DOCUMENT
41 -- COMPLETE OVERHAUL OF CHILLER NORTHPORT VAMC - Attachment
- Notice Date
- 7/30/2012
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24312Q1952
- Response Due
- 8/3/2012
- Archive Date
- 11/1/2012
- Point of Contact
- NEFERTITI MCDONALD
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Document Type: Sources Sought Solicitation Number: N/A Original Response Date: August 3, 2012 at 10:00AM. Classification Code: 41- Refrigeration/Air Conditioning NAICS CODE- 238220 Contracting Office Information: Department Of Veterans Affairs Network Contracting Office 3 130 W. Kingsbridge Road Rm. 9b16 Bronx NY 10468 Synopsis: Please note that this document is NOT a request for quotes or proposals, this is a request for information for capable firms capable of chiller overhauls. The Government is seeking information for market research purposes only. The Department of Veterans Affairs, Northport VA Medical Center is currently conducting a market survey for qualified firms capable of HVAC/ Chiller Maintenance located at bldg 200 of the VAMC. The North American Industry Classification Systems (NAICS) is 238220. Responses to this notice must be submitting in writing (email or fax) and must be received not later than August 3, 2012 at 10:00AM. No telephone inquiries will be accepted. ** This will be a total set-a-side for SDVOSB firms** The purpose of this notice is to gain knowledge of potential qualified sources and their size classification (service-disabled veteran owned small business, veteran owned small business, Hub Zone, 8(a), small disadvantaged business, small business or large business), relative to NAICS 238220. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and the size of your business pursuant to the following questions. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email or fax) and received not later than August 3, 2012 at 10:00AM. A solicitation is not currently available at this time. Once the solicitation becomes available, it will be placed on www.FEDBID.com. FEDBID is an online competitive reverse auction to be facilitated by the third-party reverse auction provider; FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA VISN 03 - 526 NCO - Bronx is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243). Any questions for this solicitation may be directed to Nefertiti.McDonald@va.gov via email or fax 718-741-4722 STATEMENT OF WORK - TEARDOWN INSPECTION OF CHILLER #4 AT BUILDING 200 AT NORTHPORT CAMPUS 1)SCHEDULE OF SUPPLIES: a)The intent and purpose of this solicitation is to establish a contract with a qualified firm that can provide teardown inspection on chiller #4 of the HVAC system located at the VA Northport VA Medical Center, Northport, NY as specified in the following document. 2)GENERAL INFORMATION: a)The contractor shall provide all management, supervision, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective performance of the teardown inspection on chiller #4 of the HVAC system in accordance with the requirements of this solicitation. b)The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to him or herself, his/her employees or others, as well as for any damage to personal or public property caused by the contractor or the contractor's employees during the performance of this contract. The contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of New York. c)All federal, state, and local codes and requirements HVAC maintenance shall be strictly adhered to. d)Vendor to coordinate work with COR, who will be designated in the final award document 3)DEFINITIONS/ACRONYMS: a)CLINS - Contract Line Items b)C&A - Certification and Accreditation c) CO - Contracting Officer. The Federal employee who is warranted by the Government to enter into contracts on behalf of the Government and is the only person authorized to make changes to those contracts. d)COR - Contracting Officer's Representative. e) COTR - Contracting Officer's Technical Representative. f) FFP - Firm-Fixed Price g)HVAC - Heating, Ventilation and Air Conditioning h) OSHA - Occupational Safety and Health Administration i) QCP - Quality Control Plan j)VAMC - Department of Veterans Medical Center 4)DESCRIPTION/SPECIFICATIONS: a)The contractor shall furnish all labor, materials, tools, equipment, and supervision to accomplish the following teardown inspection on chiller#4: 1.Rig Down into basement refrigerant cylinders, equipment, tools and supplies necessary for teardown. 2.Perform a complete leak check with electronic leak detector. 3.Mega compressor motor and oil pump motor and record readings. 4.Transfer refrigerant and isolate in EPA approved cylinders and document. 5.Certified electrician to Lock/Tag-Out all applicable energy sources. 6.Support condenser and chilled water piping, remove piping and install blanks as needed. 7.Roll back chiller approx. seven feet and block up as required for access to disassemble compressor for rigging and safety. 8.Set up gantry and rigging required for compressor disassembly. 9.Remove compressor oil into containers. 10.Disassemble compressor and motor. 11.Take axial thrust readings and record. 12.Remove, clean, and inspect the impeller and diffuser. 13.Remove, clean and inspect the high speed assembly. 14.Remove stator assembly. 15.Take axial thrust readings and record. 16.Remove rotor and transmission. 17.Measure and record all journal bearing clearances. 18.Inspect bull and pinion gears for wear 19.Clean and inspect thrust bearing assembly, shaft, and thrust shoes. 20.Inspect internal piping. 21.Check motor bearing safeties. 22.Inspect motor cooling orifices. 23.Remove and install retrofit refrigerant float valve assembly. 24.Supply and install the following compressor components as per the following; a. Motor End Bearings b.Thrust Shoe Assembly c.Leveling Pad d.Thrust Bearing Assembly e.Adjusting Pad Package f.Low Speed Bearing g.Drive End Bearing h.High Speed Shaft Assembly 25.Remove, clean and inspect oil pump and sump. 26.Reassemble transmission assembly. 27.Reassemble motor and compressor using new gaskets and o-rings. 28.Change refrigerant filters and strainers. 29.Change oil filter. 30.Calibrate and log safety control settings. 31.Pressurize and leak check entire machine. 32.Evacuate machine to a minimum of 1000 microns and let stand for 24 hours. 33.Verify machine has passed standing vacuum test. 34.Charge with factory charge of new oil. 35.Recharge with original reclaimed refrigerant. 36.Check controls and verify configurations. 37.Check calibration of pressure transducers. 38.Verify correct operation of guide vane actuator. 39.Roll chiller back in place and reconnect piping using new gaskets. 40.Rig reclaim tanks, tools and equipment from mechanical room. 41.Certified electrician to reconnect existing electric power to chiller. 42.Start up and check proper operation of chiller #4. 43.Clean up work area. 44.Remove existing Acoustical Blanket System from compressor to facilitate compressor removal. 45.Install new High Speed Shaft Assembly if needed. b)All services should be coordinated with the COTR (will be provided on final award). 5)QUALITY CONTROL PLAN (QCP): The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this SOW. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. FINAL QC MUST BE SUBMITTED TO THE COTR WITHIN FIVE (5) BUSINESS DAYS OF RECEIPT OF AWARD. The QCP shall include: a)An inspection system covering all the services described in the contract. A checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections, and the names of the individuals performing the inspection. b) The checklist shall include every area of the contractor's operation as well as every task required to be performed. c)A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the COTR inspectors point out the deficiencies. d)A file of all inspections conducted by the contractor and the corrective action taken. This documentation shall be made available to the COTR upon request at any time during the term of the contract. 6) INSPECTIONS/TESTS a)INSPECTIONS (1)The COTR will inspect and test the work within twenty-four (24) hours of final installation. Upon completion of the inspection, the contractor will be furnished with an inspection report listing any deficiencies for which he is responsible to repair within two (2) business days. (2)Under no circumstances will the contractor allow reported deficiencies to go uncorrected beyond the contract period. 7)CONTRACTOR'S TITLE TO MATERIALS: No materials or supplies for the work shall be purchased by the contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The contractor warrants that he has clear title to all materials and supplies for which he invoices for payment. 8)SUBCONTRACTS: The contractor shall remain fully liable and responsible for the work to be done by his subcontractor(s) and shall assure compliance with all requirements of the contract. 9)USE OF PREMISES AND REMOVAL OF DEBRIS: The contractor expressly undertakes, either directly or through its subcontractor(s): a)To perform this contract in such a manner as not to interrupt or interfere with the operation of any existing activity on the premises or at the location of the work. b)To clean up frequently, all refuse, rubbish, scrap materials and debris caused by its operation, to the extent that at all times the site of the work shall present a neat, orderly and workmanlike appearance. 10)HOURS OF OPERATION: a)The contractor is responsible for conducting business, between the hours of 8:00AM to 4:30 PM, Sunday thru Saturday. b)Contractor may for his/her convenience request authorization in advance from the COTR to work outside of regular working hours of regular work days at no additional cost to the government. Authorization shall be at the discretion of the COTR. 11)PLACE OF PERFORMANCE: The work to be performed under this contract will be performed at (Full addresses will be provided on Award document): a)Northport VA Medical Center 12)TYPE OF CONTRACT: The government anticipates award of a Firm-Fixed Price (FFP). a)SECURITY REQUIREMENTS: Contractor staffs are required to conform to VHA's security and privacy requirements as described below. "The C&A requirements do not apply and a Security Accreditation Package is not required". b)Background Investigations: This project does not require a background investigation. 13)EMPLOYEES a)Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States and or the VA/VHA. b)Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the contractor to remove any contractor employee from U.S. VA/VHA facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. The Contracting Officer will provide the contractor with a written explanation to support any request to remove an employee. c)Conflict of Interest. The contractor shall not employ any person who is an employee of the United States Government if that employment would appear to cause a conflict of interest. d)Uniforms. The contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for easy identification, and assure that every employee is in uniform no later than the time specified by the COTR, or otherwise no later than ten (10) working days from the date an employee first enters on duty. The uniform shall have the contractor's name, easily identifiable, affixed thereon in a permanent or semi-permanent manner, such as a badge or monogram. e)Smoking: EMPLOYEES ARE STRICTLY PROHIBITED FROM SMOKING ANYWHERE IN MEDICAL CENTER BUILDINGS. f)Supervision of Employees: Contractor shall arrange for satisfactory supervision of the contract work. The contractor or his/her on-site supervisors shall be available at all times when the contract work is in progress to receive notices, reports or requests from the Contracting Officer or COTR. (1)The contractor shall be responsible for all means, methods, techniques, sequences and procedures, and for coordinating all portions of the work under the contract except where otherwise specified in the contract documents. (2)The contractor shall, at all times, enforce strict discipline and good order among the workers on the project, and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him/her. g)Protection of Person and Property: (1)The contractor expressly undertakes', both directly and through its subcontractor(s), to take every precaution at all times for the protection of persons and property, including Medical Center employees and property and its own. (2)The contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. (3)The contractor shall continuously maintain adequate protection of all work from damage and shall protect the Medical Center property from injury of loss arising in connection with this contract. The contractor shall make good any such damage, injury or loss, except as may be by agents or employees of the Medical Center. (4)In an emergency affecting the safety or life of individuals, or of the work, or of adjoining property, the contractor, without special instruction or authorization from the Medical Center, is hereby permitted to act, at the contractor's discretion, to prevent such threatened loss or injury. Also, should the contractor, in order to prevent threatened loss or injury, be instructed or authorized to act by the Medical Center, he shall so act, without appeal. Any additional compensation or extension of time claimed by the contractor on account of any emergency work shall be determined by mutual agreement. (5)The contractor shall not be liable for any loss, damage or delay caused by acts of fire, explosion, floods, riot, civil commotion, war, act of God, or by any cause beyond his/her reasonable control, nor shall he/she be liable for consequential damages from such causes. h)Other. Employees shall not disturb desks or any administrative spaces. Employee will not use VA/VHA telephones, copiers, or any other office equipment intended for official Medical Center use. Employees will not disturb drawers, cabinets, or other storage areas. 14) PRIVACY ACT: a)Disclosed Information: Though there is no anticipation of information protected by the provisions of the Privacy Act of 1974 to be disclosed during the performance of this task, all personnel assigned to this Contract are required to take proper precautions to protect privacy information from disclosure in the case that such disclosures are made. b)Commitment to Protect Sensitive Information: The Contractor shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information: 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) 15)GOVERNMENT FURNISHED ITEMS AND SERVICES: None 16)APPLICABLE PUBLICATIONS, REFERENCES, LAWS, REGULATIONS AND POLICIES a)The Privacy Act of 1974, PL 93-579, as amended b)OSHA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312Q1952/listing.html)
- Document(s)
- Attachment
- File Name: VA243-12-Q-1952 VA243-12-Q-1952.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419364&FileName=VA243-12-Q-1952-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419364&FileName=VA243-12-Q-1952-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-12-Q-1952 VA243-12-Q-1952.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419364&FileName=VA243-12-Q-1952-000.doc)
- Place of Performance
- Address: NORHTPORT VAMC;79 MIDDLEVILLE ROAD;ATTN: RONALD SENICOLA;NORTHPORT, NY
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN02820072-W 20120801/120730235846-8a576e312880690d317f3fc78314f401 (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 |