Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2017 FBO #5689
DOCUMENT

Z -- Water System Chemical Monitoring & Scald Protection, Project 542-13-115 - Attachment

Notice Date
6/19/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA 19320
 
ZIP Code
19320
 
Solicitation Number
VA24417B1037
 
Response Due
8/9/2017
 
Archive Date
10/8/2017
 
Point of Contact
Elizabeth Morin
 
E-Mail Address
Contracting Officer
(elizabeth.morin3@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Project No. 542-13-115 Construction Phase Water System Chemical Monitoring & Scald Protection Station-Wide ACQUISITION INFORMATION: THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES. Service Disabled Veteran-Owned Businesses (SDVOSB) must be verified by The Center for Veterans Enterprise, ( CVE ). This acquisition is conducted in accordance with FAR Part 36 & 14, Invitation for Bid. Contractor shall supply all necessary tools, labor, equipment, materials, and supervision required to install a new chemical monitoring assembly in the well house (Building 63), water towers 1 & 2, and in the mechanical rooms of 12 campus buildings (1, 2, 4, 6, 7, 8, 9, 10, 18, 39, 59, and 138), including associated telemetry systems and exterior equipment enclosures. Scope also includes the installation of new temperature gauges in the most remote plumbing chase of the 12 buildings on the hot water, hot water return and cold water lines. Additionally, the scope includes the addition of thermostatic mixing valves and anti-scald devices, and the replacement of faucets as identified on the drawings. Construction includes all associated: plumbing materials, earthwork; concrete flatwork and reinforcement; water piping, pipefittings and supports; appurtenances, heating and controls equipment; electrical and communications wiring / conduit back to main electrical panels; and wall / ceiling / roof repairs at conduit penetrations, as necessary. Demolition shall include removal and disposal of faucets, bathtub spouts, and shower heads as indicated on the plans. Demolition of entire sink fixture shall occur in the locations shown on the plans. New installation shall include faucets, bathtub spouts, showerheads, anti-scald devices, and thermostatic mixing valves as indicated on the plans and in accordance with the fixture schedule provided in the plans. New installation shall include chemical monitoring assemblies in the mechanical rooms and water towers to measure pressure, temperature, pH, total dissolved solids, and chlorine residual. Installations include all monitors, probes, calibration, pipe, fittings, mounting, operations and maintenance information, training, appurtenances, valves and pipe supports necessary for a complete chemical monitoring system. Chemical monitoring assemblies at water towers shall be mounted in exterior heated enclosures as close as possible to the water tower riser pipe. Temperature monitors with tie into the telemetry system shall be installed on the cold water, hot water, and hot water return lines in the identified plumbing chase in each of the 12 buildings. Installation shall include all monitors, valves, piping, mounting, calibration, operations and maintenance information, training, and appurtenances for operational temperature monitoring. Earthwork shall be minor, and shall include grading, backfill and compaction as necessary to place new concrete pads in support of the enclosures for the chemical monitoring systems at the water towers. Removal and replacement of all above ground piping and materials at the well house (Building 63) including the valves, pipe, fittings, gauges, pipe supports, check valve and meter. Installation shall also include all materials necessary for the installation of a chemical monitoring system to measure pressure, temperature, pH, total dissolved solids, and chlorine residual. Electrical and communications work shall include all wiring, breakers, supports, conduit, junctions, and appurtenances for the following: Building electrical panels to the chemical monitors in the mechanical rooms. From the chemical monitoring systems to the telemetry system. Electrical wiring from Building 59 to Water Tower #1, and from the restroom near Building 70 to Water Tower #2 to power the chemical monitoring system, telemetry system, and electric heaters in the new enclosures. Electrical wiring in the well house (building 63) to power the new chemical monitoring system. The telemetry system includes all controls, wire, antenna, programming, display console, operations and maintenance program, and training. All chemical monitoring and temperature monitoring systems shall be tied into the telemetry system through wire. Wire shall be run to the antenna, which are to be located on the roofs of the identified buildings. The signal shall be transmitted from the antenna by cell signal, through the telemetry web with the end point for the telemetry system in Building 59. A display with data recording shall be located in building 59 to provide real time readout of all monitored systems as well as provided data recording. Normal work hours are between 7:00 a.m. 4:00 p.m. Monday through Friday. Coordinate work schedule with COR. Weekend work may be arranged through the COR and Service Chief. Advanced notice must be given at least 3-5 days in advance to allow for access. Contractor will be working in occupied buildings and will be required to conform to the Pre-Construction Risk Assessment (PCRA) and requirements in the Construction Safety Standards. Contractor shall be responsible for site security. For access to the well house, the facility shall remain occupied or locked at all times. In no case, shall the facility be left unlocked and unoccupied. Contractor shall coordinate with COR for access and deactivation of alarms. All work shall be accomplished in accordance with the International Plumbing Code, American Society for Testing and Materials (ASTM) and American Water Works Association (AWWA) guidelines. All chemicals used shall have Material Safety Data (MSDS) submitted to the COR for approval prior to usage. Contractor shall use clean drop cloths and other suitable coverings to ensure full protection to the areas in which the work is being performed. Any damage to adjacent surfaces (walls, sink bowls, tile, countertops, etc.) shall be patched and repaired to match existing finish surfaces. Seal all concrete, masonry, and roof penetrations to be watertight. After completion of work the contractor shall return all equipment and systems to operating condition. Contractor is responsible for disposal of all waste to include any other residue collected, including those that are combustible, flammable, or explosive in nature. Contractor is responsible for clean-up of the work site and to remove and dispose of all trash and debris from site. The solicitation documents and drawings will be available for download from the website https://www.fbo.gov on or about July 7, 2017. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and updates. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the contractors mailing list at https://www.fbo.gov, "Interested Vendor List". Individual copies of the Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the IFB will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed. Information pertaining to the date/time/location of the Pre-Bid walk-thru will be provided in the solicitation. While the walk-thru is not mandatory, all bidders, suppliers and subcontractors are strongly encouraged to attend. All requests for information or questions regarding the solicitation must be submitted in writing to the Contracting Officer via mail to the mailing address: Coatesville VAMC, 1400 Blackhorse Hill Road, Coatesville, PA 19320, or by email: elizabeth.morin3@va.gov by specified date in the solicitation. No telephonic or fax requests will be honored. In accordance with VAAR 836.204, the magnitude for this procurement is between $1,000,000 and $2,000,000 and NAICS Code 236220 with a small business size standard of $36.5 million. Bids are due August 9, 2017, 10:00 AM. All interested contractors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds and a 20% Bid Guarantee. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Award of this contract is subject to the availability of FY17 funds. The maximum time for completion of the project is 365 calendar days after receipt of Notice to Proceed. To be considered for award, all prospective contractors MUST be registered in the System for Award Management (SAM) Database at www.sam.gov, MUST be in compliance with VAAR 819.7003 and meet the CVE SDVOSB verification requirements per www.vetbiz.gov, and MUST meet OSHA/EPA requirements. For SDVOSB CVE verification guidelines, you may refer to http://vip.vetbiz.gov. To register in SAM, you may go online at https://www.sam.gov. For OSHA information, you may refer to www.osha.gov. (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417B1037/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-B-1037 VA244-17-B-1037.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3595473&FileName=VA244-17-B-1037-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3595473&FileName=VA244-17-B-1037-000.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 Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
Zip Code: 19320
 
Record
SN04549160-W 20170621/170619234715-1002d9ef74d1a5284010b1b0a9817e3a (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.