DOCUMENT
Y -- FIRE PUMP - BUFFALO - Attachment
- Notice Date
- 6/7/2012
- Notice Type
- Attachment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;BATAVIA VAMC, ATTN: SABRINA BRINKMAN;RM 106 C, BLDG 2, 222 RICHMOND AVENUE;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- VA52812B0467
- Response Due
- 7/26/2012
- Archive Date
- 9/24/2012
- Point of Contact
- SABRINA BRINKMAN
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veteran Affairs, Western New York Health Care System, 222 Richmond Avenue, Batavia, NY 14020 anticipates soliciting bids and consequently awarding a contract for the construction project known as the "Buffalo Fire Pump". The solicitation will be conducted in accordance with FAR Part 13 (SEALED BIDDING) and Part 36 (CONSTRUCTION) and will be evaluated in accordance with the procedures therein. The solicitation will be advertised as a Total Set-Aside for Service Disabled Veteran Owned Small Business. The estimated magnitude of construction is between $100,000 and $250,000. The North American Industry Classification System (NAICS) code for this procurement is 238990 - All Other Specialty Trades with a size limit of $14.0 million. The contractor shall furnish all labor, materials, equipment, supervision, supplies, travel, etc to perform all work under this project which consists of: Statement of Work: replacement of the Fire Pump as required by these contract documents in Building #20 at the VA Medical Center, 3495 Bailey Avenue, Buffalo NY 14215. Fire Protection: 1.Remove existing fire pump, jockey pump, related valves and appurtenances. 2.Temporarily reinstall jockey pump high on wall and provide a temporary shelf to provide proper support. Reconnect to existing piping to provide limited fire protection to the building during the construction phase. 3.Contractor must limit the shutdown times of the fire service to a minimum. Notify COTR in writing one week prior to schedule any interruptions to the fire supply. 4.Contractor will be required to provide a "fire watch" around the clock, every 4 hours when fire service is interrupted. 5.Install all new piping, pumps, valves, etc. prior removal of temporary jockey pump. 6.Provide testing, reports and close-out documentation as specified herein C. Electrical: 1.Provide removal of normal source and generator source electrical feeder circuits serving equipment scheduled for removal. 2.Maintain integrity/continuity of existing electrical systems throughout the construction duration. 3.Coordinate any required shutdowns with COTR minimum seven days in advance. Submit requests to COTR in writing. 4.Provide normal source and generator source wiring modifications to equipment scheduled for replacement as illustrated on contract drawings. Wiring modifications shall include, but not be limited to: a.Maintain integrity/continuity of existing feeder circuit conduit and conductors for re-use as scheduled on drawings. b.Provide feeder conduit and conductors and final connections to equipment as scheduled on drawings. c.Coordinate wiring installation(s) with other trades. 5.Provide modifications to fire alarm system required for equipment interface. Include all testing, programming, etc. 6.Contractor will be required to provide a "fire watch" around the clock, every 4 hours when fire alarm system is interrupted. 7.Provide testing, reports and close-out documentation as specified herein. The solicitation documents including specifications and drawings will be issued on or about June 25, 2012 and will be posted on Federal Business Opportunities. This date is subject to change. Hard cipy documents including drawings will not be available - all documents for bidding purposes will be posted at this website for download. Site visit information will be provided upon issuance of solicitation. Only one site visit is planned. Bids will be due 30 days after issuance of the solicitation unless extended by amendment. This notice is for informational purposes only and is not a request for a 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 phone calls please. Send any inquires to Sabrina.Brinkman@va.gov after issuance of the solicitation. (no other information is available until after issuance of the solicitation). No bidders list is maintained. All potential bidders should register on www.fbo.gov if interested in this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52812B0467/listing.html)
- Document(s)
- Attachment
- File Name: VA528-12-B-0467 VA528-12-B-0467_PRESOLICIT AMEND.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=357129&FileName=VA528-12-B-0467-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=357129&FileName=VA528-12-B-0467-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-12-B-0467 VA528-12-B-0467_PRESOLICIT AMEND.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=357129&FileName=VA528-12-B-0467-001.doc)
- Place of Performance
- Address: BUFFALO VAMC;3495 BAILEY AVENUE;BUFFALO, NY
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN02769666-W 20120609/120608000115-203048b92e961f2a204e1694fd2932ec (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 |