SOURCES SOUGHT
J -- SOURCES SOUGHT NOTICE - REPLACE TWO STEAM PEDESTAL STYLE CONDENSATE PUMPS WITH TWO NEW PUMPS Washington DC VA Medical Center 36C24526Q0168
- Notice Date
- 12/9/2025 5:16:49 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24526Q0168
- Response Due
- 12/23/2025 7:00:00 AM
- Archive Date
- 02/21/2026
- Point of Contact
- Bill Pratt, Contracting Officer, Phone: 410-642-2411
- E-Mail Address
-
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
- Awardee
- null
- Description
- SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. The Washington DC VA Medical Center is in need of a qualified contractor to replace two (2) pedestal-style steam condensate pumps. With new pedestal style steam condensate pumps. Scope of work on the last page. Interested & Capable Responses: Must respond with the following information. NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Washington DC VA Medical Center. Please respond to this RFI/Sources Sought 36C24526Q0168 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (including applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted by 10:00 AM (ET) by 12-23-2025, Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov Respond: 36C24526Q0168 Sources Sought Notice | Company Name This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). Scope of Work: STATEMENT OF WORK (SOW) STEAM CONDENSATE PUMP REPLACEMENT WASHINGTON DC VA MEDICAL CENTER 50 IRVING ST. NW, WASHINGTON DC 20422 1.0 Project Objective The objective of this project is to replace two existing pedestal-style steam condensate pumps� (Pump P-1 and Pump P-2) with new, specified pump models, ensuring the reliable and efficient return of steam condensate to the boiler system. This includes all necessary mechanical, electrical, and piping modifications. 2.0 Scope of Work (SOW) The contractor shall furnish all necessary labor, supervision, materials, tools, equipment, and services required to complete the installation of the new pumps as specified below. 2.1 Pre-Installation and Safety � � � � Safety Plan:� Develop and submit a site-specific safety plan (including Lockout/Tagout procedures). � � � � System Shutdown:� Coordinate and execute the safe shutdown, isolation, and draining� of the condensate return system and associate steam/utility lines for the existing pumps. � � � � Containment:� Provide necessary containment and temporary bypass for condensate overflow, if required, to ensure continuous facility operation where possible. 2.2 Removal and Demolition � � � � Disconnect Utilities:� Disconnect all associated electrical power, control wiring, and piping (suction, discharge, vent, and equalization) from the existing pumps. � � � � Pump Removal: Safely remove and dispose� of the two existing pedestal-style condensate pumps (P-1 and P-2) from the mechanical room. � � � � Preparation:� Prepare the existing pad or mounting surface for the new pumps, including minor modifications or cleaning as necessary. 2.3 Installation of New Pumps � � � � New Equipment:� Furnish and install two new specified steam condensate pumps and motors� (or a pre-packaged duplex unit) on the prepared mounting surface. � � � � Note: Specify the exact make, model, capacity (GPM), and total developed head (TDH) for the replacement unit here. � � � � � � � � Mechanical Installation:� Securely anchor the new pumps/unit to the foundation. � � � � � � � � Piping Installation: � � � � � � � � Install new condensate suction and discharge piping� and fittings to connect the new pumps to the existing header lines. � � � � � � � � Install new isolation valves� (ball or globe) and check valves� on the discharge side of each pump. � � � � � � � � Install new vents, overflow lines, and equalization lines� as required by the new pump specifications. � � � � � � � � Instrumentation:� Install new pressure gauges and/or thermometers on the system as required for monitoring pump performance. 2.4 Electrical and Controls � � � � Power and Wiring:� Connect the electrical power supply to the new pump motors and control panel (if a packaged unit is used), ensuring proper sizing and adherence to all electrical codes. � � � � Controls:� Install and wire the necessary level controls� (floats, probes, or transmitters) and the alternating switch/starter panel� for duplex operation, including Hand-Off-Auto (H-O-A) controls. � � � � Alarms:� Connect the high-level alarm and any fault signals to the existing Building Management System (BMS) or local alarm panel, as specified. 2.5 Commissioning and Closeout � � � � � � � � Testing: Hydrostatically test� any new or modified piping for leaks. � � � � � � � � Start-up:� Coordinate with the facility team to re-introduce steam and condensate, and perform the operational start-up� of the new pump system. � � � � � � � � Performance Verification:� Verify proper pump rotation, flow, pressure, and automatic alternation/operation. � � � � � � � � Insulation:� Re-insulate all new or disturbed piping and components. � � � � � � � � Clean-up:� Remove all debris, leftover materials, and old equipment from the site. � � � � � � � � Training:� Provide basic operational and maintenance training� to the facility staff. 3.0 Deliverables The contractor shall provide the following upon project completion: � � � � � � � � Commissioning Report:� Documentation of all tests performed, verified pressures, flows, and successful operational start-up. � � � � � � � � As-Built Drawings:� Updated drawings or red-line markups showing the final configuration of piping and electrical connections. � � � � � � � � Operating Manuals:� Two (2) hard copies and one (1) electronic copy of all O&M manuals, cut sheets, and parts lists for the new pumps. � � � � � � � � Warranties:� Formal manufacturer and labor warranties. � � � � � � � � Safety Closeout:� Confirmation that all Lockout/Tagout and safety permits have been properly closed. 4.0 Schedule and Milestones � � � � � � � � Duration:� The estimated time for project completion is [X]� working days. � � � � � � � � Key Milestones: � � � � 1� � � � Submission of Submittals (Safety Plan, Equipment Data): [Date/Days from Notice to Proceed (NTP)] � � � � 2� � � � Delivery of New Equipment to Site: [Date/Days from NTP] � � � � 3� � � � System Shutdown and Removal of Old Pumps: [Date/Window] � � � � 4� � � � Mechanical and Electrical Completion: [Date/Window] � � � � 5� � � � Commissioning and Final Turnover: [Date/Window] 5.0 Responsibilities Party Responsibility Contractor All work defined in Section 2.0, including procurement, installation, testing, and clean-up. Provide all skilled traders and certified personnel. Owner/Facility Grant site access, coordinate and approve system shutdown timing, provide access to existing utilities (power, steam, etc.), and provide a point of contact for coordination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a2511086dc6c4e4299a934f795790047/view)
- Place of Performance
- Address: Department of Veterans Affairs Washington DC VAMC 50 Irving Street NW, Washington, DC 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN07661382-F 20251211/251209230046 (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 |