SOURCES SOUGHT
45 -- REPLACE DOMESTIC HOT WATER HEATER B100 (VA-20-00040229)
- Notice Date
- 4/6/2020 9:21:47 AM
- Notice Type
- Sources Sought
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0494
- Response Due
- 4/9/2020 12:00:00 AM
- Archive Date
- 04/19/2020
- Point of Contact
- Damon Ware Damon.Ware@va.gov
- E-Mail Address
-
Damon.Ware@va.gov
(Damon.Ware@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0494 BACKGROUND: The contractor is to replace (2) two heat exchangers and all associated controls, parts supplies and equipment. Work required to accomplish this will require providing a skid mounted heat exchanger package which includes all controls and tie-in points to the existing distribution system and include all valves, piping, traps, electrical connections and other parts and materials to provide a fully operational domestic hot water system. Once the units are installed and all connections are made the units will then be turned on and allowed to warm up. Once operational temperature is reached the units will be placed into operation. This includes putting at least 90 % load on the units for a minimum of one hour. The units will then be diagnosed for any problems or leaks. All control parameters on the control board will be scrolled through and analyzed to ensure they are all within accepted parameters. CONTRACT REQUIREMENTS Heat Exchanger Package and Specs (CLIN 0001) - All equipment will be replaced with approved OEM manufactured parts and equipment. 1. PREMIER FLOW OR APPROVED EQUAL DUPLEX & PARALLEL STEAM FIRED DOMESTIC WATER HEATING SKID PACKAGE 2. 180 GPM CAPACITY AT 60�F 140�F SPECIALTY EQUIPMENT 1. (2) 150# 2 PASS ASME DOUBLE WALL VERTICAL SEMI-INSTANTANEOUS STEAM FIRED DOMESTIC WATER HEATER WITH 5/8 90/10 CUPRONICKEL STEAM TUBES AND 316L STAINLESS STEEL WATER SIDE SHELL 2. ELECTRONIC STEAM CONTROL VALVE WITH ALLOY 6 TRIM TO AVOID STEAM CUTTING, (2) ELECTRONIC CONTROL PANEL WITH MODBUS TO METASYS GATEWAY, (2) PID TEMPERATURE CONTROLLER, (2) TEMPERATURE RTD, (2) SAFETY DUMP SOLENOID, (2) ASME 210�F/150PSIG SAFETY RELIEF VALVE, (2) TEMPERATURE DIAL, (2) FEED FORWARD 3 SPEED HEX CIRCULATION PUMP, (2) TUBE SIDE VACUUM BREAKER, (2) TUBE SIDE STEAM PRESSURE GAUGE, (12) LEAK DETECTION PORTS 3. HEAT EXCHANGER SERVICE FLOAT AND THERMOSTATIC STEAM TRAP, INLET STRAINER, AND DISCHARGE CHECK VALVE 4. STEAM HEADER DRIP TRAP, INLET STRAINER, AND DISCHARGE CHECK VALVE 5. (1) PACKAGE INLET STEAM STRAINER WITH CONTROL VALVE SUITABLE MESH SCREEN 6. (1) STEAM HEADER PRESSURE GAUGE WITH STOPCOCK AND COIL SYPHON 7. DUPLEX & PARALLEL STEAM FIRED DOMESTIC WATER HEATING SKID 8. PIPING, ELECTRICAL, AND CERTIFICATIONS 9. 3 FIRST IN LAST OUT WATER PIPING IN TYPE L COPPER FOR BALANCED AND PARALLEL FLOW 10. (1) 4 BLACK PIPE STEAM HEADER WITH 12 O CLOCK STEAM TAKEOFFS FOR STEAMCONTROL VALVES AND 6 O CLOCK TAKE OFF FOR HEADER DRIP TRAP 11. (1) BLACK PIPE CONDENSATE HEADER FROM HEXS AND PACKAGE INLET STEAM TRAPS 12. (1) COMPLETE SET OF NECESSARY ISOLATION VALVES 13. SKID WILL BE ABLE TO BE BROKEN IN THE CENTER BETWEEN THE HEATERS TO BE MANEUVERED ONTO THE EXISTING PAD 14. EQUIPMENT WILL BE STRUCTURALLY REINFORCED TO BE LEANED OVER TO CLEAR LOW LYING OBSTACLES WHEN BEING MANEUVERED ONTO THE EXISTING PAD 15. SINGLE POINT 120/1/60 DUPLEX POWER PANEL WITH INDIVIDUAL WATER HEATER DISCONNECTS 16. BMS GATEWAYS FOR BUILDING AUTOMATION TO PULL POINTS 17. ESTIMATED 60 WIDE X 100 LONG X 120 TALL Warranty. The Contractor shall warrant that work performed under this PWS conforms to the contract requirements and is free of any defect in equipment, material, or workmanship performed by the Contractor or any subcontractor or supplier at any tier for a period of at least one year for labor and fabrication on all repairs made Please respond if you can provide the following items; CLIN Description Quantity 0001 The contractor shall provide all equipment to replace (2) two of the heat exchangers and controls for domestic hot water system located in Bay 8 of Building 100 at the Michael E. DeBakey VA Medical Center in Houston, Texas. 1 JB REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Damon.Ware@va.gov. Please respond to this RFI no later than April 9, 2020 11:59pm CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/95d6c1e20a714d9391dba2a2338fdf89/view)
- Place of Performance
- Address: Micheal E. DeBakey VAMC;2002 Holcombe Blvd;Houston, TX 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN05612001-F 20200408/200406230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |