DOCUMENT
Z -- REPLACE AIR CONDITIONING SYSTEM, B/74 (D/B) - Attachment
- Notice Date
- 3/13/2012
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;1970 Roanoke Blvd;Salem VA 24153
- ZIP Code
- 24153
- Solicitation Number
- VA24612R0048
- Response Due
- 5/15/2012
- Archive Date
- 8/22/2012
- Point of Contact
- teresa.holley@va.gov
- E-Mail Address
-
Contract Specialist
(teresa.holley@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VISN 6 NCO will issue on or about 04/13/2012 Request for Proposal (RFP) VA-246-12-R-0048, Replace Air-Conditioning System, B/74 (Design/Build). Contractor shall provide all labor, material, tools, equipment, transportation, design services, and qualified supervision for the design and construction for project 658-12-103. The intent of this project is to replace the existing heating and air conditioning systems in B/74 with a new, more energy efficient system. Work includes installation of a Variable Refrigerant Flow (VRF) system, Mitsubishi City-Multi or equivalent, to condition all interior spaces individually and includes associated electrical upgrades to supply power to the entire system. System shall be capable of simultaneously heating and cooling different areas within a zone, while recovering energy to reduce operating costs and increase capacity. Outdoor units shall be effective to -4 degrees F (W.B.) and 110 degrees F (D.B.). System shall meet ENERGY STAR Light Commercial Requirements and shall meet/exceed ASHRAE 90.1 2010 efficiency ratings. Individual spaces shall be independently controlled with programmable thermostats. System components include but are not limited to: outdoor units, branch/circuit refrigerant flow controllers, indoor units with local space controls, refrigerant line sets, condensate drains, insulation, energy recovery ventilators (ERV), ductwork, panelboards, safety switches/disconnects, conduits, firestopping, control wiring, direct digital control system (DDC), and controls interface fully compatible with the existing station HVAC/energy management system. Construction shall be phased, with up to 40% of work occurring after-hours (between 4:30 p.m. - 7:00 a.m.) to allow established work areas to remain functional. Existing work spaces shall remain conditioned until the new system is operational. Additionally, project work includes demolition, removal, and disposal of existing Building 74 Air Handling Units (AHU's), induction boxes, and ductwork that is not required for the new system. Existing chilled water system shall be capped at the ends of existing distribution lines and will remain throughout the building. Existing pneumatic controls shall be disconnected, with control lines to remain throughout. Existing thermostats shall be relocated above ceiling and reconnected to control lines. All work, including final cleanup and completion of all punchlist items, shall be performed within two hundred seventy (270) calendar days from receipt of the Notice to Proceed. The government will not accept a shorter schedule. NAICS 238220 - Plumbing, Heating, and Air-Conditioning Contractors, with a small business size standard of $14M applies. The procurement is set-aside to qualified service-disabled, veteran-owned small business (SDVOSB). In order for a firm to be considered, the firm must be verifiable in the Center for Veterans Enterprise (VetBiz) at the time of submission of their proposal. Offers from other than SDVOSB firms shall not be accepted. A pre-proposal conference will be held approximately two weeks after the issuance of the solicitation. The exact date, time, and location of the conference will be specified in the solicitation. A public bid opening will not be conducted. The estimated dollar amount of this procurement is between $1,000,000 - $2,000,000. Offerors are reminded that in accordance with FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011), paragraph (d)(4), "Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned business concerns". The government intends to make award to a construction firm with either in-house design capabilities or a professional architect/engineer firm as a subcontractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC658/SaVAMC658/VA24612R0048/listing.html)
- Document(s)
- Attachment
- File Name: VA246-12-R-0048 VA246-12-R-0048 P N.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=307262&FileName=VA246-12-R-0048-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=307262&FileName=VA246-12-R-0048-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-12-R-0048 VA246-12-R-0048 P N.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=307262&FileName=VA246-12-R-0048-000.docx)
- Place of Performance
- Address: VA Medical Center;1970 Roanoke Boulevard;Salem, Virginia
- Zip Code: 24153
- Zip Code: 24153
- Record
- SN02695006-W 20120315/120313234913-bd2331754c8c2bef9a9a77adbe5fe4f6 (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 |