SOLICITATION NOTICE
Y -- 899-MM-25-005 Gate Valves, Master Valves & Flow Sensors National Memorial Cemetery of the Pacific
- Notice Date
- 6/9/2025 4:15:53 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78625B0042
- Response Due
- 6/23/2025 11:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- Michael Giaquinto, Contracting Specialist
- E-Mail Address
-
michael.giaquinto2@va.gov
(michael.giaquinto2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Presolicitation Notice Presolicitation Notice Page 4 of 4 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 4 Solicitation Number: 36C78625B0042 Project Number: 899-MM-25-005 Gate Valves, Master Valves & Flow Sensors Description: Gate Valves, Master Valves & Flow Sensors at NATIONAL MEMORIAL CEMETERY of the PACIFIC This notice is provided for information purposes only and does not constitute a request for Bid, Proposal, or Quote. The Department of Veterans Affairs (VA), National Cemetery Administration (NCA) intends to issue solicitation number 36C78625B0042 entitled, Gate Valves, Master Valves & Flow Sensors at NATIONAL MEMORIAL CEMETERY of the PACIFIC on or about June 23, 2025, unless additional notice is given, or this notice is modified or cancelled. Scope of Work: The Contractor shall furnish all labor, materials, equipment, tools, supplies, services, and supervision to complete all work to remove eleven (11) irrigation points-of-connection (P.O.C) to include existing gate valves, flow sensors, valve boxes and associated piping, and replace with new isolation valves, master valve & flow sensor assemblies, valve boxes and associated piping. Related work also includes, but is not limited to: replacement of existing valve assemblies and sprinkler line relocation in conflict with the new work, and related restoration work to include turf repair by sod, and turf establishment. The Period of Performance is 150 days from Notice to Proceed. Work will be accomplished in accordance with VA requirements, Federal, State, and Local Code requirements. All work will be conducted in such a manner as to minimize the impact on the cemetery operations. Submission of a schedule that minimizes the effect of normal operations on the cemetery shall be approved by the Contracting Officer s Representative (COR) and Cemetery Director prior to the start of work. DESCRIPTION/STATEMENT OF WORK/SPECIFICATIONS Description: Selective irrigation system replacement includes eleven (11) irrigation submain points-of-connection (P.O.C.) assemblies to include: Hand-excavation and selective demolition of existing P.O.C. assemblies as required for installation of new assemblies. Replacement of irrigation isolation valves to existing irrigation main service lines. Replacement of domestic isolation valves to existing domestic service lines. Replacement of flow sensor assemblies. Replacement of existing remote control valve assemblies requiring relocation for new work. Providing master valve assemblies. Providing air and vacuum release valve assemblies. Providing wire/cable conduit runs with pull boxes for master valve & flow sensor assemblies. Providing valve box and vault assemblies for new and replacement valves. Period of Performance The Contractor shall complete all work including submittals, reviews, quality control, repair/construction services, punch list corrections, clean up, invoicing and closeouts documentation submittal within 150 days from Notice to Proceed. Place of Performance Department of Veterans Affairs National Cemetery Administration National Memorial Cemetery of the Pacific 2177 Puowaina Dr Honolulu, HI 96813 The Product Service Code (PSC) for this procurement is Y1PZ - Construction of Other Non-building Facilities. The North American Industry Classification System (NAICS) code for this procurement 238220 Plumbing, Heating, and Air-Conditioning Contractors, and the business size standard is $19.0 Million. Per FAR 36.204, the magnitude of construction for this project is between $250,000 and $500,000. The full Solicitation, Specifications and Drawings will be posted on Contract Opportunities on or about June 23, 2025, unless additional notice is given, or this notice is modified or cancelled at SAM.gov. The response submittal address, date and time will be included in the solicitation. As noted, this procurement is 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be rejected as non-responsive. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered. (See VAAR Clause 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) To be eligible for award, the SDVOSB must be considered small under the relevant NAICS code and must be registered and verified in the following websites: those desiring to receive an award from this solicitation must be registered at https://veterans.certify.sba.gov/. Companies must have the Certified Veteran Enterprise (CVE) seal on their registration to be considered for an award. The VIP database will be checked both upon receipt of an offer and prior to award; firms must be currently registered in the System for Award Management (SAM) database at www.SAM.gov and have completed online Representations and Certifications prior to contract award. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the CO that it is (1) SDVOSB eligible under VAAR Subpart 819.70; (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in VIP database at: https://veterans.certify.sba.gov/. Interested bidders will be required to furnish a Bid Bond; and the awarded Contractor will be required to provide Performance and Payment Bonds. This presolicitation notice is not an invitation to submit a bid. The Contracting Officer and point of contact for this solicitation is Michael Giaquinto at michael.giaquinto2@va.gov. Telephone requests will NOT be accepted. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a7dc02606dc04edfbb847ed8b5143e2c/view)
- Place of Performance
- Address: NATIONAL MEMORIAL CEMETERY of the PACIFIC 2177 Puowaina Dr, Honolulu, HI 96813, USA
- Zip Code: 96813
- Country: USA
- Zip Code: 96813
- Record
- SN07470391-F 20250611/250609230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |