Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2011 FBO #3612
DOCUMENT

Y -- Miami Boiler Plant Completion Item, Miami VAMC, Miami, FL; Project No. 546PM2088 - Attachment

Notice Date
10/13/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Office of Contraction and Facilities;Management (00CFM3B1);810 Vermont Ave., NW;Washington, DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RP0023
 
Response Due
12/13/2011
 
Archive Date
2/11/2012
 
Point of Contact
Diane Campbell, Contracting Officer
 
E-Mail Address
diane.campbell@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRESOLICITATION NOTICE The Department of Veterans Affairs is seeking proposals from General Contractors to provide the Office of Construction and Facilities Management, design build construction services for substantial modifications to the boiler and control systems at the Miami VA Healthcare System Central Plant. During the time of installation in 2005, VA standards and specifications were not followed. This led to difficulties and safety hazards during current operation and maintenance procedures. The contractor shall provide all labor, materials, tools, equipment, supervision, and design-build services necessary for design and construction for the upgrade and correction of deficiencies of the boiler and control systems; boiler induced draft fan installation; boiler/plant control system upgrade; miscellaneous boiler plant corrections; control points as required by plans and specifications issued with this solicitation. Work shall include demolition, installation, site clean-up other specific tasks as further defined by this request for proposal (RFP). This procurement is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The firm must be a General Construction Firm with an approved NAICS Code 236220, Small Business Size Standard of $33.5 million. The estimated cost for this project is between $1,000,000 and $2,000,000. This project (546PM2088) is for the Miami VA Healthcare System Central Plant, Miami, FL. All work shall be accomplished in accordance with VA standards and specifications outlined in the VA Technical Information Library (TIL) located at www.cfm.va.gov/til/. All work shall be accomplished within 215 calendar days of receipt of Notice to Proceed. Boiler Induced Draft Fan Installation The current boiler exhaust system is undersized to operate the two (2) existing 400 HP boilers at full capacity. There is also a single point of failure identified to be an induced draft fan. The submission documents identify an upsize in stack diameter from 24" to 32" as well as the placement of two (2) new variable speed induced draft fans placed on the roof of the old boiler plant. The fan speed will modulate to maintain a constant boiler breeching pressure. The power from these fans will come from an electrical panel located on the mezzanine of the old boiler plant. A structural analysis of the old boiler plant roof was performed and was determined that additional framing/support is not required. Boiler/Plant Control System Upgrade The current control system, instruments, monitoring and data management systems and accessories for the boilers, burners and other boiler plant mechanical equipment is subpar. The submission documents identify the replacement of the boiler/burner combustion control systems, burner management systems (flame safeguard), and data management and instrumentation systems. This also includes parallel positioning with O2 trim control, boiler efficiency monitoring, boiler master, plant master, single element feed water, condensate/deaerator tank control and monitoring as well as induced draft fan control. New combustion control panels, new burner management panels and a new plant master panel will be provided. The combustion control and plant master system will be based on programmable automation controller technology with local touch screens. The existing deaerator tank (with three pumps) and condensate tank (with two pumps) will be provided with a new control and monitoring system. See the "Control Points" section for a list of systems, points, and devices expected to see installed. Miscellaneous Boiler Plant Corrections Many piping/testing items are identified in the submission documents. The major items include providing new pressure relief valves and vent piping for the boilers and deaerator, relocating the deaerator steam pressure reducing station, modifying the feedwater pumps and piping to continuously operate and testing deaerator performance. Also included under this category is the installation of a plant combustible gas/carbon monoxide detection system. Control Points The following systems/points/devices are expected to be replaced: ; Burner Combustion Control System with touch screen interface ; Burner Management System ; Data Management/Instrumentation systems with touch screen interface ; Combustibles/CO Monitoring system Boiler Devices (existing burners to remain; count each line item twice for two boilers) ; O2 Analyzer ; Steam Pressure Transmitter ; FD damper actuator ; Level transmitter (for two element level control) ; Water high level switch ; Water low level switch (3) ; Feedwater control valve ; Boiler outlet temperature transmitter ; UV flame scanner/amplifier ; Furnace pressure transmitter ; FD fan current relay ; FD damper switch ; Diff pressure transmitter (windbox and outlet) ; Diff pressure transmitter (across FD fan) Natural Gas Devices (count each line item twice for two boilers) ; Control Valve ; Low fire control valve position switch ; Pressure transmitter ; High pressure switch (qty. 3) ; Low pressure switch ; Low pilot gas pressure ; Fuel safety shutoff valves (qty. 2) ; Safety valve proof of closure interlocks (qty. 4) ; Natural Gas flow meter ; Pilot safety shutoff valve (qty. 2) No 2 Fuel Devices (count each line item twice for two boilers) ; Control Valve ; Low fire control valve position switch ; High pressure switch ; Low pressure switch ; Fuel safety shutoff valves (qty. 2) ; Safety valve proof of closure interlocks (qty. 2) ; Low atomizing media pressure transmitter ; Low atomizing media pressure switch (qty. 2) ; Compressed air control valve ; control valve position switch Plant Control Devices ; Steam header pressure transmitter (qty; 2) ; Steam header pressure switch ; Draft Pressure transmitter ; Condensate tank makeup control valve ; Condensate tank emergency makeup control valve ; Condensate transfer pump header pressure transmitter ; Condensate makeup flow meter ; Condensate tank level transmitter ; Condensate tank temperature transmitter ; Condensate pump motor status (qty. 2) ; Condensate pump HOA switches (qty. 2) ; Condensate tank high level switch ; Condensate tank low level switch ; Deaerator tank makeup control valve ; Deaerator emergency makeup control valve ; Deaerator tank overflow control valve ; Deaerator level transmitter ; Deaerator steam pressure transmitter ; Deaerator high level switch ; Deaerator low level switch ; Deaerator tank overflow switch ; Feedwater pump HOA switches (qty. 3) ; Feedwater temperature transmitter ; Feedwater pump current switch (qty.3) ; Feedwater pump status switch (qty. 3) ; Feedwater pump header pressure transmitter ; ID fan current switch (qty. 2) ; ID fan damper control (qty. 2) ; ID fan HOA switch (qty. 2) ; Combined boiler flue pressure transmitter ; Combined ; Outdoor air temperature transmitter DESCRIPTION OF BID ITEMS: CLIN 001: Base Bid. General Design and Construction The contractor shall provide all labor, materials, tools, equipment, supervision, and design-build services necessary for design and construction for the upgrade and correction of deficiencies of the boiler and control systems; boiler induced draft fan installation; boiler/plant control system upgrade; miscellaneous boiler plant corrections; control points as required by plans and specifications issued with this solicitation. Work shall include demolition, installation, site clean-up other specific tasks as further defined by this request for proposal (RFP). CLIN 002: Add Alternate 1. Perform x-ray and other non destructive testing on the feedwater deaerator pressure vessel welds under the guidance of a certified boiler inspector. CLIN 003: Add Alternate 2. Includes various non-critical items including stabilizing the existing boiler platform, modifying the blowoff separator piping, and replacing pressure gages. CLIN 004: Add Alternate 3. This controls related option includes providing a redundant set of touch screen control panels as well as a separately priced new computer workstation/SCADA system. CLIN 005: Add Alternate 4. This alternate includes the installation of two 6 ton fan coil units and chilled water piping to condition the electrical room on the third floor above the boilers. CLIN 006: Add Alternate 5. Install a new inline circulation pump, shell and tube heat exchanger and appropriate piping for the condensate storage tank. The work is located at the Miami VA Healthcare System Central Plant. The Offeror shall furnish, and obtain any and all necessary licenses and/or permits required to perform this work in Miami, FL. There will be no public bid opening. The solicitation package will be posted on FedBizOpps, which can be accessed at https://www.fbo.gov/. Documents will be available on or about October 28, 2011. A pre-proposal conference will be held on November 17, 2011, the Miami VA Healthcare System, Miami, 1201 N.W. 16th St., FL 33125. (time and location TBD). All offerors, consultants, subcontractors, manufacturers and suppliers are invited to attend. The offerors shall submit questions to the Contracting Officer but not later than November 25, 2011, at 4:30 pm Eastern time to Diane Campbell at Diane.Campbell@va.gov and Troy Waller at Troy.Waller@va.gov. The Government will respond to all questions on or about December 7, 2011, via an amendment on FedBizOpps. In the subject line of any e-Mail sent, identify: MIAMI BOILER PLANT CORRECTIONS. Proposals are due to the Contracting Officer by December 13, 2011, 2:00 PM Eastern Time (This date is subject to change based on issue date of actual solicitation). For changes to the issue date or any other changes to the information in this synopsis, potential offerors are responsible to check the information at https://www.fbo.gov/. The Government will not provide paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests, for the solicitation package will not be honored. Potential Offerors must be registered in CCR and have a DUNS Number to download documents. By registering for the "Register to Receive Notification" list at http://www.fedbizopps.gov, you will be notified by e-Mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps web site. Prospective offerors who would like their company name included on the IVL list may do so on the FedBizOpps website under IVL. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. In addition, Offerors must complete the On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with CCR, you may request an application via phone at 1-866-606-8220 or register on-line at http://www.ccr.gov. To register with ORCA, you may go online at https://orca.bpn.gov. All offerors must ensure that their firms have the ability to provide 20% Bid Bonds, 100% Performance Bond, and 100% Payment Bond. Contract will be awarded SUBJECT TO THE AVAILABILITY OF FUNDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0023/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0023 VA-101-11-RP-0023_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265792&FileName=VA-101-11-RP-0023-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265792&FileName=VA-101-11-RP-0023-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Miami VA Healthcare System;1201 N.W. 16th St.;Miami, FL 33125
Zip Code: 33125
 
Record
SN02606759-W 20111015/111013234441-15a6811749074ae45f5c2c0043985a34 (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 |
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.