DOCUMENT
Y -- Project No. 620A4-10-257 Building 9 Air Conditioning Replacement for IRM at Department of Veterans Affairs Castle Point Campus, Route 9D, Castle Point, NY 12511-0100 - Attachment
- Notice Date
- 7/23/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24312B1906
- Archive Date
- 10/30/2012
- Point of Contact
- Richard.Adu@va.gov
- E-Mail Address
-
Purchasing Agent
(richard.adu@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This notice is for Solicitation No. VA-243-12-B-1906 - Project No. 620A4-10-257, Building 9 Air Conditioning Replacement for IRM at Department of Veterans Affairs, Castle Point Campus, Castle Point, NY 12511-0100 This project shall be a Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB). As a result, all SDVOSB's may submit a bid, which will be considered by the agency. This project is classified under NAICS Code 236220, and has a size standard of $33.5 Million. The cost estimate range for this project is between $100,000 and $250,000 GENERAL CONSTRUCTION: Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for Building 9 Air Conditioning Replacement for IRM, as required by the contract drawings and specifications. The work will include: 1)Contractor shall provide all required equipment, parts, materials and labor to install an operation Air Conditioning System in Building 9 IRM Computer Room at the VA Castle Point Campus. 2)Contractor shall provide a Liebert model 208 Volt, 60 Hz, 3 Phase 15 Ton Air Cooled Up flow System with fabricated plenum for front, left and right side supply and outdoor condenser assembly Liebert model 208 Volt, 60 Hz, 3 Phase or equal. Unit is an up flow discharge to fabricated plenum and front lower return. The assembly shall come with fabricated base (modified) to allow unit placement upon the building floor slab (steel support plate) within the raised floor assembly and suitable final height for plenum above the unit... 3)The contractor shall have only properly certified/license Refrigeration Mechanics perform work with any refrigerants (i.e. holds an EPA Certificate). 4)Contractor shall provide temporary cooling for this location during the period of removal of existing equipment and the installation, startup and acceptance of performance of new installation. If the contractor elects to house the temporary unit(s) on the exterior of the building at the rear adjacent to the parking lot drive and duct to the server room the complete equipment area shall be secured in an eight foot height chain-link fence enclosure secured to the building face and protected from traffic. 5)Contractor shall perform complete evacuation/reclaiming of existing refrigerant within the existing system prior to removing any part of the equipment. All documentation and disposal manifest shall be provided to the COR. All disposals will be at the expense of the contractor. 6)Once temporary cooling is in place and operational the contractor may then begin breaking the system down for removal after all refrigerants have been properly evacuated. 7)The contractor shall remove the air conditioning equipment located within Building 9 IRM Computer room, the cooling coils located near the main entrance to Building 9 and remove off station as debris/ recycle as possible and provide manifest/ receipt to the COR. The VA requires that the value or recycle redemption to be provided for record and included within the bid. 8)The contractor shall remove and reconfigure the raise floor assembly to allow installation of the unit support steel plate, also remove the vapor barrier insulating panel and replace with new panel with depth (thickness) to assemble the unit base and provide utility / equipment connections as per manufacturer's instructions upon the floor slab and allow pedestrian travel on the panels. The raised floor shall be removed to the side (at least one panel width) and in front of the new unit approximately six feet for maintenance access and flow return. The sump recess shall be provided with two sets of two riser, twelve inch thread steps and fabricated handrail matching existing type around the perimeter of the sump to prevent trip or fall adjacent to the sump. The utilities i.e. wiring and piping shall be relocated to a fabricated utility trough assembled along the wall. 9)The Contractor shall remove and reconfigure the suspended ceiling directly above the new unit assembly and the sump access to provide the manufacturer's recommended clearance to enable proper installation of the plenum and air flow supply. Contractor shall submit shop drawing for approval showing soffit and track construction details. All existing items that require relocation shall be performed as approved by the COR. 10)The Contractor shall supply, deliver and install the new Air Conditioning unit in the 2nd Floor of Building 9 IRM Computer room. Access is granted via two (2) methods an elevator located within the building and an access doorway on the back side of Building 9 on the second story. If the contractor chooses to use the exterior access doorways due to size and weight restraints of the elevator the contractor is responsible for providing their own lifting equipment. Exterior lifting equipment shall be phased with the COR to provide operation and/or storage within a chain-link fence secured enclosure with no impact to the travel lane other than off loading shutdown period. Elevator use will require unit disassembly and re-assembly at the Contractor's expense. 11)The Contractor shall remove all existing refrigeration lines and replace with new insulated refrigerant lines from the exterior and lines traversing the existing alignment through the building ceiling space, wall chase and below the server raised floor and new isolation valves installed on all lines connecting the cooler on the exterior of the building and the Air Conditioning unit in the building. Exterior insulated lines shall have an aluminum protective jacket and exposed interior insulated lines shall have a plastic protective jacket. The Contractor shall prepare a dimensional layout plan and coordinate line sizes with manufacturer and perform all core drilling penetrations as needed. The Contractor shall remove the supply steam and condensate piping from the isolation valves to the existing unit and install new end caps and re-insulate all remaining piping below the raised floor. The existing cold water supply and pumped condensate piping remaining shall be re-insulated below the raised floor. 12)The Contractor shall provide a minimum of 48 hours notice to VA Hospital COR for scheduled shut downs, lifting equipment coming on site, equipment delivery, and other action that is intrusive to normal operations of the facility. 13)The Contractor shall pressure/vacuum test all soldered/brazed, compression, quick connection, etc., tubing/pipe systems installed per VA Specifications. 14)The Contractor shall provide a prestart-up check of the equipment, test and start up equipment. All pressure readings of refrigerant lines shall be recorded with a design value and an actual value. 15)The Contractor shall perform training on equipment operation and maintenance to VA Maintenance personnel. The training should be scheduled at least 48 hours in advance to ensure VA personnel can attend the training. 16)Contractor shall properly patch any and all penetrations created with demolition and installation of new equipment and accessories. This entails the use of rated fire stopping material. The chases shall be reconstructed with 5/8" Type X gypsum wallboard, cove base, and finished to blend to the adjacent undisturbed areas. Install new Armstrong 824 non directional ceiling tiles removed for the work tasks. 17)The Contractor shall perform a daily and end of job clean up with offsite removal of debris from the work areas. 18)Contractor shall replace the existing electrical service wiring, conduit, circuit breakers, etc. to connect to new unit and components, verified new work compatible to the supply manufacturers unit. The new unit is to remain to be powered by stand-by power system. Install new disconnects and panels meeting NEC at each operating component unit. 19)Contractor shall supply and properly install a new NEMA 4X rated service disconnect and new wire and wire way for the exterior mounted condenser unit system. 20)The Contractor shall not disturb existing condenser mounted adjacent upon the concrete equipment pad. 21)Contractor shall expand equipment pad as per the supplied manufacturer recommendations at no addition expense. Elevated support leg pads will be required for all assemblies. 22)Contractor shall relocate the existing security server tower(s) adjacent to the existing unit below the floor pigtail wiring shall be reused and the server tower opposite the unit to an area outside the sump access created in this project. All other details and information shall be contained in the solicitation which shall be posted on www.fbo.gov. The solicitation will be released on or around August 03, 2012. The bid submittal address, date and time will be included in the solicitation. This project requires bonding and all bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. All bidders shall be registered in www.ccr.gov, www.vip.vetbiz.gov, and www.orca.bpn.gov. Completion Time is 220 Calendar Days from Notice to Proceed. End of Description
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312B1906/listing.html)
- Document(s)
- Attachment
- File Name: VA243-12-B-1906 VA243-12-B-1906.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409467&FileName=VA243-12-B-1906-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409467&FileName=VA243-12-B-1906-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-12-B-1906 VA243-12-B-1906.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=409467&FileName=VA243-12-B-1906-000.docx)
- Record
- SN02812581-W 20120725/120724000259-1db92d9115d601eb5c88a84a4d35807b (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 |