DOCUMENT
Y -- EMERGENCY repairs to correct critical sanitation and public health issues @ Port Hudson National Cemetery - Attachment
- Notice Date
- 9/11/2015
- Notice Type
- Attachment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon St;Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- VA78615Q0471
- Response Due
- 9/14/2015
- Archive Date
- 11/13/2015
- Point of Contact
- Ms Geri Herrera
- E-Mail Address
-
ine.herrera@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Synopsis: This announcement constitutes a Sources Sought Synopsis for Repair Domestic Water Well Pump, Motor and Water Pipe for Port Hudson National Cemetery, Zachery, LA. This is not a Request for Quotation (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish (F.O.B. Destination within consignee's premises), all supervision, labor, equipment, materials, supplies, and transportation necessary to repair and reinstall the domestic water system primary turbine pump, column, tube, and shaft at Port Hudson National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. This work will be performed at Port Hudson National Cemetery, 20978 Port Hickey Road, Zachery, LA 70791. The following work, as determined by that inspection, shall include, but shall not be limited to the following (not necessarily in the order indicated): A.The Contractor: Shall furnish all labor, material, equipment, and supervision necessary to repair and reinstall the domestic water system primary turbine pump, column, tube, and shaft at Port Hudson National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. B. The Work: The following work, as determined by that inspection, shall include, but shall not be limited to the following (not necessarily in the order indicated): 1.Contractor shall remove the submersible pump and motor; inspect and diagnose issues. Return pump and motor to Contracting Officer's Representative (COR) with written recommendations. (Cemetery will retain the equipment as possible spares.) 2.Replace six (6) 20-foot length sections of threaded and coupled (T&C) 2-inch Schedule 40 galvanized (ASTM 53) steel water pipe and couplings. 3.Replace the pump/motor with a Grundfos pump Model 60S75-13 (6-inch diameter) or approved equal to be paired with a new Franklin 7.5 HP, 230V/single-phase, 60 Hz motor, Model 226 111 90 (6-inch diameter). Design flow is 50 GPM and design total dynamic head of 350 feet (based on 200-foot depth and 60 psi discharge pressure). 4.Replace 140 feet of #10 AWG with ground, flat-jacketed submersible pump cable and provide and install a new Franklin electrical single-phase, submersible motor control box (Deluxe CSCR, Model 282 202 9330) with adjustable pressure switch. 5.Replace 4 x 2" sanitary seal. 6.Connect, reinstall, and/or reset equipment including but not limited to: a.Mechanical and electrical for the new pump, new motor, and T&C pipe. b.Hoisting/rigging for the installation of the pump, pump motor, and associated piping. c.All labor, material, and equipment associated with testing the completed assembly, returning the well to service, and providing documented test results. 7.After completion of all equipment, component, and material installations, perform a full system functional test and demonstrate to the COR the full operation/functionality of the newly replaced well, pump and pump motor. 8.Haul away & dispose of all debris and waste to an approved off-site disposal facility. 9.Thoroughly clean up the work area at the end of each day's work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor's personnel. C.Time of Completion: The project shall be completed within 30 calendar days after contract award. D.Code Compliance: All work shall be performed in accordance with the specifications. E. Contractor Quality Control: The Job Site Superintendent will: a) review and approve submittals, b) inspect the quality of work performed, and c) certify the completed work for payment and other purposes. F.Submittals After Award: Submit manufacture's literature and specifications for the all components, equipment, and materials used to perform the work to the COR for review and approval.. The purpose of this notice is to determine interest and capability of potential qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small-Businesses (VOSB), and Small Businesses relative to the North American Industry Classification code (NAICS) 237110. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis. Submission requirements for responses to this sources sought synopsis: VOSB/SDVOSB/SMALL BUSINESS offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. Responses shall be emailed only to: Department of Veteran Affairs National Cemetery Administration Contracting Service Continental District ATTN: Ms. Geraldine Herrera Email Address: geraldine.herrera@va.gov 155 Van Gordon St, Suite 500, 5th Floor Lakewood, CO 80228 NO FAXES WILL BE ACCEPTED Response Deadline: September 14, 2015, 2:00 PM, MST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0471/listing.html)
- Document(s)
- Attachment
- File Name: VA786-15-Q-0471 VA786-15-Q-0471.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312455&FileName=VA786-15-Q-0471-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312455&FileName=VA786-15-Q-0471-000.docx
- File Name: VA786-15-Q-0471 S27 SPECIFICATIONS WELL DIAGRAM PORT HUDSON NC.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312456&FileName=VA786-15-Q-0471-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312456&FileName=VA786-15-Q-0471-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-15-Q-0471 VA786-15-Q-0471.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2312455&FileName=VA786-15-Q-0471-000.docx)
- Place of Performance
- Address: Port Hudson National Cemetery;20978 Port Hickey Road;Zachery, LA 70791
- Zip Code: 70791
- Zip Code: 70791
- Record
- SN03881932-W 20150913/150911235319-bcb7484829484bb297b6d4da64c0b83a (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 |