SPECIAL NOTICE
J -- Nashville High Temp Pumps
- Notice Date
- 4/22/2019
- Notice Type
- Synopsis
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0253
- Archive Date
- 6/21/2019
- Point of Contact
- Trudy Bryant @ 615-225-6959
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129, NCO 9 intends to negotiate a sole source contract with DUNBAR MECHANICAL CONTRACTORS, LLC, 4165 BRUNSWICK RD, MEMPHIS, TN, 38133, for labor, material, equipment for the "Nashville High Temp Pumps" on behalf of the Tennessee Valley Health Services (TVHS) Nashville, Tennessee VA Medical Center. The North American Industry Classification System (NAICS) code for this acquisition is 238220. The contract will be awarded as a one-time firm fixed price contract. This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses from other than the above sources may identify their interest and capabilities to perform the requirement by submitting it in writing via email to Gertrude.Bryant@va.gov no later than April 25, 2019 at 8:00 AM Central Standard Time. The Government will not pay for any information submitted by respondents as a result of this notice of intent. High Temp Pumps GENERAL INFORMATION Service Reference: Boiler plant high temperature sump pumps. 2. Scope of Work: The contractor furnishes all labor, material, equipment, transportation, and supervision necessary to install new duplex pumps "Nashville Boiler/ Chiller Pump Station High Temp" at the at the Nashville Campus of the VA Tennessee Valley Healthcare System, 1310 24th Ave South, Nashville, TN 37212 in accordance with the specifications and drawing. Work includes but is not limited to plumbing, electrical, and controls. The contractor is to provide and install pumps, fittings (to include discharge flange if existing flange does not swap over), wiring, and controls to work with the existing panel and discharge piping. The pumps are to be equivalent to or exceed BJM Pumps J15HF-460T and must be rated to continuously pump 200 degree F. water. The existing pumps are powered by 460V. The new pumps must also be 460/480v, 3 phase. The project will be Turn Key and completely operational upon installing the pumps, wiring and controls. It is the contractor s responsibility to make any field adjustments to the pump floats to obtain maximum efficiency on pump operation and lifespan. The Contractor is to remove/ dispose all old parts and clean debris when project is complete. B. GENERAL REQUIREMENTS 1. All work including materials will have a warrantee for a period of one year. Where a deliverable requires VA approval (shop drawings, schedules, material submittals, etc.), the VA will complete their review of the deliverable within _5_ business days from the date of receipt. The contractor shall have _5_ business days to address any VA comments and resubmit the final deliverable from date of receipt of the Government s comments. Contractor may be required to work some nights and or weekends to perform this work and maintain functionality of affected areas, and to minimize disruptions to the Medical Centers operations. Weekend and evening work shall be identified on the project schedule submitted by the contractor and approved by the VA before work begins. Night and weekend work costs will be merged into Bid Item 1. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. The contractor s superintendent shall be on site at all times during the performance of work associated with this contract. The contractor shall identify all employees that will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, suppliers and delivery personnel entering the medical center. Those employees shall bring two state photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on medical center property. Contractor s employees shall return all I.D. badges to designated personnel at the end of the period of performance of the contract. The contractor shall visit the job site to thoroughly familiarize himself with all the details of this work and working conditions. The contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. The Contractor does not have assigned parking and is responsible for parking in authorized locations only. Drivers should be particularly concerned with Pedestrian traffic; yield to pedestrians in crosswalks. Seat Belt use is mandatory on all VA grounds. All VA and OSHA safety regulations shall be observed during the performance of work identified on this contract. Provide signage and barricades to maintain safety and protection of work around project work site. The Prime Contractor will provide training for the M&O staff for the new pump station (maintenance and operation). The manufacturer s representative will be present on station and conduct the day of training. Movable fencing will be required. The entire work area will not be available to the contractor at any one time. Construction fencing will be 7 or higher. C. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with daily written progress reports. These are due to the COR on a weekly basis, throughout the project's duration. 2. The progress report shall cover all work completed during the work day. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. D. CONTRACTOR EXPERIENCE REQUIREMENTS The contractor must inform the COR when personnel are removed from the contract for any reason. If a key person becomes unavailable to complete the contract, proposed substitutions of key personnel shall be requested by the contractor to Contracting Officer for approval. The COR may request/ require contractor or contractor personnel to be removed from the site for violating VA Medical Center rules and regulations. The Contractor will provide a corrective action write-up on personnel removed that shall be approved by COR. Corrective action may include permanent removal of personnel from the premises. E. CONFIDENTIALITY AND NONDISCLOSURE 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the contract. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-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/NaVAMC/VAMCCO80220/36C24919Q0253/listing.html)
- Record
- SN05288852-F 20190424/190422230022 (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 |