West Virginia Bids > Bid Detail

4820--Safety Relief Valves - Hershel "Woody" Williams VA Medical Center

Agency:
Level of Government: Federal
Category:
  • 48 - Valves
Opps ID: NBD00159459731287772
Posted Date: Oct 10, 2023
Due Date: Oct 13, 2023
Source: https://sam.gov/opp/d6a3056fbb...
Follow
4820--Safety Relief Valves - Hershel "Woody" Williams VA Medical Center
Active
Contract Opportunity
Notice ID
36C24524Q0031
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 10, 2023 03:14 pm EDT
  • Original Response Date: Oct 13, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4820 - VALVES, NONPOWERED
  • NAICS Code:
    • 332911 - Industrial Valve Manufacturing
  • Place of Performance:
    Hershel "Woody" Williams VA Medical Center Huntington , WV 25704
    USA
Description
Department of Veterans Affairs/VISN 5/RPO-E/NCO5
Sources Sought Notice
Safety Relief Valves

Veterans Affairs Network Contracting Office (NCO) 5 is seeking sources for Safety Relief Valves for the Hershel "Woody" Williams VA Medical Center. The requirement will support the medical center stay within compliance of policies found in VHA Directive 1810.

The NAICS code for this contract action is 332911 - Industrial Valve Manufacturing (SBA Size Standard: 750 employees). The Product Service Code for this action is 4820 - Valves, Nonpowered. Responses from vendors classified in similar NAICS codes and/or PSCs are encouraged and will be accepted.

The equipment being sought for the requirement is listed below -

Safety Relief Valves
Brand Name or Equal to the following:
Description
Brand Name or Equal
Safety Relief Valve, Cast Steel, ASME Section 1, 2 300# Flanged Inlet x 3 150# Flanged Outlet
Kunkle Safety Relief, Part # 300LKH01 - AS0115
Safety Relief Valve, Cast Steel, ASME Section 1, 2 300# flanged inlet x 3 150# flanged outlet
Kunkle Safety Relief, Part # 300LKH01 - AS0120
Safety Relief Valve, Cast Steel, ASME Section 1, 1.5 300# flanged inlet x 2.5 150# flanged outlet
Kunkle Safety Relief, Part # 300LJG01 - AS0115
Safety Relief Valve, Cast Steel, ASME Section 1, 1.5 Flanged Inlet 300# x2.5 150# Flanged Outlet
Kunkle Safety Relief, Part # 300LJG01 - AS0120

Salient Characteristics/Features
Heavy duty construction of high-quality cast steel with stainless steel full-nozzle trim
Bolted yoke design
Steel yoke incorporates a cover-shield for guiding surfaces and provides for fully exposed spring
Seats lapped to flatness for tight shutoff
Dual control rings offering adjustability for opening with minimum pre-open or simmer and exact blowdown control
Heavy duty lift lever assembly
All adjustments are factory sealed
Each valve tested and inspected for pressure setting and leakage

Must be compatible with the following boilers: Johnston 400hp firetube boiler (16,000 lbs/hr), Kewanee H3S-350-GO2, 350hp firetube boiler (13,990 lbs/hr), Kewanee H3S-300-GO2, 300hp firetube boiler (11,991 lbs/hr), Cleaver Brooks CB-LE 350hp firetube boiler (12,075 Lbs/hr)
Must be in compliance with VA Design Alert 151
Respondents to the Sources Sought Notice are to provide a capabilities statement which addresses at minimum:

Contractor name
Contractor address
Contractor point of contact, phone, and email address
Contractor Business Size (i.e., other than small business or small business)
Contractor Unique Entity Identifier (UEI) number
Capabilities statement
Estimated delivery timeframe
Authorized distributor letter (if applicable)
Small Business Classification (if applicable)
Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) SBA Veteran Small Business Certification (VetCert) (if applicable)
FSS/GSA Contract number (if applicable)

Please limit responses to a maximum of five pages.

Respondents are advised that minor grammatical errors may be present in the Sources Sought notice. Please only bring such issues to the attention of the government if you cannot discern the meaning of a specific sentence or section of the document.
Not responding to this request does not preclude participation in future order requests.
Interested parties may express their interest by providing a complete response no later than Friday, October 13, 2023, at 4 pm ET. The response must provide clear and unambiguous evidence to substantiate the capability of the party to satisfy the requirement. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement 36C24524Q0031 Sources Sought Notice. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Johao Stewart by email at johao.stewart@va.gov. If the requirement is to be solicited, authorized distributors will be required to provide a letter of supply/direct letter from the original equipment manufacturer(s) to verify interested parties are an authorized distributor of the product(s) they seek to provide. Please note, during this time the government is unable to provide direct responses to any questions received. However, due consideration will be given to all feedback and any feedback received may be used to revise the requirements.

Information from this Sources Sought Notice may lead to one-on-one market research discussions and other recommended approaches to industry engagement. The results of this notice will help identify a procurement strategy, including a set-aside, if appropriate. We plan to publish a solicitation on/around the end of October 2023.
No other information is available at this time.

DISCLAIMER:
This Request for Information/Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Request for Information/Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Request for Information/Sources Sought.
Best,

Johao Stewart, Contact Specialist
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 10, 2023 03:14 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >