Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
DOCUMENT

J -- Bldg. 1 B404 VMU Chiller Compressor Replacement (VA-18-00060447) Site Visit will be held 8-8-2018 @ 10:00 AM CST - Attachment

Notice Date
8/7/2018
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218Q9581
 
Response Due
8/13/2018
 
Archive Date
10/12/2018
 
Point of Contact
Travis C McCullough
 
E-Mail Address
0-3621<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
STATEMENT OF WORK Chiller Replacement Building 1 B404 1. Background There was a failure with the compressor for the 100-ton chiller that serves B404 and B416 air handlers. The compressor failure was mechanical and no burn out was detected. This chilled water unit must be repaired by replacing the compressor as it supplies cooling to a substantial portion of the VMU (Veterinary Medicine Unit) animal holding area. Also, substantial wear has been done to the 400-amp disconnect panel for the unit and needs to be replaced as well. The chillers model number is RAVA-10006-EA 621-0350-1A serial number is 5k-00014. 2. Objectives The purpose of this contract is to replace the defunct compressor, disconnect panel, leak check/repair, replace R22 refrigerant, and bring the unit back up into proper functionality. 3. Scope Task Identification Flush, leak check, all refrigerant lines. Repair as necessary. Replace faulty compressor and remove from facility Rewire replacement compressor as needed Triple evacuate system Supply all R22 to recharge system. (up to 300lbs.) Install new drier cores Replace the 400-amp disconnect panel for the chiller unit and rewire as needed Startup unit and confirm correct sequence of operations The Contractor shall provide all management, tools, supplies, equipment, and labor necessary to make the repairs identified in the SOW. 4. Period of Performance All work shall be completed within 40 days after award of contract. Schedule to be coordinated with Stacey Lee Hall at Edward Hines VAH, 708-202-8387 ext. 2. 5. Performance Monitoring The Government will periodically evaluate the Contractor s performance by appointing a representative(s) to monitor such performance and ensure services are received. The Government representative will evaluate the Contractor s performance through intermittent on-site inspections of the Contractor's performance. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) No GFE and/or GFI to the contractor. 7. Other Pertinent Information or Special Considerations Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements as applicable. All licenses, permits and welding certifications shall be kept current throughout the period of performance of the contract. The Contractor shall provide the Government copies of certificates, such as the Universal EPA certificate for all employees working on the refrigeration system. Contractor shall provide proof of seven (7) years or more experience repair/install work on HVAC equipment, and proof of at least five (5) years working on contracts with the federal government. 8. Risk Control Not a confined Space. 9. Location B404-1 Mechanical room. B section courtyard. 10. Security Requirements Upon arrival at the Edward Hines Jr VA Hospital, the contractor shall be required to report to the Work Order Clerk, Facility Management Service, to obtain contractor identification badges and wear when on station and at the remote locations as required. When on-site services are completed, the contractor shall document the services rendered on a legible, contractor service report and submit to the COTR for certification (signature) if applicable. If the COTR is unavailable, an employee in the work unit may be designated to certify the services. A copy of the signed service report must be provided to the Edward Hines Jr VA Hospital Work Order Clerk, Facility Management Service by the contractor at the time the service is provided. No access to the Hines network or patient sensitive information will be granted to contractors
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9581/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q9581 36C25218Q9581_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4529159&FileName=36C25218Q9581-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4529159&FileName=36C25218Q9581-000.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: Edward Hines VA Hospital;5000 S 5th Ave;Hines, IL
Zip Code: 60141-1457
 
Record
SN05024882-W 20180809/180807231546-0474575321cdf94ce3931a2cff68b9a8 (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.