Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2025 SAM #8524
SPECIAL NOTICE

N -- Install New Chiller Pumps for CLC Building 135

Notice Date
3/27/2025 5:40:26 AM
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0479
 
Archive Date
04/06/2025
 
Point of Contact
Lateisha Robinson, Contracting Officer, Phone: 917-943-8289
 
E-Mail Address
Lateisha.Robinson@va.gov
(Lateisha.Robinson@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE SOL: 36C24225Q0479 DUE: 3/31/2025 SET ASIDE: N/A NAICS: 238220 POP STATE: 21days after NTP AGENCY: VA New Jersey Healthcare Systems (NJHCS) Lyons Campus, 151 Knollcroft Road, Lyons N.J, 07939. POC: Lateisha Robinson/ Lateisha.Robinson@va.gov DESCRIPTION: NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT TO: American Veteran Construction Corp. The contractor furnish professional services to replace Building 135 main chilled water pumps 5A and 5B and install two (2) Bell Gossett 20HP pumps (only pumps are provided by the VA) and associated piping connections as well as build cement base plates to support them. Contractor to perform all work following VA guidelines. Specific Tasks: The SOW is to include but is not limited to the following: The vendor shall remove the existing Building 135 main chilled water pumps 5A and 5B and all associated piping and cement base plates and replace them with two (2) Bell Gossett 20 HP pumps. The contractor will demolish the concrete inertia base, existing pumps, piping and appurtenances, up to and including existing shut off valves. Contractor will demolish the electrical wire and conduit back to the VFD. Contractor to remove the VFD and turn it over to the VA. Contractor will demolish the existing drain pan and attached drain piping. The contractor will submit a shop drawing of the concrete inertia base, piping, pumps, valves, gauges, and appurtenances for approval. The contractor will modify the piping above the shutoff valves to align with the new pumps as shown on the shop drawing. Contractor will repair the floor in preparation for the new pump concrete inertia base and vibration isolation. Contractor to furnish and install new concrete inertia base, vibration isolation, drain pan, and drain piping. Contract will install the government furnished pumps. These pumps are identified on the attached submittal and are available for inspection upon request. Contractor will furnish and install the suction diffusers, pipe stands, pressure gauges, pig tails, stop cocks, flexible connectors, differential pressure sensors, thermometers, check valves, spool pieces, reducers, piping, gate valves, drains, valves, and strainers. See Base-Mounted Pump detail. Contractor to furnish and install all electrical VFD, conduit, wire, fittings, and supports to complete the installation. Furnish and install pipe hangers to accommodate changes to the piping. The Contractor shall furnish and install two Variable Frequency Drives (VFDs) to power the pumps. VFD s shall be Fuji Electric FRM020F1S-4U. Contractor shall connect the differential pressure sensor and the VFD to the VA s existing building automation system. The VFD shall be programmed to maintain a pressure differential that is adjustable by the building automation system. The building automation system shall display; the measured differential pressure at each pump, differential pressure set point, VFD status, power monitor, and VFD speed. Contractor to furnish and coordinate testing of all new welded piping work. This includes all new welds X-rayed by a certified company, coordinate VA staff to witness, and the reports must be provided to the VA. Contactor will furnish and coordinate a certified water balance company to test and balance the water side loop of 6 AHUs chilled water coils and the 2 pumps. Testing and Balancing company will certify the system after installation, coordinate VA staff to witness, and provide the VA the balancing reports. This Notice of Intent is not a request for Proposals or Quotations. No solicitation document exists and no telephone or email inquiries will be accepted. No contract award will be made on the basis of proposals, or quotations received in response to this notice. Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide services sought including pricing data and technical data sufficient enough to determine that a comparable source to the government is available. The government may consider all Expressions of Interest received prior to March 31,2025 A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice must be emailed to Lateisha. Robinson@va.gov and received by 10:00AM EST on March 31,2025. Submitters are responsible for ensuring their EOI reaches the designated contracting officer on-time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d554edda19c540ca80aae075e22697ea/view)
 
Record
SN07388183-F 20250329/250327230044 (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.