Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
MODIFICATION

41 -- purchase Cooling Towers (2 each)

Notice Date
7/9/2007
 
Notice Type
Modification
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Contracting Officer (90C);Department of Veterans Affairs;VAMC;800 Zorn Ave;Louisville KY 40206
 
ZIP Code
40206-1499
 
Solicitation Number
VA-249-07-RP-0052
 
Response Due
7/25/2007
 
Archive Date
9/23/2007
 
Point of Contact
Victoria S Caudill Contracting Officer 502-287-6108
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation. Request for Proposal VA-249-07-RP-0052 titled Purchase Cooling Towers (2) each, is hereby issued for commercial items as 100% set-a-side for small business and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2006-16 and VAAR 97-10. NAICS Code 423730 applies for this procurement and the small business size standard is 500 employees. This announcement/solicitation constitutes the only bid document that will be issued. A separate written solicitation document will not be issued. Contractor's proposals, cost and technical are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must be address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. The Louisville Kentucky, VA Medical Center, 800 Zorn Avenue, has a requirement for TWO (2) each, Tower Tech Model TTXE-081950 or equal; open-circuit, forced-draft, counterflow fiberglass Cooling Towers as described. Each module must be capable of operating independently or in combination of other modules, including future modules; Cold water basin and tower casing shall be constructed of FRP with UV inhibitors or of 304 stainless steel. FRP must have a flame spread rating less than 25 or a flammability coefficient of 94-VO; FRP must be minimum thickness of ¼" and a minimum density of 0.07 lb/in cubed; Cooling tower support shall withstand the effects of gravity loads within limits and under conditions indicated according to SEI/ASCE 7. Tower shall or casing shall have a perimeter basin. Tower shall be equipped with a terminally mounted sump; fill shall be PVC; drift eliminators shall be minimum three-phase PVC of cellular design impervious to decay, fungus and biological attach. Drift losses shall not exceed 0.005% of the design circulating flow rate. Tower shall utilize a water collection system; Tower shall contain at least one fan/motor for each cell, motor/fan shall be in the incoming air, not in the moist discharge air; fans shall be of axial, airfoil design positioned within an aerodynamically streamlined fiberglass shroud and installed with a minimum of tip clearance for maximum efficiency; water level control with solenoid valves are required; electric basin heater is required; Controls shall be factory installed and wired, and functionally tested at factory before shipment; Personnel access components: doors to be large enough for personnel to access cooling tower internal components from both cooling tower end walls and shall be operable from both sides of the door; external ladders that meet all safety requirements shall be aluminum, galvanized, or stainless steel with extensions to access external platforms and top of cooling tower from adjacent grade without need for portable ladders (29CFR 1910.27); Capacities and Characteristics: minimum number of fans as required so one cell will not effect capacity of remaining cells 90% design capacity; Air inlet - four sides/bottom; max drift loss is 0.005 percent of design water flow; total water flow 3810 GPM; min water flow 1905 GPM; max water pressure drop 1.5PSIG; entering water temp 95 deg F; exiting water temp 85 deg F; entering air wet bulb temp 78 deg F; Fan and Drive type - Axial with direct drive or centrifugal with belt drive; and basin heater. Overall dimensions shall not exceed 27" x 12'-6" x 13' high; Purchase shall consist of manufacture, delivery to site, supervision of setting of the cooling towers, startup, training, and warranty of cooling towers and ancillaries as specified. Deliver is to be at the VA Medical Center, 800 Zorn Avenue, Louisville, Kentucky by October 1, 2007. This purchase does NOT include installation. Installation shall be accomplished by a separate contractor employed by VA Medical Center under construction project # 603-06-104. Tower manufacturer will coordinate with installing contractor sizes, locations, and anchoring attachments of structural steel support structures. Towers will be installed per Drawings prepared for VA by Luckett & Farley, 737 S. 3rd St., Louisville, Kentucky 40202. Drawings will be provided to company receiving award for purchase of towers. Contractor shall cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under the contract. Coordinate the work of this contract with work performed under separate contracts. VA expects to make a single award for a firm fixed price contract. Award will be made to the contractor determined to be the best value to the Govt. Evaluation may be made with or without discussion with the offeror(s). All responsible sources that can meet the requirements and provide supplies/services as identified herein may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid forms. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: (FAR) http://www.acquisition.gov/comp/far/index/html, and (VAAR) http://www1.va.gov/oamm/oa/ars/policyreg/vaar/vaarpdf.cfm; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items; 52-212-3 Offeror Representations and Certification-Commercial Items (NOTE - Offerors must include completed copy of Offeror Representations and Certifications along with his/her offer); 52.217-8 Option to extend services; 52.212-4 Contract terms and Conditions - commercial items; 52.212-5 Contract Terms and Conditions required to implement statutes on executive orders - commercial items. Paragraphs (c)(1), (c)(2) and (c)(5) apply; VAAR 852-270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; 852-270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the equipment/service proposed, and a completed copy of provision 52.212-3. Price quotation as follows: Line Item #1: Cooling Towers as specified, delivered and set into place, at a quoted rate of $________each. Offers shall submit proposals as soon as possible but no later than 3:00 PM EST on July 25, 2007 to Vicky Caudill (90C), VA Medical Center, 800 Zorn Avenue, Louisville KY 40206-1499. Faxed proposals will be accepted at (502) 287-6115. All proposals must identify the solicitation number and name. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUL-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/LoVAMC603/LoVAMC603/VA-249-07-RP-0052/listing.html)
 
Record
SN01337772-F 20070711/070709222626 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.