SOLICITATION NOTICE
Z -- Project No. 506-11-126 VFD on Exhaust Fume Hoods
- Notice Date
- 5/23/2011
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Contract Service Center (90 CSC);Illiana Health Care System;1900 E. Main St.;Danville IL 61832-5198
- ZIP Code
- 61832-5198
- Solicitation Number
- VA25111IB0089
- Response Due
- 7/8/2011
- Archive Date
- 10/15/2011
- Point of Contact
- Cari Snyder
- E-Mail Address
-
ct
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER SERVICE DISABLED VETERANS OWNED SMALL BUSINESS PROGRAM FOR CONSTRUCTION NAICS CODE 238210. The Department of Veterans Affairs Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, Michigan 48105 anticipates soliciting bids and subsequently awarding a contract for construction services for VA Project No. 506-11-126, Install VFD on Exhaust Hoods at the Veterans Affairs Ann Arbor Healthcare System. The Contractor shall furnish all labor, materials, equipment, tools, supervision, and travel to perform all work for Project 506-11-126, Install VFD on Exhaust Hoods, in accordance with drawings and specifications. The project shall focus on Laboratory Air quality monitoring and control for laboratory spaces and shall be completely turnkey with supply and install of all equipment systems and software plus start-up and commissioning of the new system prior to turn-over to the govt. All work shall be structured to minimize impact on VA operations. At no time can the Clinical lab area be taken out of service. Individual fume hoods may be taken out of service for the installation of requirement equipment and systems. The contractor shall be required to supply a facility monitor system that shall monitor the air quality within monitored spaces looking for Volatile Organic Compounds, CO2 content and particulates in order verify the air quality within the labs. Work includes, but is not limited to, fume hoods in a given area shall have their exhaust ducts combined into a single manifold for improved VAV control through a reduced number of exhaust fans; existing supply air VAV boxes to be replaced with the new appropriate VAV boxes which have the ability to respond both rapidly and accurately to the needs of the new system. Venturi type VAV boxes are one example of a suitable VAV box for this application; fume hoods shall be modified to accommodate the new system, the following at a minimum shall be modified; fume hood sashes shall be modified and fitted with sash monitoring devices to accurately record the exact position of the sash within 1/8 inch; fume Hood faces shall be modified as required to allow proper air flow through the hood ™s working space even when the sash is closed 100%; A sensor shall be installed to determine is a person is located in the working space in front of the Fume Hood; where VFD drives on the supply air fans for the supply air, air handlers do not exist or are not in working order, new VFD drives shall be installed to maintain a set static pressure in the supply air ductwork; the OptiNet facility monitoring system (or approved equal) shall be installed to sample the air in each of the lab spaces for particulates, VOC ™s, and CO2 levels; front end software shall perform the following 1. Record all data points and store this data for no less than 730 days, 2. Be capable or trending data for individual labs, 3. Be capable of aggregating data based on parameters defined by the user, 4. Produce reports, on demand, weekly, monthly, quarterly and annually as requested by the user; the OptiNet System (or approved equal), Fume Hood VFD, Fume Hood sash Sensors and supply air VAV boxes shall all be tied into and all other related system components shall be tied into a single control system; system shall be fully tested and calibrated and system shall be fully commissioned. The solicitation will be conducted in accordance with FAR Part 14 (SEALED BIDDING) and Part 36 (CONSTRUCTION) and will be evaluated in accordance with the procedures therein. The solicitation is 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS capable of performing the required work. Bids from other than service disabled veteran owned small business concerns will not be considered and shall be rejected. The SDVOSB must be small under relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and VERIFIED in the following websites: http://www.vip.vetbiz.gov, http://www.ccr.gov, and https://orca.bpn.gov to be eligible for award. Effective October 1, 2010 apparent successful bidder must apply for and receive verification status from VA ™s Center for Veterans Enterprise (CVE) prior to receiving an award in accordance with 38 CFR 74. Bidders MUST ensure registrations in these websites are correct, accurate, and current. The Contracting Officer is not responsible for this information. Insufficient responses from Service Disabled Veteran Owned Small Businesses will result in exploration of other set-aside possibilities or advertised as full and open competition. All work will be in strict compliance with all applicable codes and VA regulations. All workers on-site must be OSHA certified (one competent person must have 30 hour certificate and all other workers, prime and subcontractors, must have 10 hour certificate). This will be a firm fixed price contract. Project magnitude is $2,000,000 to $5,000,000. The NAICS (North American Industry Classification System) code is 238210. The small business size standard is $14 million. The completion time for this project is 200 calendar days after receipt of Notice to Proceed. Solicitation VA-251-11-IB-0089 will be available on or about June 8, 2011 with an anticipated bid due date of July 12, 2011. These dates are not firm and may change due to events beyond our control. Site visit information will be provided upon issuance of solicitation. Only one site visit will be conducted. Dissemination is limited to electronic medium and VA will not provide hard copies. Bidders are responsible for obtaining any amendments to the solicitation from this website. This notice is not a request for submission of offers. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bid list is maintained. All potential bidders should register on this website as interested vendors. Send inquiries to Contracting Officer via e-mail at cari.snyder@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC550/DaVAMC550/VA25111IB0089/listing.html)
- Place of Performance
- Address: VA Ann Arbor Healthcare System;2215 Fuller Road;Ann Arbor, MI
- Zip Code: 48105
- Zip Code: 48105
- Record
- SN02454553-W 20110525/110523234425-09792cf83eeef9fd4acc9a3b2b44caad (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |