Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2023 SAM #8047
SOLICITATION NOTICE

Z -- STX Replace Steam Tube and Bundle System Spinal Cord Clinic (SCI)-San Antonio VA FY 24 Construction Project Project #: 671-21-117

Notice Date
12/7/2023 1:14:48 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25724B0010
 
Response Due
1/18/2024 8:00:00 AM
 
Archive Date
02/17/2024
 
Point of Contact
Jennifer Stringer, Contract Specialist
 
E-Mail Address
Jennifer.Stringer@va.gov
(Jennifer.Stringer@va.gov)
 
Awardee
null
 
Description
RFI Questions for 36C25724B0010 STX Replace Steam Tube and Bundle System Question Set 1: At the site visit, the COR showed contractors plans and specifications which has not been provided yet.  Requesting the plans and specifications. Drawings attached to amendment. 90-day performance period is unrealistic considering the delivery of the long lead equipment. We understand from the site visit that the 90 days starts after delivery of the new equipment.  Please confirm. The 90-day performance period starts when we give them the NTP is issued. This won t start until after the vendor provides the pre-construction documents per the definition in specifications. In order to facilitate time needed after NTP, the vendor should also, when sending submittals, shall provide all the lead times necessary to tell inform the VA regarding expected receipt of equipment, and those lead times shall be included in their schedule. 1.2 DEFINITIONS A. Pre-construction submittals: Submittals which are required prior to issuing contract notice to proceed or starting construction. For example: Certificate of Insurance, Surety Bonds, Site Specific Safety Plan, Construction Progress Schedule, Schedule of Values, Submittal Register, list of proposed subcontractors, Accident Prevention Plan, Quality Control Plan, Environmental Protection Plan. Per the site visit, we understand the controls contractor is Entech Sales & Service. That is correct, the existing controls is Andover Controls for ALMD. Entech Controls POC: Brian Simmons: 214-802-5204 At the site visit, the COR showed contractors plans which indicates existing pumps to remain while the statement of work requires new pumps.  If new pumps are required, please revise plans to show the requirement including adding the pumps to an equipment schedule. See attached new drawings. Pumps now shown. Details added. Specifications added. At the site visit the COR showed contractors plans which shows the new heat exchanger to be located over an existing open drain pit and partially covered trench along with other piping.  VA indicated the heat exchanger should be located in the available free space adjacent to the open pit and covered trench.  If this is not a correct understanding, please clarify otherwise by amendment. The contractors shall place the new skid mounted heat exchangers below the existing system, but not over the existing open drain pit. AE can you please ensure to write this verbiage as well on the drawings. Also line item 3 on M-101 states for the GC to field verify the exact location of the steam condensate drain pit. See attached new drawings. We understand from the site visit that the Spirax Sarco sensor assemblies are to be salvaged and reinstalled.  If this is not a correct understanding, please clarify otherwise by amendment. The pipe fittings and connections should all be new except for the main steam pipe entering the mechanical room. From their this should be tied into the new system as shown in M-501 steam to water heat exchanger diagram. Solicitation Page 6 of 75 paragraph 2.1.1 states Existing equipment shall be returned to the VA before disposal. Please clarify that the existing equipment is returned to the VA with no disposal by contractor. After discussion with our M&O staff, the VA does not want any of the existing equipment, and the contractor shall dispose of all demolition and debris. They must also provide the following: The Total Pound of C&D Generated: LBS Total Pounds of C&D Diverted: LBS Percentage Diversion Rate: % Page 14 of 75 paragraph 2.2.2.5 Security refers to FAR clause 52.204 but 52.204 is a general heading, not a FAR clause. What specific clause is intended? The actual clause is 52.204-9; there was a typo in the SOW. 52.204-9 Personal Identity Verification of Contractor Personnel. As prescribed in 4.1303 , insert the following clause: Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee s employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor s employees are required to have routine physical access to a Federally controlled facility and/or routine access to a Federally controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. (End of clause) The bid form refers to removal of existing structures but there are no plans or description of any structural modifications. If any removal of existing structures is required, please provide the Government s stamped and engineered design plans for this work by amendment. Here is exactly what is stated in Section 1.1 Purpose in the Statement of Work: The Department of Veterans Affairs (VA) intends to construct a new hot water system for the Spinal Cord Clinic (SCI) in the project for Replace SCI Steam Tube and Bundle System. Contractor shall completely prepare site for building operations, including demolition and removal of existing steam tubes (C-PS-1D) and (C-PS-2D), removal of existing structures, replacing, and furnishing with (2) Two new skid mounted steam tube bundle systems, provide labor, materials, and perform work at the Audie L. Murphy South Texas Veterans Health Care System, located 7400 Merton Minter San Antonio, TX 78229. What is meant by removal of existing structures is the removal of the existing supports that support the existing steam tube bundle system.  Those shall also be removed and not left abandoned. Question Set 2: The existing heat exchangers are elevated and suspended from the ceiling. The statement of work section 1.1, 2.1.1 & 2.1.6.1 references a skid mounted system which would mean the system rests on the floor (and therefore takes up floor space). Can the replacement heat exchangers be located and mounted in the same location/way as the existing ones? The VA would like this new system to be skid mounted because it will allow our M&O staff to have direct access to do any repairs in the future. Will the contractor be required to replace the steam control valves as part of the scope of work or will the existing be utilized? All connections, fittings and piping shall be replaced. If they are to be replaced: Will they be replaced with electric or pneumatic type control valves? Electric control valves Will it require two valves in parallel for each heat exchanger (1/3, 2/3 type control)? Yes, per the drawings shown on M-501 What building control/automation system will the control valves be tied into or is the new system to have stand-alone controls? The existing controls for ALMD is Andover Controls. Entech Controls is the POC. Brian Simmons: 214-802-5204 Should capacity of replacement tube and shell heat exchangers be equal to those in the PDF document NBBI+Data+Reports+for+16046+and+16047 that was provided with the solicitation or are there consideration that the VA would like to have addressed when determining the appropriate capacity for the replacement heat exchangers? That is the correct the shell heat exchangers provided in the NBBI data reports are existing and on M-501 of the drawings it calls out for a shell and tube type. The new equipment shall be similar or better than the existing equipment. Reference the schedule for the capacity of the heat exchangers, pumps, etc. See attached new drawings. Does the existing tube and shell heat exchanger system meet the performance test requirements described in the statement of work section 2.1.3? Contractors can perform test of the temperatures prior to demoing the heat exchanger to ensure that it is meeting the performance test requirements stated in section 2.1.3. Do any components need to be replaced in the hot water loop other than the circulation pumps? The connection points from the new skid mounted system to the vertical inline pump loop shall be replaced. See New drawings attached. Can the existing power source be used for the new water circulation pumps? The existing power source can be used for the new water circulation pump. What building control/automation system will be used to operate the pumps or will they require stand-alone controls? Answered above on 2(c). Do any components need to be replaced in the condensate return piping? Steam trap shall be routed to condensate pit. Condensate return shall be replaced and reconnected in the mechanical room. Will the contractor be required to replace the steam traps as part of the scope of work or will the existing be utilized? If the steam traps are to be replaced, should the new steam traps be of equal capacity to the existing our should the capacity be dictated by application (heat exchanger) requirements? The steam traps shall be replaced and shall be compatible with the new system being installed. Statement of work section 2.1.6.1 A references Heat exchanger capacities are scheduled on the drawings. . Have these drawings been included in the solicitation documentation? How can we obtain a copy of these drawings with capacity information? These drawings are being updated as we speak so we can upload for the bid solicitation. See new drawings attached. Section 2.1.6.1 Shell and Tube, Domestic Water Heat Exchangers is this applicable? We are replacing process water heat exchangers. Notice the temperature control requirements in part F contradict what laid out as performance requirements in the previous section 2.1.3 Please advise? We are replacing water process heat exchangers that supply the reheat coils for the units. My thoughts are 2.1.6.1 temperature range is for the steam portion or the steam tube bundle system. While the performance test in section 2.1.3 o the SOW is talking about once it is distributed in the domestic water or the process water to the equipment to provide the water necessary to reheat or heat the air serving the SCIC area See new drawings attached. Question Set 3: I am reaching out to you this morning to request the sign in sheet from the pre-bid walk through that was conducted last week on 11/2 @ 10am. We will be following up with more technical questions 11/9 @ 4pm. If you could submit the sign in sheet as soon as possible that would be greatly appreciated. Thank Attendance Roster attached. Question Ste 4: 1. Are there drawings - talked about drawings at pre-con but we do not have them - can you provide these to us, please? See attached new drawings. 2. Are we changing the isolation valves, yes or no  Yes 3. Are we changing the control valves, yes or no Yes 4. Is there any asbestos  GC shall obtain a contractor for asbestos or hazardous materials to provide a report. There is no known asbestos in this requirement. 5. If we are changing isolation valves, if yes, is there glycol in the system?  Yes. Contractor shall change the isolation valves, but there is no glycol in this system. 6. Will an outage be required - if yes, how long of an outage is allowed This is means and methods and if the contractor is planning to have an outage it must be approved and discussed ahead of time at least 5 working days in advance as stated in the SOW. The contractor should show on their gantt chart their scheduled shutdown outage. The VA would request to have outages performed on a weekend when there are limited employees/faculty/ and people in the facility. Currently, one of the heat exchangers is not working and, in the SOW, it states for them to correct the unit that is down to allow the other equipment existing to continue running and provide steam. Once they install the new skid system they shall commission the one steam tube and ensure it is operational and installed correctly prior to moving on to the second phase of installing the second steam tube system. 7. Is the existing condensate monitoring system staying or replaced with the new system The GC to replace with a new system. If the existing system is operational, I would reuse. 8. Is this project tax-exempt  NO. Question Set 5: 1. Can the bid be postponed due to the holiday? Yes. The new date will be published on the amendment to the solicitation. 2. What is the status on getting the project due date adjusted? Yes. The new due date for bids will be posted via amendment to the solicitation. Question Set 6: Are we to dispose/abate of any asbestos, lead, mold, or other hazardous material as part of this project?  If so, provide appropriate hazardous material site survey report. GC shall obtain a contractor for asbestos or hazardous materials to provide a report. There is no known asbestos in this requirement. What will the ICRA level be for this project? Please find the ICRA, PCRA and NEPA as attachments to this amendment. Are there any required/proprietary subcontractors the general contractor is to hire associated with this project? NO proprietary known or intended. Will all work associated with this project able to be performed during regular working hours? Not all work shall be performed during working hours. Some work shall be done offsite if they are pre-fabricating any steam pipe connections. Also, shutdowns shall be performed during the weekends or discussed with the COR on when they could perform the shutdown. Normal work hours would be as stated in the hours of operation in the SOW. It is our understanding that the Solicitation is a negotiated Bid (RFP) design-bid-build project with the Government's AE being responsible for the design portion (providing a full and complete set of Specifications and Plans) and the successful offeror being responsible for bidding and building the project based on the Specifications and Plans provided by the Government's AE.  Put another way, the successful offeror will not be required to perform any design-build services as part of the contract - correct? There are no design requirements for this construction procurement. If any design is needed, we will reach back out to the AE firm for this. Are we to reuse the steam trap monitors or replace? If replace, please provide desired spec. Replace. Reference 23 21 11 COR Question RE: Drawings: On viewing the drawings, they show the pumps are inline pumps, but the existing equipment onsite and when we spoke about this we discussed vertical inline pumps.  Are we wanting the GC to provide inline pumps instead?  Due to the space given vertical inline pumps will take up less room. The pumps are vertical in-line per the schedule on P-501.  The detail on P-502 also shows this configuration.  The drawings are graphical in nature showing the pumps from the original as-builts. (Inline pumps are vertical inline pumps as stated in the equipment schedule on page M-501. The drawings or the appurtenances/gauges, etc., that are mounted and included in the drawing, should still be applied per M-502, but pumps are vertical.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5d2b08027524904996555729a01a7f2/view)
 
Record
SN06905613-F 20231209/231207230046 (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 |
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.