Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2015 FBO #4933
DOCUMENT

Y -- 636A8-14-001 Reconfigure Domestic Water System for Legionella Prevention VA Iowa City Health Care System - Attachment

Notice Date
5/26/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Central Iowa Health Care System;Des Moines Division;5435 NW 100th Street, Suite 301;Johnston IA 50131
 
ZIP Code
50131
 
Solicitation Number
VA26315B0593
 
Response Due
7/22/2015
 
Archive Date
10/29/2015
 
Point of Contact
Angie Mabley
 
E-Mail Address
on,
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A TOTAL 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The Department of Veterans Affairs (VA), Iowa City Health Care System, Iowa City, Iowa intends to issue an Invitation For Bid (IFB) to award a single, firm fixed-price contract to provide all tools, materials, equipment and labor necessary for completion of general construction Project No. 636A8-14-001, Reconfigure Domestic Water Distribution System for Legionella Prevention, at the VA Iowa City Health Care System Medical Center, Iowa City, Iowa, in accordance with the drawings, specifications and scope of work. VA Central Iowa Health Care System in Iowa City, IA currently has a need for the entire domestic water system to be replaced. This project will replace the existing vertical domestic water distribution system in the main hospital, Building 1, at the Iowa City VA Medical Center with a horizontal infrastructure system. Included in the distribution system are the cold, hot, recirculation and sanitary lines, including any chemical waste lines. Steam fired instantaneous helical coil water heaters that serve individual wings or floors will be installed with continuous loop circulation maintaining the required 140 degree temperature with the capacity to super heat specific floors to eliminate legionella if needed. New mixing valves will be installed at all faucets to maintain the required patient safe temperature and chemical ports will be added to allow the option to chemically treat the water. Dead legs will be eliminated and run outs will be restricted to the minimums possible to reduce legionella potential. Sensors will be installed for temperature, PH balance, hardness, suspended solids and free chlorine and connected to the facility building automation system to provide constant monitoring capability. Phasing of the project for construction will be critical. Existing water system must be kept operating while replacement system is installed and then will be removed. Work will include mechanical, plumbing, electrical, asbestos abatement and architectural work as dictated by project needs. The anticipated Period of Performance is 1,841 calendar days for the Base Bid (all phases) from the receipt of the Notice to Proceed (NTP). Specifications and Drawings for submitting a bid will be available at (http://www.fbo.gov). All respondents must be registered in System for Award Management (SAM) database (http://www.sam.gov) and complete online Representations and Certifications at (http://orca.bpn.gov), along with Vets 100 at (http://vets.dol.gov/vets100/) prior to award. Bidders must also be registered and certified in VetBiz at (http://www.vetbiz.gov/). Amendments to the solicitation will be posted at (http://www.fbo.gov). All parties must obtain amendments to the solicitation through this web site. Hard copies will not be mailed. Interested parties must go to the web site to be entered on the Interested Vendors List and/or to obtain copies of the Interested Vendors List. All questions must be submitted in writing to the issuing office via email to angelique.mabley@va.gov. Issue Date is tentatively scheduled for June 22, 2015. The date, time, and location of the Pre-Bid Site-Visit will be announced upon Solicitation issuance. Bid Opening Date is tentatively scheduled for July 22, 2015, at 1:00 P.M. (CST-local time), on 3rd Floor, Room 310 at West Park, 5435 NW 100th Street, Johnston, IA 50131 but exact date and location may vary depending on issuance of the solicitation. The applicable NAICS Code is 236220 with the applicable size standard being $36.5 million. Cost range is between $5,000,000.00 and $10,000,000.00. THIS IS A TOTAL 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DmVACIHCS/VACIHCS/VA26315B0593/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-15-B-0593 VA263-15-B-0593.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2066089&FileName=VA263-15-B-0593-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2066089&FileName=VA263-15-B-0593-000.docx

 
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;VA Iowa City Health Care System;601 Highway 6 West;Iowa City, IA
Zip Code: 52246
 
Record
SN03742674-W 20150528/150526235143-f2e7c8358e147436020dd4d0519af190 (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.