DOCUMENT
Y -- Sheridan Maintenance - Attachment
- Notice Date
- 5/12/2011
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 5 RM 225;Sheridan WY 82801
- ZIP Code
- 82801
- Solicitation Number
- VA25911RP0114
- Response Due
- 6/27/2011
- Archive Date
- 8/26/2011
- Point of Contact
- Jason Brown
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA-259-11-RP-0009 PROJECT # 666-11-114 SHERIDAN MAINTENANCE PROJECT FBO PRESOLICITATION DESCRIPTION The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting proposals for "Sheridan Maintenance" Project #666-11-114. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-11-RP-0114 for the following: Introduction: Construction services are required to complete various maintenance projects as per drawings and specifications under project number 666-11-114. The entire project is to be completed in a 90 day construction period. The project is divided into two (2) sections as follows: Statement of Work: 1)Improve B6 Heat System Contractor shall provide equipment and labor required for the HVAC system remodel in building six. Work will include, minimally, that shown in the drawings, and indicated in the specifications. Work will include: 1.Lay-in ceiling removal and replacement. 2.Chase construction. 3.Ductwork removal and installation. 4.Steam piping removal and installation. 5.Heating water piping installation. 6.DDC control system work. 7.Coordinate work with the VA. This will include, but is not limited to, the VA unit staff, the contracting officer, and the COTR. 8.Provide adequate time for VA to prepare areas for construction. 9.Incorporate Infection Control measures during construction as directed by VA in accordance with facility policy and infection control staff. MCM-140-02. 10.Schedule of work, to include all phasing requirements and coordination of any utility shutdowns. 2)Boiler Plant Repairs Statement of Work Contractor shall complete various gas and coal fired boiler repairs under project number 666-11-802. Repairs shall be provided in accordance with the VHA Boiler Plant Safety Device Testing Manual, Third Edition, VHA Directive 2008-062 Boiler Plant Operations and the Boiler and Pressure Vessel Code: 2004 Edition with Amendments. An overview of the project is as follows: Provide work and material required for: Condensate and DA Tanks 1)Re-pipe condensate storage tank high water alarm. Install Probe type alarm equal to Solartron Mobrey 2462 Hydratect sensor. 2)Re-pipe condensate storage tank low water alarm. Install Probe type alarm equal to Solartron Mobrey 2462 Hydratect sensor. 3)Re-pipe feed water de-aerator high water alarm. Install Probe type alarm equal to Solartron Mobrey 2462 Hydratect sensor. 4)Re-pipe feed water de-aerator low water alarm. Install Probe type alarm equal to Solartron Mobrey 2462 Hydratect sensor. 5)Re-pipe feed water de-aerator overflow system. Remove float type overflow on deaerator and replace with butterfly valve and conductivity probe approved equal to Solartron Mobrey 2462 Hydratect sensor. 6)Replace safety valve for DA tank following a steam pressure reducing valve station (PRV), 6", 15 psi, 13,812 lb/hr. 7)Replace pressure relief valve on DA, 6", 10 psi, 4,671 lb/hr Coal boilers 1)Provide secondary 2" emergency water line to both boilers. Tie in upstream of control valves. Provide ball valve isolation valves. Secondary control valves are not required. Controls 1)Install boiler plant building combustible (LEL) monitor above control room door at 8' above floor. Interlock with building alarm and Trane Summit control system. Approved equal to Kele model GDD. 2)Install carbon monoxide monitor 10 feet above control room door. Interlock with building alarm. Approved equal to Kele model KCOC with relay output. 3)Replace low mounted carbon monoxide monitor above control room door. Interlock with building alarm and Trane Summit control system. Approved equal to Kele model KCOC with relay output 4)Add building pressure sensor and current sensor on make-up air unit and interlock with building alarm and Trane Summit control system. Pressure sensor approved equal to Kele model RPS. Current sensor approved equal to Kele Model RIBXKF. 5)On gas boiler install controls for low flue gas oxygen alarm and firing control cutout. Provide relay, and tie into existing oxygen monitor, and alarm at control panel. Or, provide Oxygen analyzer approved equal to Teledyne 9060L, and provide relay and tie into control panel alarm. 6)Install high gas pressure cutout or alarm on main gas line entering building approved equal to Kele model PTX1 with UCS-121 switch. 7)On gas boiler provide VFD for 40 hp ID fan motor, and control with exhaust flue pressure. 8)Recalibrate boiler air-fuel mixture ratio. By experienced boiler control and instrumentation technician with startup experience. 9)On gas boiler repair exhaust damper control. Gas boiler 1)Install safety relief valve. 7,500 lb/hr, 125 psi. 2)Provide welded 1" tap in 4" steel gas pipe for high gas pressure cutout and alarm. 3)Provide 2" secondary emergency water line. General Items 1)Wire, low voltage, and high voltage, shall be in conduit. 2)Work description to be performed and a VAMC Boiler Plant Safety Testing Evaluation with description of deficiencies will be provided for bidding purposes. Deductive alternates: Deductive alternates, if need be, will be subtracted from the base bid in the order listed below until the VA reaches a price that will meet the project budget. The base bid shall be all items listed above. 1)The first deductive alternate shall be the price for the 40 hp VFD installation, air-fuel mixture ratio setting, and the exhaust damper controls. Codes for all sections of work: All work shall be provided in accordance with the most current edition of the following criteria: a.VA Construction Specifications provided with bid package. b.Drawings. c.VA Design and Construction Procedures. VA PG-18-3. d.National Fire Protection Association Codes (NFPA) e.National Electrical Code (NEC). f.Occupational Safety and Health Administration (OSHA) standards. CONTRACT DURATION: Performance period is approximately 90 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $250,000 and $500,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 236220 is applicable to this acquisition with a Business Size Standard of $33.5 million. Solicitation documents will be available electronically on or about May 27, 2011, at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is tentatively scheduled for June 7 at 8:00 a.m. (Mountain Time), in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801. Prospective bidders are encouraged to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. This will be the only site visit allowed; alternate site visit requests will not be accommodated. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-11-RP-0114 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered AND VERIFIED as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25911RP0114/listing.html)
- Document(s)
- Attachment
- File Name: VA-259-11-RP-0114 VA-259-11-RP-0114.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200148&FileName=VA-259-11-RP-0114-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200148&FileName=VA-259-11-RP-0114-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: 1898 Fort Road;Sheridan WY
- Zip Code: 82801
- Record
- SN02445888-W 20110514/110512234100-62c1bf06d05d115d23a72516082be868 (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 |