA quotation received at the Government office designated in theA solicitationA after the exact time specified for receipt ofA quotesA is "late" and may not be considered unless it is received before purchase order issuance and theA Contracting OfficerA (CO) determines that accepting the lateA quotationA would not unduly delay theA acquisition. (3)A If anA emergencyA or unanticipated event interrupts normal Government processes so thatA quotations cannot be received at the Government office designated for receipt ofA quotesA by the exact time specified in theA solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt ofA quotes will be deemed to be extended to the same time ofA dayA specified in theA solicitationA on the first workA dayA on which normal Government processes resume. (g)A Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, theA quoter s initialA quoteA shouldA contain theA best terms from a price and technical standpoint. However, the GovernmentA mayA reject any or allA quotesA if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h)A Multiple awards. The GovernmentA mayA issue a purchase order for any item or group of items of a quotation, unless theA quoterA qualifies theA quotation by specific limitations. Unless otherwise provided in the Schedule,A quotationsA mayA not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless theA quoterA specifies otherwise in theA quotation. A A A A A A (1)A Availability of requirements documents cited in theA solicitation. (i)A The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in thisA solicitationA mayA be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)A If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued thisA solicitation, a single copy of specifications, standards, and commercial item descriptions cited in thisA solicitationA mayA be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2)A Most unclassified Defense specifications and standardsA mayA be downloaded from the following ASSIST websites: A A A A A A A A A A A A A A A A (i)A ASSIST (A https://assist.dla.mil/online/start/). A A A A A A A A A A A A A A A A (ii)A Quick Search (A http://quicksearch.dla.mil/).A A A A A A A A A A A (3)A Documents not available from ASSISTA mayA be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i)A Using the ASSIST Shopping Wizard (A https://assist.dla.mil/wizard/index.cfm); (ii)A Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii)A Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)A Nongovernment (voluntary) standardsA mustA be obtained from the organization responsible for their preparation, publication, or maintenance. (j)A Unique entity identifier (UEI). Applies to all quotesA that exceed theA micro-purchase threshold, andA quotesA at or below theA micro-purchase thresholdA if theA solicitationA requires the contractor to beA registered in the System for Award Management (SAM).) TheA quoterA mustA enter, in the block with its name and address on the cover page of itsA quote, the annotation "Unique Entity Identifier" followed by theA unique entity identifierA that identifies theA quoters name and address. TheA quoterA alsoA must enter itsA Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to theA UEI. The suffix is assigned at the discretion of theA quoterA to establish additional SAM records for identifying alternative EFT accounts (see FARA subpartA 32.11) for the same entity. If theA quoterA does not have a UEI, itA shouldA contact the entity designated atA www.sam.govA forA UEIA establishment directly to obtain one. TheA quoterA shouldA indicate that it is aA quoterA for a Government contract when contacting the entity designated atA www.sam.govA for establishing theA UEI. (k)A [Reserved] (l)A Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) RFI/Questions: Request for Information (RFI)/ Questions shall be submitted in WRITING ONLY via email to Tony Clemente at Tony.Clemente@va.gov by no later than 9/6/2024 at 4:00 PM EST. Telephonic questions WILL NOT be accepted regarding the procurement of these services. All questions asked by interested Contractors will be answered in an amendment to the solicitation which must be acknowledged, signed, and submitted with the package. Submission Instructions: All interested Contractors must include all documents requested and listed in (b) Submission of quotes to ensure that their package (quote) is complete and must be received by no later than 9/11/2024, by 10:00 AM EST. The Government will only accept electronic submissions via email. All quotations must be sent to Tony.Clemente@va.gov. The email subject line must identify the Combined Synopsis/Solicitation Notice ID 36C24224Q0758. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). There are No Exceptions. All interested Offerors that do not adhere to these instructions may be determined to be incomplete and non-responsive. Therefore, the Contractor risks being rejected without further consideration for award if the following is not provided as instructed. The provision atA 52.212-2 Evaluation Commercial Items applies to this acquisition. Addendum to FAR 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) price (2) past performance (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Price: The Government will evaluate the price schedule submitted by each offeror. Contractors shall submit pricing on Section VI; firm fixed unit pricing shall include all labor, overhead, profit, materials, and associated costs of the like to provide services. Pricing shall not be handwritten on Section VII to ensure they are legible. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (c) Acceptance of Offer. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS (NOV 2021) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.223-2 Reporting of Biobased Products Under Service and Construction Contracts (MAY 2024) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2024) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2024) applies to this acquistion. The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.212-2 Evaluation-Commercial Items (NOV 2021

Post-Bid

Water / Sewer

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
276
Active Projects
137
Bidding Soon
2,145
All Active Projects
898
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 11, 2024

October 11, 2024

img_map_placeholder

113 Holland Ave, Albany, NY


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.