Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2019 FBO #6280
SOLICITATION NOTICE

N -- 405-16-15 FIREPUMP REPLACEMENT PROJECT

Notice Date
1/31/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05001
 
Solicitation Number
36C24119R0047
 
Response Due
2/28/2019
 
Archive Date
3/30/2019
 
Point of Contact
802-296-5105
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Fire Pump Replacement VA White River Junction Project Description VA Project No. 405-16-015 VA WRJ Campus Fire Pump Replacement The construction cost range for this project is between $500,000 and $1,000,000. The applicable NAICS code is 236220 and the size standard is $36.5 million. The Government intends to award a contract to a Service-Disabled Veteran-Owned Small Business (SDVOSB). The award contemplated from this solicitation is LPTA, which means that best value results from selection of the technically acceptable proposal with the lowest fair and reasonable price. Price will only be considered after Factors 1 - 2 have been found to be Acceptable. SECTION 1 General Project Description Professional Services are required to provide all material, labor, supervision, commissioning, and ancillary requirements necessary to accomplish installation of a new fire pump system in accordance with Specifications and Drawings provided, as well as removal and disposal of the existing pump system. ARCHITECTURAL Architectural work includes, but is not limited to, Fire rated door, wall and ceiling construction, lighting relocation/installation, and finishes involved in renovations to accommodate the installation of a Fire rated room in which to house the new fire pump. Cutting, painting, patching and restoration of demolished and damaged areas will be required. The general architectural intention is to construct a code compliant fire rated room to house the fire pump, and separate it from other occupancies. STRUCTURAL Structural work expected on this project primarily includes, but is not limited to partition construction, and support of mechanical equipment. FIRE PROTECTION The primary purpose of this project is to replace the existing fire protection pump system in its entirety. New pump, booster pump, controller, normal and emergency power supplies, and fire alarm integration are required. Complete demolition of the existing system and removal from the fire alarm programming is required PLUMBING Limited HVAC supply rework is included in this project. Plumbing of the fire protection system as well as demolition of the existing system to be replaced back to the furthest extent possible. ELECTRICAL The existing feeders from each piece of demolished equipment will be removed back to the local power source including existing disconnect switches, conduit and wiring.   All existing fire alarm wiring and components associated with demolished equipment shall be removed to the furthest extent possible. Installation of new feeders, disconnects, circuit protection, conduits, and fire alarm components are required. HVAC Limited HVAC work is included to rework/relocate existing unit heater(s) and supply piping. Site Work Site work is necessary as far as required to install new underground electrical feeders, install new fire protection piping to the new fire pump, and removal/demolition of existing fire pump and associated piping and electrical feeders. Site work will include any and all restoration to pre-construction state Hazardous Materials Existing fire protection equipment tests positive for lead based paint. Appropriate safe work practices for demolition of lead painted material are required. The solicitation package will be available on or about February 5, 2019. The date for receipt of offers is scheduled for March 5, 2019 at 10:00AM EST. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue at the following website: http://www.fbo.gov. Any amendments to the solicitation will be posted solely to this web site. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1. SDVOSB firms must be verified by the Center for Veteran Enterprises (CVE) https://www.vip.vetbiz.gov//. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/36C24119R0047/listing.html)
 
Place of Performance
Address: VA Medical Center;215 North Main St;Vermont
Zip Code: 05001
Country: USA
 
Record
SN05208060-F 20190202/190131230015 (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.