DOCUMENT
J -- Chiller repair - Attachment
- Notice Date
- 2/8/2017
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
- ZIP Code
- 39531
- Solicitation Number
- VA25617Q0312
- Response Due
- 2/15/2017
- Archive Date
- 3/17/2017
- Point of Contact
- Rene' Impey
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT NOTICE only for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of Veterans Affairs. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The Gulf Coast Veterans Health Care System (GCVHCS) is seeking Service Disabled Veteran Owned Small Business (SDVOSBs), but will accept other small businesses for market research purposes, capable of providing repair services for one York International water-cooled Chiller located at the GCVHCS in Biloxi, MS. The GCVHCS is looking to award a one-time firm-fixed contract for the period of performance beginning from date of award until completion of services. The contractor shall furnish all labor, parts, equipment, and transportation to provide support services for the York Chiller (see Scope of Work below for detailed information). The equipment to be covered includes one York International, water-cooled chiller, Model # YKQSQRK2DBG5, Serial # SAWM460440. Offeror s response to this Notice shall be limited to three pages and shall include the following information: Offeror s company name, DUNS, Federal Tax ID, address, point of contact, title, phone number, and email address. Offeror s interest in bidding on the solicitation when it is issued to www.fbo.gov. Offeror s capability to meet this requirement including any current contracts (Civilian or Government). Response must show clear and convincing evidence that your company has the capabilities and qualifications to provide this service to be considered as a source. SDVOSB and VOSB shall also show evidence that they will perform 51% of the work. All parties are asked to identify any subcontractors that shall also be utilized. Offeror s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned (VOSB) must be verified with the seal in VetBiz to be considered as a source. Same for/with subcontractor. The NAICS code is 238220, Plumbing, Heating, and Air-Conditioning Contractors and the Size Standard is $15.0 million. Responses must be received by no later than 3:00 p.m. Central Standard Time, Feb. 15, 2017. Responses shall be emailed to rene.impey@va.gov using Sources Sought #VA256-17-Q-0312 in the subject line. Facsimile or Telephonic responses will not be accepted. Simply responding as an interested party in www.FBO.gov does not constitute your company as a source. Offeror must provide the above requested information by the time and date specified to be considered a source. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO.gov website in the near future. Responses to this sources sought notice are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought notice. All interested parties are reminded to be registered with the System for Award Management (SAM) at http://www.SAM.gov in order to be eligible for award of Government contracts. In addition, if you are an SDVOSB, you must be registered in VetBiz with the NAICS that is listed above. Should a solicitation be issued, the above NAICS will be utilized. SCOPE OF WORK REPAIR 1250 TON CHILLER IN CHILLER PLANT Furnish all labor, tools, materials, equipment and supervision necessary to repair chiller in chiller plant as listed below. The work will be on a York International, water cooled chiller. Model # YKQSQRK2DBG5, SERIAL # SAWM460440. Work is to be performed at Chiller Plant 2 in Building 3. The contractor is responsible for removing or installing any chill water pipe or condenser water pipe without interrupting service. Work includes installation of new Base Mounted VSD with Harmonic filter, 60HZ, 1048HP, Connect control and electrical to the chiller and VSD. Scope of Work: Isolate the power and Lock out tag out all electrical feeds to chiller. Set up all necessary rigging to accomplish repair. Send gear set and send Impeller out for clean and balance. Clean compressor surfaces and all parts. Once parts have returned reassemble compressor using new bearings, seals and parts. Bearing Kit, O ring Kit, Shaft Seal and Balance piston seal. Check all applicable tolerances per original equipment manufacturer (OEM) specifications. Set existing proximity probe. Install compressor assembly. Reconnect all applicable piping. Replace oil filer and drier. Pressurize and leak check chiller. Evacuate to 500 Microns. Install a new oil charge and the removed refrigerant weighed to know the amount removed. If additional refrigerant is needed it will be quoted to customer. Install D-ring, motor and coupling. Check alignment. Reconnect the electrical to the motor. Power the unit and check the settings and calibration of the Proximity probe and Guide vanes. Install Base Mounted VSD with Harmonic filter, 60HZ, 1048HP, Connect control and electrical to the chiller and VSD. Install the cooling lines for the VSD to the condenser. Power the unit and program the panel and start the chiller and check the operation. Start the unit and check the operation. Notify Customer of any issues and completion. Remove equipment and debris. Return in 2 weeks and replace and inspect oil filter. Installation Time: All work shall be completed within 90 calendar days after Notice to Proceed is received by the Contractor. New work will be performed during the hours of 7:00 AM and 4:30 PM, Monday through Friday, exclusive of Federal Holidays. Some work outside of normal hours of operations may be necessary and must be coordinated with the Project COR. SPECIAL CONSIDERATIONS BY THE CONTRACTOR: All disposal costs and fees for debris removal will be the contractor s responsibility. The contractor will be responsible for cleanliness of the construction area at all times. All new work performed shall comply with NFPA 99 requirements. Supply certifications and system testing as required by NFPA on all new medical gas work. SAFETY CONSIDERATIONS: Contractor s workmen shall provide and utilize all safety requirements in accordance with OSHA regulations during all phases of work. Contractor shall provide and utilize scaffolding, A-frame and ladders in accordance with all OSHA regulations. Any penetrations through the floor, ceiling or wall shall be filled with approved fire caulk. NOTE: Contractor shall submit samples of all new proposed materials for approval with manufacturer s literature. No materials shall be procured or installed prior to sample approval. Site shall be kept clean and free from debris at all times and contractor shall remove debris daily from medical center property. Contractor will not be allowed use of government materials and/or labor for this project. All work is to be performed in strict compliance with these specifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25617Q0312/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-Q-0312 VA256-17-Q-0312_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262617&FileName=VA256-17-Q-0312-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262617&FileName=VA256-17-Q-0312-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-Q-0312 VA256-17-Q-0312_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3262617&FileName=VA256-17-Q-0312-000.docx)
- Place of Performance
- Address: 400 Veterans Avenue;Biloxi, MS
- Zip Code: 39531
- Zip Code: 39531
- Record
- SN04395816-W 20170210/170208234622-168b2c4091fdc1c9021663ea00f7155c (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 |