SOLICITATION NOTICE
Z -- 556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
- Notice Date
- 3/18/2025 8:12:13 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225B0002
- Response Due
- 3/25/2025 7:00:00 AM
- Archive Date
- 04/24/2025
- Point of Contact
- Stacy G Hoover, Contracting Officer
- E-Mail Address
-
Stacy.Hoover2@va.gov
(Stacy.Hoover2@va.gov)
- Awardee
- null
- Description
- Accompanying Amendment 36C25225B0002 0005 Page 3 of 3 Chilled Water Piping from Bldg 188 to Bldg 3 project#556-23-104 captain james a. lovell fhcc, north chicago, il I. The following changes are to be made to the solicitation: 1. THE BID OPENING DATE IS HEREBY EXTENDED FROM MARCH 19, 2025 to March 25, 2025 (see additional information below in red) a. VIRTUAL BID OPENING INFORMATION: 1) Reminder, there will be no in-person public bid opening process. This will be conducted as a public virtual activity. 2) The virtual bid opening will be available to the public via Microsoft Teams at the following link and/or phone number: Join the meeting now (Meeting will be available to be accessed 15 min prior to bid opening) Meeting ID: 290 934 807 808 Passcode: 9aD9Ye9D Dial-in by phone: 872-701-0185; Phone conference ID: 889 119 802# 3) IAW FAR 52.214-5 Submission of Bids and 14.202-8 Electronic Bids; Bids shall be provided via email to the Contracting Officer at Stacy.Hoover2@va.gov AND Ryan.McMillin@va.gov as follows: BIDS DUE: Vendor bids are due via email as shown above at 9:00 AM local time on 3/25/2025. The virtual public bid opening will be held at 10:00 AM local time on 3/25/2025 at the link and/or the phone # provided above. Ensure to include solicitation 36C25225B0002 in the email subject line. A hard copy submission is not required. Any bids received after the date and time specified for receipt of bids will be processed in accordance with FAR 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids (Nov 1999). 4) Ensure your complete bid including bid bond are provided in your submission. The successful low bidder is required to furnish their original bid bond within five (5) days after notification by the Contracting Officer. 5) Ensure your bid includes the completed VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) found on pages 55-57 in the original solicitation. 6) It is highly recommended that Bidders submit their bid at least one hour prior to the bid due date/time to avoid any transmission issues. II. The following changes are made on project specifications: n/a III. The following changes are made on project drawings: n/a IV. The following Questions and Answers / Clarifications are the result of bidders request(s) for information: Please confirm the location of the bid opening is an in-person public bid opening at the GLAC office at 115 South 84th Street, Suite 101, Milwaukee, WI 53214. The 1442 refers to See Contracting Officer s Special Instructions please advise where to find the special instructions? 1A: This will be a virtual bid-opening; see instructions above. I am looking to obtain a planholders list / Pre-bid meeting list if possible. If not, could you point� me in the right direction? 2A: There will not be a compiled list of planholders. Please visit www.SAM.GOV and sign on as an interested contractor, from there all contractors that have registered as interested in this procurement should possibly be found. Also, see site-visit sign-in sheets for a list of contractors who attended the site visit(s). Please confirm if the building permit is the GC s responsibility. 3A: Building permit is the responsibility of the GC. Please confirm there is no asbestos abatement required for this project. 4A: Confirmed. Please confirm if the GC needs to supply a job site trailer or will there be space available in the building. 5A: No space will be available within buildings. See details F3 and F8 on sheet AD401 for exterior storage and trailer areas. Can the superintendent be SSHO & QCM? 6A: There are no exceptions from the Superintendent dually serving as the CQC System Manager, provided the Superintendent also meets the specified CQC System Manager requirements (014500 par. 3.5.B). The Superintendent cannot dually serve as the SSHO because the SSHO must have ""no other duties"" (01 35 26 par. 1.9.A). Can the excavated material go to CCDD facility or will it need to go to subtitle D facility. 7A: If overburden passes soil tests, the overburden may remain onsite for reuse as backfill. Excess excavated and/or unsuitable material must be legally disposed off property (31 20 00 par. 3.5.A) at a CCDD or Subtitle D facility. Materials deemed hazardous must be legally disposed (31 20 00 par. 3.5.A) at a Subtitle C facility. Please provide geotechnical report. 8A: There is no geotechnical report available for this project. Can the government supply a contact to the company that usually takes care of the Building Management System (e.g., Automated Logic or Johnson Controls)? 9A: Utilize automated logic controls. Are there any areas where piping will be installed under the tramway that will require special confined space permitting? If so, can the government supply a detailed and precise drawing indicating those spaces, including the linear footage of piping that will be installed in those areas? 10A: There are no locations on campus that require a confined space permit for this project. There seems to be confusion on mobilization and project phasing. Once pre-construction submittals are approved, can we receive Notice to Proceed (NTP), mobilize, and start the period of performance to work continuously until the project is complete? 11A: Notice to Proceed is provided 1st and begins the period of performance. Pre-construction submittals can be provided at the Notice to Proceed/ Post Award Meeting, all other processes will follow. Will the project have distinct phases where multiple mobilizations will be required? 12A: The Contractor is required to furnish VA a schedule of approximate phasing dates for work in each specific area of the site as well as other data (010000 par. 1.6.I). Are we required to fill the pipe with glycol? If so, what type and concentration is required? 13A: No, Contractor is not required to fill pipes with glycol. The specifications mention a requirement for a certain type of photography. Is it possible for the government to provide access to a ""Teams"" portal so that our site superintendent can upload photos daily instead of following the specified requirement? 14A: Photography is not to include PII or PHI, also patients and staff are to be blurred out. Teams portals will not be used. There will be a file sharing site like submittal exchange for picture uploads. Where do you anticipate lead-based paints and/or asbestos abatement work to be required? 15A: Anticipate lead-based paint on all wall surfaces to be repainted. There is no anticipated asbestos. Does the government want us to submit one proposal without any deductions? If not, could you clarify how you would like the proposal to be structured, and what should be included in each CLIN? 16A: Disregard all deducts. Keynote 1 on C101 states: ""All soil removal within a defined area of 5' wide shall be performed by hand excavation."" This equates to approximately 150 CYs of soil, which is not practical for hand excavation. If we perimeter hydro-excavate the proposed area, can we then machine excavate once all utilities have been daylighted? 17A: Keynote 1 on sheet C101 comprises areas with newly installed EHRM cabling. The Contractor may propose other methods of excavation provided underground utilities are identified and protected. Concerning insulation on the piping versus pre-insulated piping: MP 102 Keynotes 1 and 2 specify pre-insulated pipe, which differs from the existing pipe installed under the tramway. Pre-insulated pipe is typically used in underground applications. Could you confirm that pre-insulated pipe is required only for underground applications? 18A: Use preinsulated piping underground and in crawl spaces, as indicated by Keynotes 1 and 2 on sheet MP102. See specification 23 07 11 par. 2.7 for preinsulated pipe information. Does the pipe in the chiller plant require 3 cellular glass and colored PVC? 19A: All chilled water, above-ground pipes receive cellular glass closed-cell insulation in accordance with section 230711, Table 3.3, in the thickness identified in the table. Use ASJ on cellular glass closed-cell insulation. Colored PVC is not used on this project. What kind of jacket is required for everything outside the chiller plant (e.g., ASJ, aluminum, PVC)? 20A: All piping outside the Chiller Plant is preinsulated chilled water piping, which receives HDPE molded jacketing (section 230711 par. 2.7). See Keynote 25 on sheet MP101 for the transition point from the Chiller Plant's pipe insulation to preinsulated chilled water piping. In what exact area should the plenum wrap be applied? 21A: The fire wrap shall be applied to new piping in the occupied exit corridor at Building 4. See Tunnel Section detail F3 on sheet MP401 for more information. There is a requirement that a third party must create the project schedule and that the prime contractor cannot do this in-house. Could you confirm this requirement? 22A: Follow the specs as written. Should the base bid include the CHS/R run from Bldg 3 to Bldg 48 per MS-001 (Sheet Keynote 8)? 23A: The base bid includes a GPR study for the proposed, future pipe route drawn on F5/MS001 (Keynote 8 on sheet MS001). Pipe construction from Building 3 to Building 48 is excluded from construction documents. (RFI Reference MS-001). In reference to Specification 230711 Section 3.3, please advise on the appropriate material and thickness as multiple options appear applicable. 24A: By section 23 07 11, Table 3.3, all above-ground, chilled water pipes receive cellular glass closed-cell insulation, in the thickness identified by the table. In Table 3.3, strike all rows except the row titled, ""4-16 degrees C (40-60 degrees F) (CH and CHR within chiller room and pipe chase and underground)."" In the remaining row in Table 3.3, delete the word ""and underground,"" so the remaining row's Operating Temperature Range/Service now states, ""4-16 degrees C (40-60 degrees F) (CH and CHR within chiller room and pipe chase)."" Use 1"" minimum insulation thickness on preinsulated piping. The chilled water specification does not include any details for pre-insulated chilled water piping. Drawings MP-102 and MP-103 Notes 1 & 2 indicate the chilled water is to be pre-insulated pipe and fittings. The pipe appears to be in the crawl space area. Please clarify is there is supposed to be pre-insulated chilled water piping and, if so, please advise on the the specifications for the pre-insulated piping. 25A: Pre-insulated piping is to be used in the crawl space. See specification 23 07 11 par. 2.7, for information pertaining to pre-insulating piping. Is the existing chilled water system chemically treated and will chemical treatment need to be done for the new piping per existing procedures through the existing chemical treatment equipment? If so, please advise chemical treatment requirements and preferred manufacturer for the chilled water system so that new chemicals may be procured to add to the new system. 26A: Once the chilled water piping is installed, flushed, and pressure tested, the Contractor shall drain piping and seal the pipes for future reconnection. See sheet MP001 General Note 9 for more information. Please provide further details for the project sign requirements. (concrete specs/sign posts) 27A: For further sign information, see specifications (010000 par. 1.29 and 1.30). Use concrete specified in section 033053. Please confirm if the two excavation areas identified on this page should be included in the base bid? 28A: Confirmed. All excavation areas are included in the base bid as indicated on sheet AE401. Please provide a room finish schedule or specification for the various paint colors. 29A: A room finish schedule is not needed. Match existing paint, wall base, and resilient tile materials and colors (sections 096513, 096519, 099100). 29A: A room finish schedule is not needed. Match existing paint, wall base, and resilient tile materials and colors (sections 096513, 096519, 099100). Per Drawings and Specification 010000, this project has Deductive Alternates. Please provide updated BID SCHEDULE showing these items clearly stated. 30A: Deducts are to be disregarded. Duration for project is listed as 330 calendar days. If there are deducts, please clarify if the project duration changes per each alternate deduct. 31A: No deducts required for this project. Reference Specification 010000, Section 1.31 Photographic Documentation: Please confirm that the photographer must be 3rd party contractor outside of GC s company, or can be performed by GC personnel. It lists Monthly, Weekly, and Regular photographic documentation are we required to have professional photographer provide the monthly? The weekly? And the regular progression photos? There is costs associated with this work, so please clarify specifically. 32A: Provided the photographer meets the stated requirements, specifications take no exception to the commercial photographer being an employee or subcontractor of the Contractor (010000 par. 1.31.A). Follow specifications for required photographic intervals (010000 par. 1.31.B). What are the construction hours? Are we able to start as early as 6:00 am? Please confirm any areas that require off-hour work. 33A: Normal construction hours are from 0600-1430. VA hours are typically from 0700-1530. Are contractors able to provide trailers and/or storage boxes?� 34A: See details F3 and F8 on sheet AD401 for exterior storage and trailer areas. Will the VA provide laydown/storage areas? If so, where will they be located?� 35A: Yes, see details F3 and F8 on sheet AD401 for laydown and storage areas. Will the VA provide an area for a dumpster? If so, where will that be located?� 36A: Yes, see details F3 and F8 on sheet AD401 for dumpster areas. Confine construction operations, including material storage, to areas authorized or approved by the Contracting Officer (010000 par. 1.6). Are CAD files available for all of the issued drawings?� Or will they be available after award is made? 37A: AE does not issue CAD files to the contractor. They may be provided by VA when necessary, and if available. Specification 013216.15, 1.3, A, please confirm that the schedule is to be created by third-party scheduling consultant, and cannot be created in house by Contractor. 38A: Follow the specs as written. Specification 329000 Planting, 2.3 & 2.4, Are we required to replace any dmaged grass areas with sod or seed? 39A: Sod is required on damaged areas (32 90 00 par. 2.3). Please confirm requirements for required onsite personnel. Refer to specifications 013526 and 014500. Is the GC required to have 1, 2 or 3 onsite personnel full time while work is being performed? We interpret that we are required to have (1) SSHO/Safety and (1) QC while work is being performed. This affects project costs. Please confirm. 40A: During part- and full-time construction work, and in addition to other requirements, Contractor must fulfill staffing requirements for one (1) Superintendent (014500 par. 3.1), one (1) SSHO (013526 par. 1.9.A), and one (1) member of the Contractor's CQC organization (014500 par. 3.5.A). Per specification 01 45 00 QUALITY CONTROL, 3.5, Item B, it states that the CQC System Manager is required to be a licensed Professional Engineer or Registered Architect. Could other qualifications or certifications (such as a degree in construction management or a professional certification) be considered in lieu of some of the required years of experience, particularly if they show proven competency in related work?� Professional Engineer or Registered Architect do not seem applicable as the VA has already hired a design and engineering company, and the GC is not designing anything. If not, would it be possible to reduce the requirement to align more closely with common industry practices? 41A: Follow the Specs as written. For lead paint removal, please confirm that contractor will only be responsible for monitoring within contract work area, and VA will monitor outside of construction area. 42A: Monitor areas outside the lead control areas (028333.13 par. 3.3.E.3). Specification 078400 Firestopping, please confirm that any inspectors of fireproofing are required to be independent 3rd party contractor and ASTM E699 certified. 43A: Confirmed, section 078400 requires an independent, 3rd party firestopping inspector meeting the criteria stated in ASTM E699 (section 078400 par. 1.5.C, 3.5.B). Specification 071352 Waterproofing, is any 3rd party testing agency required for this product? 44A: Confirmed, section 071352 requires a 3rd party testing agency (section 071352 par. 3.4.A). Will the VA be providing an electronic submittal program, or is it expected that the general contractor provides this? Are there programs or software that are acceptable? 45A: The Contractor provides an FTP file sharing system (013323 par. 1.6.D). The specification calls for shop drawings, 23 05 11-20.� What is the VA seeking for drawings for the path of the chilled water pipe?� Are approved shop drawings adequate for proceeding with installation? 46A: Follow shop drawing submittal requirements to show chilled water pipe paths (232113 par. 1.4.E, 230511 par. 1.4.G). In addition to requirements stated elsewhere, refer to section 230511 par. 1.4.G.1, 1.4.G.2, and 1.4.G.4 for the Coordination/Shop Drawings requirements. Coordination/Shop Drawings must depict relevant items for installation including, but not limited to, field-verified existing equipment and piping, new and existing pipe and pipe rigging, existing structure dimensions, and installation and service clearances. Approved shop drawings are required before proceeding with installation (013323 par. 1.4.E, 230511 par. 1.4.G.3). Do the plans address all conflict possible structures and utilities?� Can the contractor plan for a straight installation path without relocating conflicts. 47A: The plans indicate intended pipe routes which avoid major conflicts with existing steam piping and other underground utilities. However, it is the Contractor's responsibility to field verify all existing site conditions prior to beginning work. See General Notes Item 3 on sheet MP001 for more information. Also, Contractor must provide Ground Penetrating Radar (GPR) surveys for all areas to be excavated (312000 par. 3.1.F). There are instructions on GI001, SCHEDULE OF BID ITEMS calling for Base Bid and three (3) Deduct Alternates. ITEM s 1, 2, & 3.. However, the Solicitation only calls for a Base Bid LUMP SUM to be submitted. Please advise; What are the requirements for the bid proposal? 48A: Use of any deduct alternates would not be acceptable for this project. Those are to be disregarded. V. general information: 1. Additional Instructions to bidders: VAAR 852.219-73 was included in this solicitation and references the SBA certification database at https://veterans.certify.sba.gov/.� However, the website portal at the foregoing link is now static and is no longer being updated as of August 2024.� To be eligible for award, a vendor must be listed as SDVOSB certified in the SBA certification database (under Government Certifications) found at the Dynamic Small Business Search website: � https://dsbs.sba.gov/search/dsp_dsbs.cfm. � � � � � � � ***NOTHING FOLLOWS***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c899e067ca0e47359734a0ee582d897b/view)
- Record
- SN07375981-F 20250320/250318230049 (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 |