Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
DOCUMENT

Z -- FCA - Replace Air Handler (AC-S1) Project NO. 589A4-15-114 - Attachment

Notice Date
5/27/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25516R0475
 
Response Due
7/11/2016
 
Archive Date
10/9/2016
 
Point of Contact
Jeanette Mathena
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contractor shall completely prepare site and furnish labor and materials and perform work for project: FCA-Replace Air Handler (AC-S1), project number: 589A4-15-114 as required by drawings and specifications at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO. Work includes, but is not limited to furnishing of all labor and materials to: This project will replace air handler unit AC-S1 with an energy efficient unit to be located in the penthouse of building #1, make all necessary ductwork changes, upgrade BMS panels, and replace all valves as necessary. The work will include replacement of ductwork and supporting devices. This project also includes the installation of a backup roof top type air handler that will supply conditioned air in place of AC-S1 while it is being replaced and remain in place and functional for future air handler replacements. Phasing Construction will need to be phased allowing for occupancy and functioning of the space during construction operations. The temporary units will have to be operational before the removal of the existing unit. ARCHITECTURE HVACrelated demolition will include removal and storage of the pre-cast concrete grillage located at the west end of the north wall of the penthouse to allow access for demolition and replacement of existing air handling unit AC-S1 and providing a new opening in the existing masonry wall for the temporary ductwork and related piping. Reinstallation of the pre-cast concrete grillage and exterior intake louver for air handling unit AC-S1. HEATING, VENTILATING AND AIR CONDITIONING HVAC demolition will include removal of the existing air handling unit AC-S1 located in the penthouse that serves the perimeter induction units for the 6 story tower. All associated controls will be removed. The supply air duct will be removed as required for installation of the new unit. Provide a semi-custom rooftop air handling unit with chilled water cooling and steam heating on the roof adjacent to the penthouse. The unit will be sized for 21,000 cfm of 100% outside air and a total of 27,000cfm to give it the ability to backup any 1 of the 5 existing air handling units. The supply duct will be ducted into the penthouse and connect to the existing supply air duct system just upstream of the smoke damper to provide air to the system while AC-S1 is being replaced. Steam will be piped from the penthouse out to the unit to serve the pre-heat coil. Chilled water will be piped from the penthouse to the unit to serve the chilled water coil. Provide a semi-custom air handling unit with chilled water cooling and steam heating and humidifier in the penthouse. The unit will be sized for 21,295 cfm of 100% outside air to match the capacity of the unit being replaced. The supply duct will be ducted and connect to the existing supply air duct system just upstream of the sound attenuator. Steam, heat recovery and chilled water will be reconnected to the new unit. All new temperature controls shall be provided for both the temporary unit and the new air handling unit. The controls will be tied into the existing Taycon building automation system. ELECTRICAL Demolition - Electrical demolition will consist of disconnecting unit AC-S1 and making electrical safe for the AC-S1 removal. Electrical Power Distribution - The new AC-S1 unit and the temporary unit will require the capacity to MCCP-J7-480VQ to be increased. A new feeder from DP8-H14-480VQ would need to be provided up to MCCP-J7-480VQ. The new AC-S1 unit will require a new larger disconnect and feeder from MCCP-J7-480VQ. Heat trace for pipe freeze protection will be provided for all outside piping. The Estimated range to complete this work is $500 thousand to $1 million. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 238220(General Construction Contractors), with a small business size standard of $36.5 million. The duration of the project will be up to 270 calendar days from Notice to Proceed depending on bid item awarded. This completion period includes final inspection and cleanup of the premises and completion of as-built drawings. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in SAM and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vetbiz.gov. The solicitation package and drawings should be available for download on or about June 10, 2016, and the proposal due date will be on or about July 11, 2016. An organized site visit will be scheduled and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Jeanette.Mathena@va.gov and ensure that the subject line reads "FCA-Replace Air Handler (AC-S1, project number: 589A4-15-114 Solicitation Number: VA255-16-R-0475."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516R0475/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-16-R-0475 VA255-16-R-0475.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2764555&FileName=VA255-16-R-0475-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2764555&FileName=VA255-16-R-0475-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Harry S. Truman VAMC;800 Hospital Drive;Columbia,MO
Zip Code: 65201
 
Record
SN04131404-W 20160529/160527233730-7fd6be00b33de42f0e7a1dc172fc5b68 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.