DOCUMENT
Z -- MEDICAL VACUUM COMPRESSOR - Attachment
- Notice Date
- 12/13/2012
- 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 106C, BLDG 2, 222 RICHMOND AVENUE;BATAVIA, NY 14020
- ZIP Code
- 14020
- Solicitation Number
- VA52813Q0083
- Response Due
- 1/17/2013
- Archive Date
- 3/18/2013
- Point of Contact
- SABRINA BRINKMAN
- Small Business Set-Aside
- N/A
- Description
- The CONTRACTOR shall supply all supervision, labor, equipment, tools, and incidentals required to complete the work outlined in the statement of work section unless specified otherwise. The work under this project Installation of a Medical Vacuum Compressor Pump at the Batavia VA Medical Center, 222 Richmond Avenue, Batavia, NY 14020. Project Description Contractor shall completely prepare the project site, furnish labor and materials, and perform work to install a new dual pump vacuum unit for the VA WNY Health Care System at Batavia - as required by specifications and all applicable VA, local, state, and federal codes, rules, regulations, and practices. The contractor shall provide all equipment and accessories required for a complete medical vacuum unit according to the most recent edition of NFPA 99, level 1 Gas and Vacuum Systems I. A.The CONTRACTOR shall supply all supervision, labor, equipment, tools, materials, and incidentals; necessary piping, fittings, valves, cabinets, gages, alarms including low voltage wiring, vacuum pumps, electric motors and starters, receivers, and all necessary parts, accessories, connections and equipment required to complete the work outlined in this section unless specified otherwise. Provide a complete medical vacuum package, complying with the latest edition of NFPA 99 level 1 medical gas & vacuum system in all respects. All components shall be factory packaged (pre-wired and prepiped), on a steel base, or tank mounted. All package piping shall be type L or type K rigid copper. Provide discharge separator/silencer. B.All components shall be duplexed and valved (or check valved as permitted NFPA-99) to allow service to any component without interrupting vacuum service to the facility during any maintenance operation or any condition of single fault failure. The design load shall be met with the largest single unit out of service. Each pump exhaust shall be isolated by a union fitting permitting capping for service removal. C.A duplex medical vacuum unit shall consist of two pumps, two motors, one receiver and controls capable of providing the scheduled capacity with one pump out of service. All capacities will be indicated in SCFM at 19 inches HG and 24 inches HG. D.Medical vacuum unit shall be completely factory assembled, requiring only interconnection between modules on site. Medical vacuum unit requiring on site assembly other than interconnection are not acceptable (replacement of components removed for shipping is permitted). E.Motor and Starter: Maximum 40 C (104 F) ambient temperature rise, close coupled to a NEMA rated, High Efficiency, TEFC motor with a service factor of 1.15, ball bearings, construction wound for 3 phase, 60 Hz, 208 voltage. Motor shall be of such capacity that brake horsepower required by driver equipment at normal rated capacity will not exceed nameplate rating of the motor. Provide each motor with automatic, fully enclosed, magnetic starter. F.Each pump should be directly connected to an induction motor and will include inlet and outlet flex connectors supplied by the medical vacuum equipment manufacturer. G.Programmable Logic Controllers (PLC) will be used to implement operating logic. PLC shall have integral memory and EPROM backup. PLC shall control the automatic alternation of the vacuum pumps with provisions for simultaneous operation if required, and automatic activation of reserve or lag unit if required. A lag alarm on control cabinet and contacts for the master alarm shall be provided. H.The complete control system and all electrical components shall be NEMA ICS-6, type 12 and UL labeled. The control system shall provide: 1.Automatic lead/lag sequencing including self adjusting minimum run timers which adaptively optimize the number of pump starts based on demand. 2.Circuit breaker disconnects for each vacuum pump with external operators. Units with fuses instead of circuit breakers in motor circuit are not acceptable. The control system shall include an automatic minimum run time adjustment to automatically adjust run time based on demand. 3.Full voltage motor starters with overload protection. 4.Redundant 120 volt control circuit transformers. 5.Visual and audible reserve unit alarm with isolated contacts for remote alarms and audio cancel. 6.Control cabinet shall have lighted HOA selector switches 7.Panel mounted vacuum gauge, external visual lights indicating on/off status, audible and visual signals for thermal overload, oil discharge filter differential pressure or back pressure alarm, and alarm silence button. 8.Contacts for external oil discharge filter differential pressure or back pressure alarm 9.If silence has been pressed, audible and visual signal would be reactivated upon second alarm condition. Alarm shall be reset upon correction of original signal. 10.Runtime hour-meter for each pump. I. The medical vacuum pumps shall be oil rotary vane type with dynamically balanced multi vane design with heavy duty aluminum alloy vanes for maximum heat dissipation. The minimum vane life shall be 50,000 operation hours. The oil recirculation design shall be differential pressure type with full recirculation and multistage exhaust oil separation rated at not less that 99.998% efficiency. Each medical vacuum pump shall be provided with an oil non return valve, filter change indicator for exhaust oil separation filters, and high discharge temperature switch. Service to the oil lubrication system filters shall not require disconnection of the exhaust piping. The oil lubrication system shall be enclosed in one module to minimize oil leaks. Vacuum pumps that have exterior piping for oil lubrication are not acceptable. Medical Vacuum pumps requiring separate electrical motors for oil cooling are not acceptable. Rubber hose flexible connections and hose clamps are not acceptable. J.A welded steel receiver tank shall be provided with gauge glass, relief valve and vacuum gauge. The receiver tank shall carry ASME Code, Stamp, and Certificate. The receiver tank shall be hot dip galvanized inside and out. The receiver tank shall not be used as a catch tank where a bio-hazard could develop. Any carryover of foreign materials such as liquids or tissue shall be intercepted at the inlet of the vacuum pump with filtration and discharged to drain. K.The following accessories shall be factory piped in all brass piping and pre-wired to ensure proper operation of each vacuum unit: 1.Solenoid valves with manual bypass, 2.strainers, 3.anti-siphon fitting, 4.Inlet check valves suitable for vacuum service, 5.Shut-off valves, 6.Vacuum relief valve 7.Gage glass on reservoir tank and receiver tank L.The complete medical vacuum unit and all electrical components shall be factory tested prior to shipment by the medical vacuum equipment manufacturer. M.Control: For control of the unit, the following shall be included in a NEMA 12 pre-wired control panel factory mounted on the receiver. Panel shall be equipped with H-O-A switches and indicating lights along with the following: 1 Combination circuit breaker type magnetic across-the-line starters to provide overload and under voltage protection. 2.115 volt control transformers. 3.Minimum run timers. 4.Vacuum switches factory mounted and preset. 5.Electric time alternator circuit to automatically switch the operation of each pump. 6.Audible and visual alarm circuit with silence and reset button to activate when a pump starts out of sequence. 7.Vibration isolators and flexible connections are supplied loose for field installation. N.The vacuum pumps shall be individually tested and test results shall be available upon request. O.The manufacturer shall supply the services of a factory authorized technical representative, as required, to check installation, start-up, and to instruct maintenance personnel in the operation and maintenance of the vacuum unit. ITEM II. INSTALLATION A.All installation shall be performed in strict accordance with NFPA 99 5.1.10. Brazing procedures shall be as detailed in NFPA 99 5.1.10.5. Brazing shall be performed only by brazers qualified under NFPA 99 5.1.10.10.11. B. The contractor shall furnish inertia bases in lieu of housekeeping pads where the equipment installed is not factory isolated by the manufacturer. Anchor bolts shall be cast into bases C.Cast escutcheon shall be installed with set screw at each wall, floor and ceiling penetration in exposed finished locations and within cabinets and millwork. D.Open ends of tube shall be capped or plugged at all times or otherwise sealed until final assembly. E.Piping shall be cut square and accurately with a tube cutter (sawing not permitted) to measurements determined at place of installation. the tubing shall be reamed to remove burrs, being careful not to expand tube, and so no chips of copper remain in the tube. The tubing shall be worked into place without springing or forcing. The tubing shall be bottomed in socket so there are no gaps between tube and fitting. Care shall be exercised in handling equipment and tools used in cutting or reaming of tube to prevent oil or grease from being introduced into the tubing. Where contamination has occurred, material shall be no longer suitable for vacuum service and new, sealed tube sections used. F.Piping shall be supported with pipe trays or hangers as defined in NFPA 99 Table 5.1.10.10.4.5. Piping shall not be supported by other piping. Isolation of copper piping from dissimilar metals shall be of a firm, positive nature. Duct tape is not acceptable as an isolation material.. G.Valves and other equipment shall be rigidly supported to prevent strain on tube or joints. H.Piping exposed to physical damage shall be protected. I.During any brazing operation, the interior of the pipe shall be purged continuously with oil free, dry nitrogen NF, following the procedure in NFPA 99 5.1.10.5.5. At the completion of any section, all open pipe ends shall be capped using an EXTERNAL cap. The flow of purged gas shall be maintained until joint is cool to touch. The use of flux is prohibited when making of joints between copper to copper pipes and fittings. J Threaded joints in piping systems shall be avoided whenever possible. Where unavoidable, make up the male threads with polytetrafluorofethylene (such as Teflon) tape. Liquid sealants shall not be used. K.Tubing shall not be bent. Fittings shall be used in all change of direction or angle. L.After installation of the piping, but before installation of the outlet valves, blow lines clear using nitrogen NF. M.Pressure and vacuum switches, transmitter and gauges shall be installed to be easily accessed, and provide access panel where installed above plaster ceiling. Pressure switch and sensors shall be installed with orifice nipple between the pipe line and switches/sensors. N.Pipe labeling shall be applied during installation process and not after installation is completed. Size of legend letters shall be in accordance with ANSI A13.1. O.After initial leakage testing is completed, the piping shall be allowed to remain pressurized with testing gas until testing agency performs final tests. P.Piping shall be labeled with name of service, identification color and direction of flow. Where non-standard pressures are piped, pressure shall be labeled. Labels shall be placed at least once every 20 feet of linear run or once in each story (whichever is more frequent). A label shall additionally be placed immediately on each side of all wall or floor penetrations. Pipe labels shall be self adhesive vinyl type or other water resistant material with permanent adhesive colored in accordance with NFPA 99 Table 5.1.11 and shall be visible on all sides of the pipe. Each master alarm signal shall be labeled for function after ring out. Each zone valve shall be labeled and each area alarm labeled for the area of control or surveillance after test. Labels shall be permanent and of a type approved by the VAMC ITEM III INSTALLER TESTING A.Prior to declaring the lines ready for final verification, the installing contractor shall strictly follow the procedures for verification as described in the latest edition of NFPA 99 and attest in writing over the notarized signature of an officer of the installing company the following; 1.That all brazing was conducted by brazers qualified to ASSE 6010 and holding current medical gas endorsements. 2.That all brazing was conducted with nitrogen purging. (Procedure per NFPA 99 5.1.10.5.5). 3.That the lines have been blown clear of any construction debris using oil free dry nitrogen or air are clean and ready for use. (Procedure per NFPA 99 5.1.12.2.2). 4.That the assembled piping, prior to the installation of any devices, maintained a test pressure 1 1/2 times the standard pressures listed in NFPA 99 Table 5.1.11 without leaks. (Procedure per NFPA 99 5.1.12.2.3). 5.That after installation of all devices, the pipeline was proven leak free for 24hours at a pressure 20% above the standard pressures listed in NFPA 99 Table 5.1.11. (Procedure per NFPA 99 5.1.12.2.2.6) 6.That the systems have been checked for cross connections and none were found. (Procedure per NFPA 99 5.1.12.2.4) 7.That the manufacturer has started up all medical vacuum pumps and that they are in operating order. B.Four originals of the affidavit, shall be distributed; (1) to the resident engineer, (1) to the contracting officer representative, (1) to the general contractor and (1) to the verifier. ITEM IV VERIFIER TESTING A.Prior to handing over the medical vacuum unit to VAMC, the contractor shall retain a Verifier acceptable to the engineer and owner who shall follow strictly the procedures for verification as described in NFPA 99 5.1.12.3 and provide a written report and certificate bearing the signature of an officer of the verification company which contains at least the following: 1.A listing of all tests performed, listing each source, outlet, valve and alarm included in the testing. 2.An assertion that all tests were performed by a Medical Vacuum System Certified Medical Gas or Vacuum Verifier or by individuals qualified to perform the work and holding valid qualifications to ASSE 6030 and under the immediate supervision a Verifier. Include the names, credential numbers and expiration dates for all individuals working on the project. 3.A statement that equipment used was calibrated at least within the last six months by a method traceable to a National Bureau of Standard Reference and enclosing certificates or other evidence of such calibration(s). Where outside laboratories are used in lieu of onsite equipment, those laboratories shall be named and their original reports enclosed. 4.A statement that where and when needed, equipment was re calibrated during the verification process and describing the method(s) used. 5.A statement that the medical vacuum unit was tested and found to be free of debris to a procedure per NFPA 99 5.1.12.3.7. 6.Statement that all local signals function as required under NFPA 99 5.1.3.4.7 and as per the relevant NFPA 99 sections relating to the sources. 7.A listing of local alarms, their function and activation per NFPA 99 5.1.12.3.14. 8.A listing of master alarms, their function and activation, including pressures for high and low alarms per NFPA 99 5.1.12.3.5.2. 9.A listing of area alarms, their function and activation pressures per NFPA 99 5.1.12.3.5.3. 10.A statement that the sources include all alarms required by NFPA 99 Table A.5.1.9.5. B.Perform and document all cross connection tests, labeling verification, supply system operation, and valve and alarm operation tests as required by, and in accordance with, current NFPA and the procedures set forth in pre-qualification documentation. C.Verify that the medical vacuum unit, as installed, meet or exceed the requirements of current NFPA, this specification, and that the unit operates as required. d. Upon 100% completion COTR shall inspect completed work. Any intentional or unintentional imperfections in quantity or quality of scope of work, as determined by the COTR, shall be repaired by the means and methods set forth by the COTR at the expense of the CONTRACTOR. This procurement has been set aside 100% to Service-Disabled Veteran Owned Small Business concerns. Offers from other than Service-Disabled Veteran Owned Small Business concerns will NOT be considered and shall be rejected. Please pay particular attention to the evaluation section of this solicitation. Solicitation packages will be available via FedBizOpps.gov on or about December 18, 2012. All questions concerning this project MUST be in writing and NO phone calls will be accepted. Please contact Sabrina Brinkman, Contracting Officer, RM 106C Bldg 2, 222 Richmond Avenue, Batavia, NY 14020. Bids will be due no later than 11 am on local time on 1/17/13 at BATAVIA VA MEDICAL CENTER, RM106C, BLDG 2, 222 Richmond Avenue, Batavia, NY 14020. NAICS code is 238990 (All Other Specialty Contractors). Size standard is $14.0 million. Project Cost Range is between $25,000 and $100,000. Bidders are encouraged to attend the Pre-Bid Meeting and walk through on Monday, January 2, 2011 at 10am at the Batavia VA Medical Center, Bldg 1, Lobby Area. NO OTHER WALK THROUGH WILL BE SCHEDULED. Please email Sabrina Brinkman at Sabrina.Brinkman@va.gov to confirm date and time of the scheduled walk through. Bidders should re-visit the website located at www.fedbizopps.gov periodically to look for updates. All requests for information are required to be submitted in writing to the Contracting Officer and shall be received prior to the bid opening by the date specified in the solicitation. NO hardcopies, NO telephone inquiries or questions, ONLY in writing, will be accepted no later than ten (10 days) prior to bid opening. Award is subject to availability of funds. This project requires bonding and all bid submissions shall be made in triplicate hardcopies. Faxed or emailed bids will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52813Q0083/listing.html)
- Document(s)
- Attachment
- File Name: VA528-13-Q-0083 VA528-13-Q-0083 FED BIZ OPPS NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552771&FileName=VA528-13-Q-0083-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552771&FileName=VA528-13-Q-0083-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-13-Q-0083 VA528-13-Q-0083 FED BIZ OPPS NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=552771&FileName=VA528-13-Q-0083-000.docx)
- Record
- SN02948313-W 20121215/121213234439-7498fbadd1ec6732e6cef85f9549f359 (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 |