Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2024 SAM #8206
SPECIAL NOTICE

Y -- Sole Source Notice - 620A4-23-218-Install UPS for MRI

Notice Date
5/14/2024 6:22:51 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0663
 
Response Due
5/29/2024 7:00:00 AM
 
Archive Date
06/12/2024
 
Point of Contact
Daniel Barone, Contracting Officer, Phone: 914 737 4400 2046
 
E-Mail Address
daniel.barone@va.gov
(daniel.barone@va.gov)
 
Awardee
null
 
Description
NOTICE OF PROPOSED CONTRACT ACTION The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 2), Castle Point VA Medical Center, 41 Castle Point Road, Wappingers Falls, New York 12590 intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to Phoenix Medical Construction Company, Inc, 681 Chestnut Street, Union, NJ 07083, to perform turnkey construction installation of UPS in the MRI Suite. The place of performance is the Castle Point VA Medical Center, 41 Castle Point Road, Wappingers Falls, New York . This action will result in a Firm-Fixed Price contract with a period of performance of one hundred eighty (180) calendar days. This notice of intent is not a request for a quotation; interested parties may express their interest by providing a capabilities statement no later than May 29, 2024, at 10:00 AM EST. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. If after May 29, 2024, at 10:00 AM EST, no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with Phoenix Medical Construction Company, Inc. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist, Daniel Barone who can be reached at Daniel.barone@va.gov. The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. SCOPE OF WORK Install UPS for MRI (Turnkey Construction) 620A4-23-218 STATEMENT OF WORK Background The Siemens NRI located in building 16 requires a UPS installed. The UPS will protect the MRI from damage cause by electrical transients. Objectives Provide Turnkey Construction service to allow the install of a UPS to protect the Siemens MRI located in building 16. Period of Performance The period of performance for construction shall be 180 days from Notice to Proceed. Place of Performance / Place of Delivery The place of performance for this contract is VA Hudson Valley Healthcare Castle Point, NY Scope or Tasks (for services) The contractor will use Autodesk Build for managing, sharing, and accessing project documents. General Requirements: 1. Provide professional full-time on-site supervision of the work. 2. Hold biweekly construction meetings and prepare meeting minutes. 3. Prepare and maintain a construction schedule for the work. 4. Coordinate power and other utility shutdowns with facility representative. 5. Coordinate materials delivery and storage with facility representative. 6. Remove rubbish and debris as it accumulates. 7. Provide required temporary facilities, including but not limited to: 7.1. Temporary barriers / structures to secure work areas for safety purposes, noise reduction and dust containment. 7.2. Temporarily seal supply and return air diffusers to minimize contamination of ductwork and surrounding areas. 7.3. Provide foot mats at work area entrances and exits. 7.4. Provide Infection Disease Control. 8. Comply with OSHA requirements related to our performance of the work. 9. Abide by facility rules and regulations in effect at the site. 10. The summary of work includes all general trade work and project management needed for the extended/turnkey installation of the medical equipment. 11. Provide full time project superintendent. 12. All work is to be performed in one phase during normal working hours from 7:00 a.m. to 5:00 p.m. Off hours work is included for noise abatement and utility shutdowns only. Weekend work or overtime is excluded. Feeder shutdown between 0600-0800. 13. Any item(s) to be salvaged by the owner are to be removed by the owner from the site before work begins. 14. The owner is to provide clear, unrestricted access from the loading dock to the project area for contractor material deliveries. 15. The use of owner s facilities and utilities shall be permitted. 16. Provide for daily broom cleaning of the job site and debris removal and appropriate disposal. 17. Final project cleaning is included. Final clinical cleaning or waxing of floors is excluded. 18. Infectious control standards shall comply with owner s standards. 19. Comply with utility interruption policies. 20. Comply with orientation and clearance programs. 21. Maintain an up-to-date copy of project documents with redlined as built conditions. Existing Conditions 1. Remove existing computer flooring to accommodate the new structural support for the UPS. 2. Labor for cleanup. Concrete: 1. Provide 4 concrete pad for the new condenser. 2. Waterproof penetrations through exterior walls. Structural Steel and Strut: 1. Provide steel pedestal platform to support UPS System. 2. Seismic anchoring is excluded. 3. Structural metals other than those specifically stated in this proposal are excluded. 4. This proposal is based on the existing room structure being adequate for the new system requirements. If required, agreed to changes shall be added to the project scope and price. Thermal and Moisture Protection 1. Provide fire stopping to any penetrations performed by the work in this proposal. Mechanical HVAC Systems: 1. Furnish and install Daikin 30,000 BTUs wall mounted air handling unit. 2. Furnish and install Daikin 30,000 BTUs condensing unit on concrete pad. 3. Fabricate and install refrigeration piping. 4. Insulate pipes. 5. Charge unit with R410A refrigerant. 6. Start-up unit by Daikin factory representative Utilize the existing HVAC as is. 7. Modifications, additions, servicing, repairs, rebalancing, or warranty of existing HVAC systems except for those specifically stated in this proposal are excluded. 8. Work associated with existing energy management controls (if any) is excluded. Electrical 1. Level new battery cabinet and UPS with sidecar. UPS will be located to left of existing city water bypass panel on exterior wall, and battery cabinet will be located to right of bypass panel. 2. Install new supply-side feeder from existing I-Line panel to new UPS - feeder will consist of (2) 2-1/2"" EMT conduits, each containing (3) 3/0 Cu plus #1 ground. Supply & install (1) new 3P300A I-Line circuit breaker into existing panel and connect to UPS feeder. 3. Install new load-side feeder from UPS to new wireway. Tap feeder and existing to existing shut-trip breaker that supplies Siemens PDU. Feeder will be completed during planned shutdown. Provide secondary tap and terminate in a new 3P70A circuit breaker. Prepare new feeder from 3P70A circuit breaker to interception point of existing chiller feeder. 4. Install (2) 2-1/2"" EMT from UPS to battery cabinet, each containing (2) 300 MCM Cu plus #1 ground. Provide 3/4"" control conduit between UPS and battery cabinet with #12 control wiring as required. 5. Install (1) new 1"" conduit between UPS and MRI Control Room. Terminate new conduit in a flush junction box and install (1) CAT5 network cable with RJ45 terminations. Mount Remote Monitoring Device and connect to new network cable. 6. Provide power and control wiring for new 3-ton ductless AC system. 7. Attend startup of UPS. 8. During scheduled shutdown of MRI, interrupt supply power to Siemens PDU and to process chiller. Disconnect existing feeder from PDU shunt-trip breaker and connect new feeder, supplied by UPS. Cut existing process chiller feeder and splice to newly installed feeder at load side of 3P70A circuit breaker. Verify correct rotation at both circuit breakers and re-energize PDU and process chiller from UPS output. 9. Install junction boxes on existing disused feeders and mark as ""not in use"". Provide appropriate labelling on all new equipment. 10. UPS and battery cabinet provided by others. 11. Loading of batteries into UPS is not included. 12. No overtime has been included. 13. Evaluation of existing power supply adequacy for newly proposed load to be provided by others 14. Scope does not include any upgrades to supply-side breakers, conductors, or other existing distribution. 15. Additional dedicated circuits and outlets not shown on the plans are excluded. 16. An in-depth analysis of the quality, capacity or availability of existing building power and grounding, is excluded. 17. Existing building power or grounding upgrade is excluded. 18. The remaining existing lighting, switching, dimming, convenience outlets, etc. are deemed to be adequate and will be left in their present location and current condition. 19. Work associated with installing power conditioning or surge suppression equipment is excluded. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The Contracting firm will furnish paper and/or electronic copies of any available utility drawings for the areas included in the area of work. Security The AE firm shall obtain day passes for any site visits from the police station. If personnel from the AE firm are expected to be on site more than five (5) days (cumulative) during the design, they shall file paperwork to obtain a permanent ID for the station. Necessary paperwork can be obtained from the COR. The AE personnel who intend to take photos must inform the COR, at least 48 hours ahead to time, of such intentions. Safety Codes / Certification / Licensing The AE firm shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA, OSHA, VA Design Guides and Manuals, etc. Labs used by the AE firm shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the engineering reports. Travel No travel for government employees as a result of this project is anticipated. Employees of the Contracting firm will be required to travel from their place of business to the place of performance indicated above for the purposes of field investigations, design reviews, pre-construction meetings, interim and final inspections, and closeout documentation preparation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f819b9e0dd5744b6b44bf72ddd2c6e9f/view)
 
Record
SN07063050-F 20240516/240514230041 (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.