Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 04/30/2025
Response Date: 05/14/2025
Archive Date: 07/13/2025
More Opportunities
Solicitation Number:
36C25625R0045
Primary NAICS:
236220 - Commercial and Institutional Building Construction
Notice Type:
Presolicitation
Location:
Little Rock Arkansas 72205 USA
Set Aside:
SDVOSBC
Presolicitation Notice Presolicitation Notice Page 3 of 3 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 3 THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The Central Arkansas Veterans Healthcare System (CAVHS), North Little Rock, Arkansas, has a requirement titled "Heating Water/Upgrade Water System -JLM for project number 598-21-108. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). Please do not send questions to this notice as it is only a Pre-Solicitation Notice. Questions will be accepted only after the solicitation has been published. The Central Arkansas Veterans Healthcare System has a project to remove and replace the existing heating water infrastructure with a new system while offering minimal system interruption. The work includes replacing steam pressure reducing stations, steam to hot water convertors, pumps, automatic valves, piping, and other boiler / hot water pumping system related equipment. Project will include extending piping system to permit tie-in for new equipment. This list is not exhaustive. The work will be completed in phases to help alleviate service interruptions. A brief description of each phase is listed below: Phase 1 will consist of coordinating a shutdown of the high-pressure steam distribution to the steam pressure reducing station (PRS) in the 3rd level mechanical equipment room (MER). Demolish the existing PRS piping and valves and prepare the remaining connections for the new work. Install the new PRS piping and valves. Contractor to provide testing and demonstration of the new system for proper operation and response to outside air temperature inputs prior to turnover to the VA. Demolish existing medium pressure condensate flash tank at the mezzanine level of the energy center and prepare piping connections for new equipment. Install new medium pressure condensate flash tank in the same location. contractor to provide testing and demonstration of the new system for proper operation prior to turnover to the VA. Phase 2 will install (2) new steam-to-hot water heat exchangers, pumps, auxiliary equipment, and concrete housekeeping pad on the north side of the MER stairwell, as shown on the plans. Install new condensate piping to accommodate the new equipment and prepare for connection to existing piping. Contractor to test and demonstrate proper operation of the new system and response to control inputs prior to turnover to the VA. Demolish (2) existing steam-to-hot water heat exchangers, pumps, and auxiliary equipment, as shown on the plans. Demolish existing steam/hydronic/vent/condensate piping to the limits of demolition and prepare for connection to new piping. Phase 3 will install new steam-to-hot water heat exchanger, pump, and auxiliary equipment to serve the operating suites in pods 2B & 2F, as shown on the plans. Install new steam/hydronic/vent/condensate piping to accommodate the new equipment and prepare for connection to existing piping. demolish existing steam-to-hot water heat exchanger, pump, and auxiliary equipment, as shown on the plans. Demolish existing steam/hydronic/vent/condensate piping to the limits of demolition and prepare for connection to new piping. Install new automated crossover valve spool-piece between the primary HHW and operating room HHW distribution systems to permit full-temperature HHW to the operating room suites during the summer season. Extend the HHWS/R piping from the operating room heat exchanger to the pod 2F operating room suites. Contractor to provide testing and demonstration of the new system for proper operation and response to control inputs prior to turnover to the VA. Phase 4 will extend 1-1/2"HHWS/R piping from the 6th floor level in mechanical shaft NE-2 up to the 7th floor level and connect to existing HHWS/R piping to serve pod 7E. Contractor to provide testing and demonstration of the new system for proper operation prior to turnover to the VA. Demolish existing steam-to-hot water heat exchanger, pumps, and auxiliary equipment in the 7e penthouse. Demolish existing steam / hydronic / vent / condensate piping to the limits of the demolition. Any contracts awarded will cover work at this medical center. Contract award will occur upon evaluation and selection of the proposals determined to best serve the Government. Electronic Portable Document Format (.pdf) copies of drawings and specifications to this work will be furnished by VA upon Contractor s written request to the Contracting Officer (CO). Hard copies of SOW, drawings, and specifications must be the Contractor s responsibility and expense. Contractor is responsible to verify existing and new dimensions, locations, and quantities to complete this project at the John L. McClellan Memorial Veterans Hospital, 4300 West Seventh Street in Little Rock, Arkansas, 72205. The period of performance will be 240 calendar days from the Notice to Proceed. Interested offerors are asked to please first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. The RFP number for this project is 36C25625R0045. The tentative date for issuing the RFP is on or around May 19, 2025, with proposals due approximately 30 calendar days later on- or- around June 19, 2025 (the RFP will state the exact time/date that proposals are due). The RFP will be posted and can be downloaded (without charge) from the SAM.gov website. Amendments to the RFP will not be mailed out but will be posted at the SAM.gov website Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the SAM.gov website and for acknowledging all amendments to the RFP. It is the responsibility of all interested offerors to check the SAM.gov website necessary for any Amendments to the RFP (to include the day bids are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, the offeror must represent to the Contracting Officer that is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Small Business Association website Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov and have the Veterans Small Business Certification. SDVOSB concerns must also be registered in the System for Award Management (SAM) database at www.sam.gov . Interested parties are strongly encouraged to register to receive notification of actions including posting of the solicitation and any amendments. ADDITIONALLY, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE. A 90-day proposal acceptance period will be required. A bid bond must be submitted with the proposal. Performance and Payment bonds will be required from the contractor receiving the award. The magnitude of construction is between $2,000,000 and $5,000,000. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220 - Commercial and Institutional Building Construction and the Small Business Administration (SBA) Size Standard is $45M. DISCLAIMER: This Pre-solicitation Notification is NOT a Solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any liability associated with the submission of information in response to this notice is the responsibility of the submitting contractor. The Government shall not be held responsible or liable for any information submitted, or for any costs associated in response to this notice. End of Document
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.