DOCUMENT
Z -- SF Replace Med Air Bldg 200 - Attachment
- Notice Date
- 3/26/2012
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- VA26112B0685
- Response Due
- 5/11/2012
- Archive Date
- 8/9/2012
- Point of Contact
- William W. Hall Jr
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTIFICATION ACQUISITION IS A TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE (SA) Solicitation (IFB) Number: VA261-12-B-0685 Project Number: 662-12-002 Project Title: Bldg. 200 Medical Air and Vacum System Upgrade Project Location: VA, VHA, SFHCS, San Francisco, CA Project Magnitude: between $250,000 and $500,000. IFB is to be issued electronically free of charge at FBO Website. The solicitation will be issued on or about April 10, 2012 with the bid opening on or about May 11, 2012. The bidder is responsible to monitor and download any amendments from FedBizOpps https://www.fbo.gov which may be issued to this solicitation. A Pre-Proposal Conference (PPC) may be held for this project. Details of any PPC will be included in the solicitation package. Attendance at PPC is not mandatory for a firm's submission of an Offer. Exact times, dates, and locations shall be provided in the IFB. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), this construction project is set-aside for Service-Disabled-Veteran-Owned Small Business (SDVOSBs). All prospective contractors must be registered on the VetBiz website and be VISIBLE on this website, http://www.vetbiz.gov, to be considered for award. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, VAAR 802.101 VetBiz Registration, prospective firms must be registered in Central Contractor Registration (CCR) and in the VetBiz databases prior to award as a SDVOSB firm, and must have current record in the Online Representations and Certifications Application (ORCA) prior to bid opening. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register online at http://www.ccr.go you may register in VIP at http://vip.vetbiz.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov Applicable NAICS Code is 238220 Plumbing, Heating, and Air-Conditioning Contractors Applicable Product / Service Code is Z1DZ (Old Code Z149) Maintenance of Other Hospital Buildings. Contracting Activity: Department of Veterans Affairs (VA) Network Contracting Office 21 (NCO 21) Building AB7, Room AB732 150 Muir Road Martinez, CA 94553 Engineering Activity: Department of Veterans Affairs (VA) San Francisco Health Care System (SFHCS) San Francisco, CA Bldg. Bldg. 200 Medical Air and Vacum System Upgrade Project # 662-12-002 GENERAL INTENTION: Contractor shall perform all work for the "Building 200 Medical Air and Vacuum System Upgrade" project at the San Francisco VA Medical Center, 4150 Clement Street, San Francisco, CA 94121, as required by this revised document dated 12/7/2009. SCOPE OF WORK: Task A: Dental Vacuum System Replacement All work in this scope is to take place in the basement of Bldg 200. Before the demolition of the existing system, the contractor shall have a third party Industrial Hygienist to test for any hazardous material. The contractor shall abate accordingly based on those results. If no abatement is required, the contractor shall notify the COR. This project shall replace the existing dental vacuum pump system in the basement of Building 200. The contractor shall furnish all labor, materials, equipment, and supervision to install a new dental vacuum system which includes but not limited to the installation of a new Amalgam/Mercury Separator, two (2) new separator tanks, two (2) new dental vacuums, and all associated piping, approximately 150 ft, including but not limited to, piping to the exhaust, piping that connects the separator, separator tanks, and the vacuums. The contractor shall install (2) new valves to the existing point of connection that connects to the dental area to allow for shut off capabilities for each pump. The contractor shall install the new system mentioned above per attached specifications and NFPA 99 requirements. The contractor shall size all pumps, separators, holding tanks, and VFDs based on a 14 dental chair demand located on the 1st floor of Building 200 and attached specifications and NFPA 99 requirements. The contractor shall submit all system manufactures and specifications and proposed new schematic to the COR and have it approved before the order and installation. The contractor shall install a new control system that allows for 24/7 operation with Toshiba VFD's that allows for engineering and end user to start/stop electronically with monitoring capabilities in BLDG 6 and the dental service area respectively. The pumps shall be controlled such that one pump is the primary, or lead, pump on any given day and the remaining pump or pumps are secondary, or lag, pumps. The lag pump(s) only kick in when demand exceeds the lead pump's capacity. The pumps are automatically cycled such that each day a different pump serves as the lead pump. The system shall also read that if the primary pump at the time fails, the secondary pump will automatically come on line. At a minimum, the contractor shall have experience in installing N2 networks that tie into a Johnson Controls Metasys system. The contractor shall replace three Disconnect Switches connected with the Dental Pumps with new 600amp 480v stainless steel Disconnect Switches. The contractor shall size and install the new disconnect switches and associated work according to NEC code and NFPA 99, 70E and attached specifications. The contractor shall run all conduit to and tie-in to EMS-B which is located in the same building. The disconnect switches be fully functions after installation with the new controls system. Utility shutdowns for this work will mostly occur on weekends or late at night. Before any work can begin a clear plan of all electrical work must be submitted to the VA for approval. This plan should very specific on time lines and give step by step instructions for each piece of work to be completed. All work, including all hot work must comply with NEC and NFPA 99, 70E. Utility shutdowns for this project shall be incremented and scheduled ahead of time. A full submission of all shutdowns for the whole project shall be given 45 days before the first shutdown is to occur. Before any work to occur on this project all equipment must be either on the job site or stored by the contractor on the facility. A one line diagram attached shows exactly how the Disconnect Switches are now, and the second one line diagram shows what the VA wants accomplished after the upgrade. All manufactures test reports and training must be included in this project along with the warranty for the equipment. Task B: Building 200 Medical Air and Vacuum System Upgrade The contractor shall install a new Medical Air System in Building 200. Currently, the Medical Air system is fed from Building 205. The contractor shall furnish all labor, materials, equipment, and supervision to install a new Medical Air system that allows for Building 200 to be fed by the new system with the fed from Building 205 used as a redundancy. The contractor is responsible for removing the existing system. Phasing is necessary as the system needs to remain functional throughout the project. The contractor shall back feed the system with the existing feed from Building 205 during this phase of the project. The contractor shall install service valves that allow for isolation to Building 200 during and after the installation. The contractor shall install all the electrical for the new system. The contactor shall test all medical air lines for the building's air demand and size the new pumps accordingly per NFPA 99 2012 edition. The contractor shall install all associated piping per NFPA 99 2012 edition and connect with existing medical air lines that connects with the medical air loop of Building 200. The contractor shall submit all system manufactures and specifications and proposed new schematic to the COR and have it approved before the order and installation. The contractor shall have a third party medical air certifier to certify all lines affected by this new system in Building 200. The contractor shall furnish all labor, materials, equipment, and supervision to install all necessary pumps, piping, supports, and controls to replace the two (2) existing medical vacuum pumps with new. The contractor is responsible for removing the existing system. Phasing is necessary as the system needs to remain functional throughout the project. The vacuum pumps shall meet existing vacuum requirements. Currently, there is one pump on a lead/lag system and the other with one compressor. The contractor shall install two (2) new vacuum pumps both with lead/lag capabilities. The contractor shall submit all system manufactures and specifications and proposed new schematic to the COR and have it approved before the order and installation. The vacuum pumps shall be installed per NFPA 99 2012 Edition and project specifications. The contractor shall install a new control system that allows for monitoring and control of all valves associated with the new system in BLDG 6 Engineering. The contractor shall install controls that allow for the vacuum pump system to act as a lead/lag system. For the new Medical Air system, the contractor shall integrate this with the existing oxygen pressure monitoring system installed at the SFVA. At a minimum, the contractor shall have experience in installing N2 networks that tie into a Johnson Controls Metasys system. Task C: Discharge Sump Pump Replacement The contractor shall furnish all labor, materials, equipment, and supervision to remove three existing sump pumps and install three new sump pumps and all subsequent piping with all new electrical tie ins. The pumps are in two separate locations in the basement of Building 200, as shown on the attached drawing. The contractor shall replace all electrical components associated with the existing pumps with new. The contractor shall replace all existing holding tanks that the sump pumps are in. Interested parties shall be required to demonstrate verification in the US Department of Veterans Affairs Vet Biz CVE Database. The VA wishes to thank all firms interested in this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112B0685/listing.html)
- Document(s)
- Attachment
- File Name: VA261-12-B-0685 VA261-12-B-0685_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312998&FileName=VA261-12-B-0685-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312998&FileName=VA261-12-B-0685-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-12-B-0685 VA261-12-B-0685_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312998&FileName=VA261-12-B-0685-000.docx)
- Record
- SN02705181-W 20120328/120326234213-d1100bd76addc54a00db82d74efe368c (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 |