Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2012 FBO #3980
DOCUMENT

Z -- Install Additional Cooling Tower Proj 675-13-105 - Attachment

Notice Date
10/15/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Lakemont Campus Rm 101;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24813R0006
 
Archive Date
10/25/2012
 
Point of Contact
Christy Glass
 
E-Mail Address
y.Glass@VA.Gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
***** PRE-SOLICITATION VA-248-13-R-0006 ***** ** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ** ****** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** The Department of Veterans Affairs, Network Contracting Activity 8, Orlando Florida VA Medical Center (OVAMC) intends to solicit and negotiate a Design- Build, firm-fixed-price contract to design and construct all the elements to complete the installation of the additional cooling tower at the Orlando Lake Baldwin Campus along with miscellaneous upgrades completed inside the central energy plant (CEP). The items that shall be completed in the CEP include repainting interior walls, repainting epoxy flooring and safety lines, add additional overhead lighting and reinsulated selected supply lines.. A Request for Proposals (RFP) for this project is estimated to be released on or about October 25, 2012. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. PROJECT 675-13-105 DESCRIPTION: SCOPE OF WORK: A.General Requirements: Provide all labor, materials, tools and equipment, and design-build services necessary for design and construction of a project described below and other specific tasks as further defined by this RFP. All proposals are to provide both design and construction services for this project. The contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. The CITP review will be documented by stamped/ sealed drawings by a registered professional engineer from the state of Florida. B.Project Overview: This project will design and construct all the elements to complete the installation of the additional cooling tower at the Orlando Lake Baldwin Campus along with miscellaneous upgrades completed inside the central energy plant (CEP). The items that shall be completed in the CEP include repainting interior walls, repainting epoxy flooring and safety lines, add additional overhead lighting and reinsulated selected supply lines. C.Specific Project Requirements: "CEP High bay additional lighting oExisting lighting in CEP has many dark areas and requires additional lighting. Contractor shall provide and install an additional fifteen (15) lights. See Attached BitMap Image File titled "Project 675-13-105 SOW Light layout drawing.BMP" for layout of intended placement. oLamps shall be upgraded from the existing Lumark model #MHSS-SA18-M400 from Cooper Lighting 480V to an induction type light to match same functions and produce the same light levels as the existing lamps offer. oThe existing lights (approximately 26 lamps) are from Cooper Lighting: Lumark, metal halide, 400 watt, 480 & 120 volt, with 15" & 20" diameter reflectors respectively. These lights are to be removed and replaced as induction lamps to match the newly added 15. oLights shall be on their own circuit with their own contactor, and connected to existing 480V panels. Switches shall be located just outside of CEP office door leading into plant. oStructural mounts will need to be fabricated and connected to existing buildings infrastructure while keeping the lights' heights consistent with existing. Any usable conduit in place may be reused, if applicable, and adequate space is available. "Repaint CEP walls oWalls in CEP are in need of a new fresh coat of paint. oAll walls on the interior space of the CEP including outside space of office shall be safely cleaned, free of dust and any chipped paint to be properly prepped for two coats of latex paint. oAll walls and conduit attached to walls shall be painted. Anything else attached such as controls, fire alarm annunciators, switches, panels or other objects excused by code or compliance shall not receive paint. oPaint shall be low Volatile organic compounds (VOCs). VOCs are organic chemicals that have a high vapor pressure at ordinary, room temperature conditions. oPaint sprayer application will not be acceptable due to overspray hazards. "Repaint (epoxy) CEP floors and safety lines o CEP floors shall receive newly installed epoxy flooring with color to be determined. oFloor shall be properly prepped according to manufactures specifications including any cleaning or etching. oAll cracks shall be filled according to chosen epoxy manufacturers specifications oTraffic areas in CEP shall be kept accessible to plant employees including emergency generators, boilers, chillers, bathrooms, med gas/vacuum equipment. Any areas that much be accessed and damaged in an emergency must be repaired by contractor installing product. oFloors shall be commercial grade, non-skid, non-porous epoxy coating. This shall protect against moisture, resistant to chemical and fuel spills, not affected by extreme temperatures both freezing and high heat (150 degrees F.) Floor must withstand heavy equipment such as forklifts and high reach machinery oFlooring must have at least a 10 year warranty against any peeling, scaring, melting or any other wearing. oFlooring must accept different colors for safety lines preplanned during original installation or added floor is fully cured. oSafety lines shall go around ALL skids including MCCs, pumps, boilers, chillers, gens, medical/dental air & vacuum, and fuel pumps oThe hand rails that are around the tunnel access are to be the same color as the safety lines. oSafety lines and lettering shall be in accordance with OSHA with both size and color. "Insulate Piping oWater supply lines have deteriorating insulation that shall be removed and replaced for new using new insulation and adding a hard plastic shell much like other lines in the CEP. oInsulation line markings shall be colored to depict the type of water i.e. red for hot, blue for cold. oInsulation shell shall acquire markings by the contractor with the type of line along with the direction of flow every 50 feet to be read at minimum from the ground level. oLines shall include chill water supply, hot water supply, and steam lines: "Chill water 10 inch diameter 730 linear feet "Hot water 6 inch diameter 335 linear feet "Steam lines: "1 inch diameter - 530 linear feet "3 inch diameter - 75 linear feet "6 inch diameter - 250 linear feet oAll lines shall be insulated up to the opening of the tunnel (leading to building 500) oContractor shall be responsible to verify length and diameter of lines. oInsulation shall include any attached tanks, valve bodies and elbows down stream "Install Additional Cooling Tower - Currently there are three cooling towers supporting 4 chillers at the CEP which makes it difficult in the summer months to support any downtime for either tower for maintenance or unforeseen circumstances. oContractor shall purchase, design and install the placement of an additional cooling tower located on the south side of the CEP building. oCooling tower install shall be turn-key. This includes but not limited to site prep, anchoring, perimeter fencing, ground cover, water lines, valves, markings, commissioning, cabling, site survey and wall penetrations oCooling tower shall match the existing towers at 650 ton 2000 GPM and 25 horse power; contractor is required to ensure proper sizing and capacity of new tower so it can operate properly with the existing system. oNewly installed tower shall have proper manifold to chiller bank in order to run with other towers. oTower fill shall be separate to existing tower fills. oProvide and install perimeter chain link, black-coated fence with a height of 8 feet, which shall encompass the tower and connect with the adjacent (fuel tank) fence. oDouble gates must be added with an opening totaling eight feet. Gates shall be lockable with wheels to support swing. oArea within perimeter fence shall be ½ inch crushed concrete 5 inches thick with a landscape boarder to keep rock inside designated area. oAdjacent fuel tank fence shall be removed and replaced with new black-coated, 8ft tall, chain-link fence II. SCHEDULING, PHASING, AND WORKING HOURS: A.All work hours MUST be coordinated with the project's COR. All work shall be performed during WHEN hours (Weekends, Holidays, Evenings and Nights) so as not to interfere with normal Hospital functions. However, some VA areas may be conducive to work being completed DURING normal business hours (7:00 am to 5:00 pm, Monday through Friday). All requests for work during normal business hours must be requested by the Contractor at least 14 calendar days in advance. Additionally, construction shall be performed (scheduled and phased) to ensure that exterior egress/ingress areas are completely operational by normal business hours the following workday. B.Length of Project 1.Project will have a 140 calendar day design phase. a)From Notice to Proceed, DB Contractor shall submit Design drawings to 50% within 30 calendar days. Allow 14 calendar days for VA review. b)DB Contractor shall submit Design drawings to 95%, which incorporates the VA's comments on the 50% submission within 45 calendar days. Allow 14 calendar days for VA review. c)DB Contractor shall submit Design drawings to 100%, which incorporates the VA's comments on the 95% submission within 30 calendar days. Allow 7 calendar days for VA review. 2.DB Contractor will schedule a design drawing review meeting with all pertinent VA personnel for final drawing approval before construction start submission within 14 calendar days of receiving Government acceptance of 100% drawings. 3.Project's construction phase MUST be completed in no more that 120 days from Design completion and Government acceptance. 4.Contractor shall submit a Critical Path Method (CPM) schedule for BOTH the Design phase and Construction phase with estimated dates and itemized cost of work to the Contracting Officer for review and approval before Notice to proceed. The Estimated Cost Range for this project is between $500,000 and $1,000,000. This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The applicable North American Industry Classification (NAICS) code for this procurement is 236220 Commercial and Institutional Building Construction. The Small Business size standard is $33.5 Million. See http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/size-standards NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS. All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/ and registered and viewable at the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp as a SDVOSB firm. Annual Representations and Certifications must be current and filed online at https://orca.bpn.gov/. POC for this project is: Christy Glass, Contracting Officer Construction Team 1. Telephone requests for information or questions will NOT be accepted. Please email questions to Christy.Glass@VA.Gov and ensure that the subject line includes: Pre-Solicitation VA-248-13-R-0006 Install Additional Cooling Tower
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813R0006/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-R-0006 VA248-13-R-0006 - PRE-SOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=499171&FileName=VA248-13-R-0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=499171&FileName=VA248-13-R-0006-000.docx

 
File Name: VA248-13-R-0006 Project 675-13-105 SOW Light layout drawing.bmp (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=499172&FileName=VA248-13-R-0006-001.bmp)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=499172&FileName=VA248-13-R-0006-001.bmp

 
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: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
Zip Code: 32803
 
Record
SN02913701-W 20121017/121015234029-bdb10e7c9f285311d4a04d0113b92d69 (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.