DOCUMENT
J -- Refurbish Operating Room - Attachment
- Notice Date
- 11/8/2017
- Notice Type
- Attachment
- NAICS
- #332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9047
- Response Due
- 11/15/2017
- Archive Date
- 12/15/2017
- Point of Contact
- Delfo Saco-mizhquiri
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Responses to this notice must be submitted in writing via email and must be received not later than Wednesday, November 15, 2017, 1:00pm EST. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business). 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 for which you have provided services to, proof of applicable certification. DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). 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 System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Wednesday, November 15, 2017, 1:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Delfo.Saco-mizhquiri@va.gov. No telephone inquiries will be accepted. Network Contracting Office (NCO 2) is conducting a market research for the following requirement: Refurbish Operating Room Air-Handling Unit GENERAL OBJECTIVES AND REQUIREMENTS Title Refurbish Operating Room Air-Handling Unit at the Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768. Authority 38 U.S.C. Ch. 81 Purpose To refurbish an air-handling unit at the Northport VA Medical Center in order to extend its useful life, restore structural integrity, eliminate standing water, and improve indoor air quality. Background The Department of Veterans Affairs has a requirement to refurbish an air-handling unit at the Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768. The air-handling unit, designated Unit No. AC-3, is located at the first floor of the main hospital building, Bldg. No. 200 in Mechanical Equipment Room No. 3 (Room No. B1-29). The unit was commissioned in 1972 and serves the operating suite. As shown in the attached as-built drawings, the unit is of the built-up type with a concrete floor and was designed to provide 22,100 CFM with 100% outside air. The unit contains pre- and after-filters, a steam preheat coil, a chilled water cooling coil, a steam humidifier, a moisture eliminator, a nominal 40 HP fan motor, and a supply fan. Visual inspection of the unit reveals standing water in the condensate pans and rust and corrosion that could be addressed through application of engineered coating systems. Scope and Methodology The scope of work includes application of engineered coating systems developed specifically for the refurbishment of commercial and industrial air-handling units to restore structural integrity, eliminate standing water, and improve indoor air quality while maintaining fire code compliance and with no detectable odors or volatile organic compounds (VOC) and minimal equipment downtime. TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables The contractor shall provide all labor, supervision, equipment, tools, materials and supplies necessary to refurbish the air-handling unit (AHU) as follows: Coordinate with the Government to de-energize AHU. Isolate AHU by sealing off adjacent ductwork. Use negative air machines to establish negative air pressurization. Clean and prepare all surfaces that will be addressed by the contractor including the removal of biological growth. Reinforce compromised surfaces as needed. Seal all seams, cracks and gaps around filter racks, on the chamber floors and additional areas within AHU. Apply two-part self-leveling epoxy base coat at 3/16 nominal thickness throughout all chamber floors, six (6) in. up walls and throughout all condensate pans to stop leaks and halt corrosion. Apply solids-based epoxy base coat in cooling coil primary condensate pan at slope of 1/4 per linear foot from the horizontal to the drain outlet to eliminate standing water, stop leaks and halt corrosion for compliance with ASHRAE Standard 62.1, Ventilation for Acceptable Indoor Air Quality. Apply water-based intumescent fire barrier intermediate coat over all epoxy for compliance with NFPA 90A, Standard for the Installation of Air-Conditioning and Ventilating Systems. Apply two-part polyurea sealer coating over all fire barrier to ensure watertight surface and provide an active antimicrobial surface. Apply polyacrylate copolymer emulsion fungicidal protective coating on walls, ceiling, fan housing, filter racks, and structural steel. Confirm proper operation of existing drains and traps. Test AHU for proper drainage prior to recommissioning. Prepare an installation report documenting work performed. The engineered coating system installed by the contractor shall meet the following requirements of NFPA 90A, Section 4.3.3, Supplementary Materials for Air Distribution Systems: Pipe and duct insulation and coverings, duct linings, vapor retarder facings, adhesives, fasteners, tapes, and supplementary materials added to air ducts, plenums, panels, and duct silencers used in duct systems, unless otherwise provided for in 4.3.3.1.1 or 4.3.3.1.2, shall have, in the form in which they are used, a maximum flame spread index of 25 without evidence of continued progressive combustion and a maximum smoke developed index of 50 when tested in accordance with ASTM E84, Standard Test Method for Surface Burning Characteristics of Building Materials, or with ANSI/UL 723, Standard for Test for Surface Burning Characteristics of Building Materials. Pipe and duct insulation and coverings, duct linings and their adhesives, and tapes shall use the specimen preparation and mounting procedures of ASTM E2231, Standard Practice for Specimen Preparation and Mounting of Pipe and Duct Insulation Materials to Assess Surface Burning Characteristics. A test report prepared by a Nationally Recognized Testing Laboratory shall serve as evidence of NFPA 90A compliance. The engineered coating system installed by the contractor shall release no volatile organic compounds (VOC) and shall release no detectable odors. The work shall be performed over a single weekend with work commencing on a Friday evening or night shift. The work shall be completed by the following Sunday night shift with the AHU ready for service on the following Monday morning. The contractor will have the ability to work at least eight consecutive hours each day from Friday through Sunday. The contractor shall provide a detailed schedule of activities prior to arrival on site. The time of delivery shall be two to four weeks after the date of award. The contractor shall warrant that all products manufactured and installed by the contractor and sold to the Government, will conform to all applicable written specifications of the manufacturer and shall be free from defects in material or workmanship for a period of thirty-six (36) months from the date that the installation is completed and accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9047/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9047 36C24218Q9047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3897497&FileName=36C24218Q9047-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3897497&FileName=36C24218Q9047-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9047 36C24218Q9047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3897497&FileName=36C24218Q9047-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Northport VA Medical Center;79 Middleville Road;Northport, NY.
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN04736074-W 20171110/171108231536-e3db69ecee6aaf2f1e45b4f034701280 (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 |