SOLICITATION NOTICE
41 -- Replace 187 ton air cooled chiller at the Montgomery Regional Office
- Notice Date
- 11/8/2024 5:29:53 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- VETERANS BENEFITS ADMIN (36C10D) WASHINGTON DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 36C10D25Q0020
- Response Due
- 11/15/2024 9:00:00 AM
- Archive Date
- 12/05/2024
- Point of Contact
- Tiffany Garfield, Contract Specialist, Phone: 813-631-2818
- E-Mail Address
-
tiffany.garfield@va.gov
(tiffany.garfield@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 4 STATEMENT OF WORK FOR CHILLER REPLACEMENT MONTGOMERY VA REGIONAL OFFICE DESCRIPTION: Replace 187-ton air cooled chiller PLACE OF PERFORMANCE: Montgomery VA Regional Office 345 Perryhill Road Montgomery, AL 36109 BACKGROUND: The Montgomery VA Regional Office air cooled chiller has begun to show signs of degradation in that one compressor has been replaced, Variable Speed Drive control board replaced, several refrigerant charge losses due to piping failure and evaporator seal failure. This unit is the only means of climate control and therefore is a vital system to the facility m1ss1on. SCOPE: The contractor shall provide all labor, supplies, transportation, and equipment to replace the air� cooled chiller at Montgomery VA Regional Office. CERTIFIED TECHNICIANS: Certified technicians are required in the performance of system start-up as the facility uses Metasys for its Building Automation System (BAS). All connections, testing, and certifications of controls hardware shall be performed by Johnson Controls factory certified technicians. PERFORMANCE REQUIREMENTS: 187 Ton Chiller Replacement: Lock out and tag out of existing machine. Installation of temporary chiller and make required electrical and mechanical connections. Place in service. Removal of existing unit from service and crane off. Installation of new unit onto existing chiller pad. Vendor to verify new unit will properly fit on existing pad. Increase pad size as needed to accommodate new chiller if dimensions fall outside current pad sizes. Perform pressure and vacuum test of new chiller to verify no leaks from factory and transport. Upon successful tightness test continue with the following: Perform shutdown of temporary unit, lockout/tagout of electrical and mechanical connections. Remove from service. Conduct a partial drain and treat the chilled water system with a dyed glycol solution to prolong system operation. Refill chilled water system to capacity and return to service. Perform all electrical and mechanical connections to new chiller. Ensure that all BAS control/monitoring points are properly connected and visible on the BAS software. Remove lockout/tagout. Charge new unit with factory recommended refrigerant. Factory certified technician to perform start-up of new unit and place in service. Ensure all machine safety parameters are programmed. Perform vibration analysis on new chiller. Place chiller in service. Cleanup and Disposal: Housekeeping: The contractor shall maintain a clean work environment, keeping surfaces in the area free of dust and debris. If the COR and/or designated representative, finds the area unacceptable, the contractor, at his/her own cost, shall re-clean until acceptance is gained. Disposal of Trash and Hazardous Waste: The contractor shall be responsible for the cleanup and removal of all trash and debris from VA property after the Government's final acceptance of work. The contractor shall comply with OSHA, EPA, the Department of Transportation (DOT), State, and all other applicable regulations governing the proper handling, disposal, and removal of all waste and debris. SPECIFIC TECHNICAL REQUIREMENTS: Required Contractor Reporting: A full detailed report shall be generated; the contractor shall provide the COR with three (3) hard copies at the conclusion of all performance requirements. If there is a need for work to be performed beyond the scope of this contract, the contractor shall provide a written cost estimate for any work or materials at no additional cost to the Government. The contractor shall not perform any work or make any purchases beyond the scope without approval from the Contracting Officer. Testing and Acceptance: All equipment shall be tested prior to the Government's final acceptance. All hard copies of Commissioning, Performance, Testing reports, and all new equipment and control technical manuals, including specification documents, must be provided to the COR, or designated representative prior to the Government's final acceptance. All Operator 4-hour training must be completed prior to the Government's acceptance. Security Requirements: While on VA property, all contractor personnel shall comply with the rules, regulations procedures governing the conduct of personnel and the operation of the facility. Prior to the commencement of any work under this contract, upon arrival to the VA Regional Office, contractor personnel shall first check-in with VA Police to obtain an identification badge. The contractor employee must safeguard the badge and immediately report if the badge is lost, stolen, or destroyed to the VA Police. Contractor personnel shall properly display their identification badge at all times while on VA property so that their name and the company they work for can easily be seen. All contractor personnel shall properly sign out with VA Police upon the completion of this contract. Interference in Performance Requirements: The following provisions shall be adhered to by contractor personnel throughout the duration of this contract: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, e.g. utility services, servicing of fire protection systems, and the passage of facility patients/personnel, etc. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COR of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made by the COR. Warranty: All performance requirements shall come with a one-year warranty (minimum). Contractor Responsibilities: The contractor shall be responsible for the actions of all individuals provided to work for the VA under this contract. Should damages arise for work performed by contractor provided personnel, the contractor shall be responsible for all resources necessary to remedy the incident. The Contractor shall be responsible for ensuring all provided personnel are properly licensed to operate a motor vehicle if operating a motor vehicle on VA property is required. PERIOD OF PERFORMANCE: A Performance Duration: Due to the nature of this project and unknown lead times, this project has a projected period of perfonnance of 270 days from the Notice to Proceed. Performance Schedule: All work shall be performed Monday through Friday (except Federal Holidays), 7:00 AM Central - 3:30 PM Central) Site Visits: If a site visit is required, prospective contractors shall coordinate a site visit with the COR or a designated representative of the Montgomery VA Regional Office SSD department via assigned contracting officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/da284f9c39924341a513b360ebcc692b/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Benefits Administration Acquisition Division 1800 G Street NW, Washington, DC 20006, USA
- Zip Code: 20006
- Country: USA
- Zip Code: 20006
- Record
- SN07261069-F 20241110/241108230103 (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 |