Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2025 SAM #8439
SPECIAL NOTICE

Y -- CONDENSATE AND CHILLED WATER REPAIR

Notice Date
1/2/2025 12:29:16 PM
 
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
36C24225R0035
 
Response Due
1/17/2025 12:00:00 PM
 
Archive Date
01/31/2025
 
Point of Contact
Akkil Kurian, Contract Specialist, Phone: 718-584-9000
 
E-Mail Address
Akkil.Kurian@va.gov
(Akkil.Kurian@va.gov)
 
Awardee
null
 
Description
NOTICE OF PROPOSED CONTRACT ACTION The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 2), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx NY 10468 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 Jetex Mechanical, LLC 491 E 53RD ST Brooklyn, New York 11203 to perform Condensate and Chilled Water Repairs. The place of performance is the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx NY 10468. This action will result in a Firm-Fixed Price contract with a period of performance of forty-five (45) 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 January 17th, 2025, at 3:00 PM 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 January 17th, 2025, at 3:00 PM EST, no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with Jetex Mechanical. 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, Akkil Kurian who can be reached at Akkil.Kurian@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 INTRODUCTION The scope of this emergent project is to replace a condensate and chilled water line leaking in the location of the fire main. Work is to include but is not limited to: Removal of 80 linear feet of asphalt to expose damaged condensate line. Install of all protective measures for site protection for the excavated site. Replacement of 80 linear feet of 4 schedule 80 condensate return pipes including all pipes and connections. Restoration of all grounds and asphalt to existing condition after work is completed. All proper shoring and trench boxes required for excavation. Pressure testing and verification of all install. Installation of new protective jacketing to prevent further corrosion. Replacement of two cracked 8 CPVC Flanges. Replacement of three damaged 8 carbon steel flanges. Additional 20 linear feet of 8 chilled water piping. Removal and installation of 2 new pipe hangars. New insulation required. Work to be performed at VAMC Bronx in accordance with the Statement of Work, Federal, State, and Local Codes. The period of performance for the above-mentioned project will begin with a Notice to Proceed (NTP) issued and shall not exceed 30 days after NTP. This is to allow some time for piping to come on site. This period of performance includes reasonable duration for all submittals to be approved prior to beginning construction. GENERAL REQUIREMENTS General Contractor s employees and sub-contractor employees shall not enter the VA Medical Center site or project site without appropriate VA issued PIV badge. The GC shall not proceed with mobilization or construction until after Veteran Affairs acceptance of all required submittals and coordination drawings. The following are required for this project: Work to be completed per provided SOW. Contractor to coordinate with the VA COR prior to any work so that the facility can be notified. SAFETY PRECAUTIONS The Contractor shall comply with all applicable Federal, State and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. The Contractor shall receive from the COR a permit for all cutting, welding, and soldering 24 hours in advance. All permits shall be prominently displayed during all construction. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. The Contractor shall comply with an Infection Control Risk Assessment (ICRA) which will be developed with the COR and the Infection Control Practitioner assigned to the project at the Preconstruction Conference. Multiple ICRA's may be necessary to address specific risks at various stages of the project and must be approved prior to proceeding on each phase. The Contractor shall also comply with an Interim Life Safety Measures (ILSM) & Green Environmental Management System (GEMS) which will be developed with the COR. Warranty The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all services and repairs will provide the capacities and characteristics specified. The contract further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at his/her own cost. Period of Performance Period of performance is 45 calendar days from issuance of Notice to Proceed (NTP).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4917cad171684ccf97c65101bffd8c19/view)
 
Record
SN07303845-F 20250104/250102230052 (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.