DOCUMENT
S -- NRM Remove/ replace existing computerized central irrig control system/satellite irrig controllers;existing on-site weather station;set-up central control system; install new stationwires to remote control valves.For proper - Attachment
- Notice Date
- 7/27/2016
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78616R0315
- Response Due
- 9/2/2016
- Archive Date
- 11/1/2016
- Point of Contact
- Joseph Mendoza
- E-Mail Address
-
7-6287<br
- Small Business Set-Aside
- N/A
- Description
- This acquisition is a Prospective (Intended) 100% set aside for Small Business. If Two or more interested Service Disabled Veteran Owned Small Business (SDVOSB) respond, then the solicitation to acquire services described below, shall be 100% Set-aside to SDVOSB. If there are no SDVOSB or VOSB responses, then this requirement will be available to all interested Small Businesses. The NAICS Code is 221310 (Water and Supply Irrigation Systems) $7.0 size standard. Please note: That this is not a request for quotes or proposals; this is a pre-solicitation notice to inform all interested Small Businesses that the VA National Cemetery Administration, Pacific District as directed by the VA Golden Gate National Cemetery, will solicit a Set-Aside proposal. This Request for Proposal (RFP) shall be under No: VA786-16-R-0315. A RFP solicitation is currently not available. The intent of an awarded contract shall be to Remove/ replace existing computerized central irrigation control system/satellite irrigation controllers; existing on-site weather station; set-up central control system; install new station wires to remote control valves. Project: 895-NRM-FY16-007 The evaluation factors are as follows Technical, Past Performance when combined shall be significantly greater than Price. BACKGROUND: The VA National Cemeteries are a resting place for our nation's heroes and as such, the standards for management, maintenance and appearance of these cemeteries have been established by the VA National Cemetery Administration (NCA) to reflect this nation's concern and respect for those interred there. NCA mission is to honor veterans with a final resting place and lasting memorials that commemorate their service to our nation. National Cemeteries are National Shrines. The standards of maintenance and appearance at these cemeteries shall reflect this nation's concern for those interred. PROGRAM OBJECTIVES: The purpose of this Pre-solicitation is to obtain a contractor to support the Riverside National Cemetery and the National Cemetery administration. DEPARTMENT OF VETERANS AFFAIRS, NATIONAL CEMETERY ADMINISTRATION PACIFIC DISTRICT OFFICE Oakland, California Project Title: Golden Gate National Cemetery - Replace Irrigation Control System Project Location: Golden Gate National Cemetery, 1300 Sneath Lane, San Bruno, CA 94066 All work shall be performed in accordance with the Statement of Work contained here within. Contract Line Item Description Quantity Unit 0001Remove and Replace Existing Computerized Central Irrigation Control System and Satellite Irrigation Controllers.1Job 0002Remove and Replace Existing On-Site Weather Station.1Job 0003Central Control System Set-up, Training and Deliverables.1Job 0004Install New Station Wires to Recently Added Remote Control Valves.1Job SCOPE OF WORK GENERAL SCOPE OF WORK: The Contractor shall furnish all labor, materials, equipment, services and supervision to perform work to remove and replace existing computerized central irrigation control system, and satellite irrigation controllers; replace existing weather station; set up of central controller and training; and install new dedicated station wires to up to 5 recently added sprinkler zones. Work will be accomplished in accordance with VA requirements, Federal, State and Local Code requirements at Golden Gate National Cemetery (GGNC), located in San Bruno, CA. All work will be conducted in such a manner as to minimize the impact on the cemetery operations. Submission of a schedule that minimizes the effect of normal operations on the cemetery shall be approved by the COR and Cemetery Director prior to the start of work. Site work will be accomplished between the hours of 8:00 and 4:30, Monday through Friday; no work will be performed on Federal Holidays. All work will be coordinated with the Contracting Officer's Representative (COR) and with the Cemetery Director. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. Contracting Officer's Representative (COR): Justin Blakeslee Golden Gate National Cemetery 1300 Sneath Lane San Bruno, CA 94066 TEL: (650) 335-8001 FAX: (650) 873-6578 Justin.blakeslee@va.gov DESCRIPTION /STATEMENT OF WORK/SPECIFICATIONS Summary: The Golden Gate National Cemetery has eleven (11) existing 52-station irrigation controllers, located in stainless steel pedestal-mount enclosures within its grounds. In addition, there is one (1) existing 16-station irrigation interior wall-mount controller inside the irrigation room on the Northeast corner of the maintenance building. Remove and replace the existing central irrigation control system with a new state-of-the-art central irrigation control system with satellite controllers. The central irrigation control system shall consist of central control software, central controller, satellite field controllers, weather station, and all accessories for a fully functional irrigation control system. The central irrigation control system, software package, and satellite irrigation controllers shall be from a single manufacturer and components of a standard package central irrigation control system. The central controller shall communicate with the satellite controllers via spread spectrum radio control. The new satellite controllers shall be located at eleven (11) existing locations and housed in a single stainless steel enclosure at each location. One (1) new wall-mount controller shall be located on the exterior of the maintenance building. The satellite controllers shall be equipped with remote controlled hand-held wireless communication hardware to provide remote on/off control of individual valve stations. Remove the existing weather station and fencing. Provide a new weather station and new fencing at a new location on the south-west side of the maintenance building. The weather station must be compatible with the central control system and provide ET data to automatically adjust irrigation run times with standard equipment supplied with the control system. Provide all necessary licenses, hardware, software modules, components and accessories for a complete working system. Provide all electrical components, connections, and accessories to provide power to the field satellite controllers and weather station. Provide hard wire or wireless (spread spectrum radio) communication between weather station and central computer. Provide complete set-up of central controller programming, user interfaces, and on-site training for COR and cemetery's grounds maintenance personnel. Provide controller charts, maps and O&M manuals. Provide new station wires to five (5) existing remote control valves without independent control. The work in this project includes but is not limited to: Item 1: Remove and Replace Existing Irrigation Central Control System, Field Controllers and Enclosures A.Remove and salvage eleven (11) existing stainless steel pedestal enclosures and associated internal equipment, as well as one existing wall-mount irrigation controller inside the maintenance building. Turn over all controller components to cemetery staff. Protect existing control wiring for re-installation. Protect existing power conductors. B.Demolish existing concrete pedestal bases and reinstall new electrical sweeps, concrete base, electrical grounding, etc. as needed for installation of new stainless steel pedestals. Provide separate sweeps for control wires leading to each controller. Provide one blank sweep with pull-string for each satellite for future two-wire system. Grounding to meet manufacturer's recommended Ohms resistance for warranty using ASIC controller grounding specification. C.Procure, deliver, and install two (2) new irrigation field controllers inside a new stainless steel pedestal-mount enclosure in complete working order at each of the existing eleven (11) field controller locations, as well as install one (1) new wall-mount controller on the outside of the maintenance building, (23 satellite controllers total). D.Supply 120 VAC power to existing 12 controller locations by providing necessary transformers and electrical hardware to convert existing incoming voltage from 33 volts to 120 volts. Investigate this condition and supply labor and/or parts necessary to supply 120 VAC into the newly installed controllers. E.Connect all zone control wires to controllers, and relabel control wires with self-adhesive numeric labels corresponding to station number. F.Connect hydrometer wiring to controllers and test for remote actuation of the valve from field satellite and central controllers. Verify electrical connectivity. Report findings to COR. G.Irrigation Field Satellite Controller Specifications: 1.Each field satellite location shall consist of (1) 40-station Rain Bird ESP-SAT-LINK and (1) 24-station Rain Bird ESP-SAT with terminal strips, surge protection, radio, flow monitoring, pulse transmitter, antenna, and all necessary equipment. Mount equipment on interior of the enclosure with stand-offs and brackets to hold the equipment in place. Mount antennae on exterior of enclosures per manufacturer's printed instructions. 2.Each controller location shall have a minimum of 5 spare/open stations/terminals. 3.Provide radio site survey prior to ordering controllers. Provide and pay for all licenses and fees associated with radio communication. Radio antenna(ae) for communication between the field satellites and central controller shall be installed at each satellite location. Provide necessary multi-plexor cabling to allow the two controllers in a shared enclosure to share a single antenna. Provide radio antenna, mounting hardware, cables, waterproof building penetrations, and accessories on exterior of maintenance building as required for communication with the central computer and field satellite controllers and weather station. 4.Controllers will be mounted on opposite sides of the enclosure and will be accessible from each door. 5.Controllers and central will have the ability to monitor flow and shut down an associated 'Bermad' hydrometer in case of high flow condition associated with a mainline break. 6.Controllers shall have the capability to be converted to a two-wire decoder based system for future retrofit. H.Irrigation Central Software: 1.The Rain Bird 'SiteControl' Central Software will be provided and installed on an existing computer being used for central control which is to be relocated to the office on the Northwest corner of the maintenance building. Verify location with COR. Utilize the existing Dell personal computer, monitor, keyboard, mouse and printer. If the existing version of MS Windows 10 is not compatible/recommended by Rain Bird, then it will be the contractor's responsibility to upgrade/downgrade Windows to a version that is approved by Rain Bird. 2.The central will come with all necessary software and components to monitor and communicate with the irrigation field satellite controllers using radio communication. The 'Rain Bird' TWI-Link will act as the interface between the central computer and the 'Rain Bird' ESP-SAT-LINK field satellites. The TWI-Link will have capabilities to manage all channels needed for the twelve field satellites, flow monitoring, and master valve control per manufacturer's recommendation of channels needed for all equipment. 3.The 'Rain Bird' MI Series handheld control will be included in the central control package. 'Rain Bird' SCMIPROF shall be included in the installation so that manual control can be performed from the field. 4.This will include, at a minimum, software, handheld /Tablet for manual operation - 'Rain Bird' MI Series, antenna, and all associated additional equipment to manage, monitor, and operate the irrigation system. I.Irrigation Controller on Maintenance Building: 1.One 24-station 'Rain Bird' ESP-SAT-LINK will be installed on the exterior wall inside of a 14 gauge, type 304 stainless steel weatherproof enclosure on the outside Northeast corner of the maintenance building to replace the existing controller inside the office on the NE corner. 2.Provide 120 VAC power source to the controller from the maintenance building power supply per NEC. Provide waterproof building penetrations as required. 3.Run control wires inside RMT conduit secured to the exterior building wall. Provide necessary metal weatherproof junction boxes for line and low voltage wiring per NEC. Provide control wire splices if necessary inside 8-inch round valve box with black cover branded with "WS". 4.This controller will have the capability and have all necessary components to communicate wirelessly with the central computer. 5.Submittals: Submit manufacturer's data sheets to the COR for approval prior to procurement of pedestal-mount controllers. The enclosure shall be sized to house all equipment required for the field satellite controller. Provide shop drawing of controller enclosure showing all equipment housed within, drawn to scale for approval of COR. J.Enclosure Specifications: 1.Enclosures: UL listed, NEMA Type 3R, 14 gauge, type 304 stainless steel, three-point locking mechanism with provision for padlock included in locking mechanism, continuous stainless steel piano hinge. A removable stainless steel tray shall be provided for mounting electronics. A removable stainless steel back panel shall be provided. The inside door area shall have adequate storage for plans and manuals. 2.Pedestal Mount Satellites: Double door enclosure measuring 24"W x 36"H x 24"D mounted on a stainless steel pedestal. V.I.T. 'Strongbox' SB-24DSS/PED 24DSS, will house 2 plastic cabinet irrigation controllers inside back-to-back. 3.Wall-Mount Satellite : Enclosure for single wall-mount controller shall be V.I.T. 'Strongbox' SB-24SSW 24"W x 36"H x 12"D. Mount on wall with stand-off brackets. 4.Submittals: Submit manufacturer's data sheets to the COR for approval prior to procurement of pedestal-mount controllers. The enclosure shall be sized to house all equipment required for the field satellite controller. Provide shop drawing of controller enclosure showing all equipment housed within, drawn to scale for approval of COR. Item 2: Remove and Replace Existing Weather Station A.Remove and salvage existing weather sensing equipment from station and turn over to cemetery staff. Remove tower, and fencing. Remove existing concrete foundation, conduits and disconnect electrical source per NEC. B.Install new 'Campbell Scientific' Weather Station, Rain Bird Model WS-PRO2-DC (hard wire), or WS-PRO2 -WL (radio control) in a new location per manufacturer's printed instructions for installation. Weather station shall communicate with newly installed 'SiteControl' central to provide daily ET measurements to drive irrigation watering times. Provide hard wired communication cable connection or radio communication from weather station to central computer. Weather station is to include, but not be limited to air temperature sensor, relative humidity sensor, rain gauge sensor, solar radiation sensor, wind speed sensor, and wind direction sensor, white powder-coated steel pole to mount sensors at 3m height, an 120 VAC power supply, properly sized concrete foundation with corrosion-resistant mounting hardware, electrical grounding. Electrical source and transformer are to be housed inside a NEMA 3 enclosure mounted to a 42" high 4x4 PT wood post set in concrete footing. Set concrete foundations flush with grade, provide hard trowel finish sloped to drain and 1" radiused edges. C.Provide a 12' x 12' x 8' tall high chain link fence with 6' wide double swing gates with integral locking latch and plunger pipe, and pipe sleeve receiver set in concrete footing. Construct fence with top, bottom and intermediate rails, stretcher bars, tension rods, and accessories. All fence components shall be black vinyl-coated galvanized steel. Provide barbed (twisted) edge at top of chain link fence fabric for protection from vandalism. Properly size concrete footings, set flush with grade, and provide hard trowel finish with 1" radiused edges. D.Coordinate exact location of weather station with COR prior to beginning installation. Test line-of-sight radio transmission prior to selecting final location for the weather station. Locate weather station and fencing for least interference with existing sprinkler heads. E.Provide (4) 6-inch pop-up sprinkler heads to match precipitation rate of existing zone with quarter nozzles at each interior corner of the fence. Add, adjust, and re-nozzle existing heads to provide for head-to-head coverage of existing zone. Connect new heads to existing turf spray zone. F.Submittals: Provide shop drawings of: weather station mounting, chain link fencing, and irrigation zone re-design for approval of COR showing all parts and equipment, drawn to scale. Item 3: Central Control System Set-up, Training and Deliverables A.Central Control System Set-Up: 1.Completely program central controller and satellite controllers according to an approved master irrigation schedule based on daily water allocation from SFPUC, the cemetery's water purveyor. Obtain daily allocation table from COR. 2.Follow manufacturer's instructions for installation and setup of the central computer, satellite controllers, and sensors, including hydrometers and weather station. Set up central controller to suspend irrigation based on user-defined weather thresholds. 3.Engage manufacturer's authorized service representative of the Control System to certify that the Control System is complete, including all related components, and totally operational. Submit certificate to COR. 4.Gather site data (i.e., planting type, percent slope, soil type, soil infiltration rate, geographic location, etc.), weather data, (i.e., solar exposure, evapotranspiration rates, wind speed, temperature, rainfall, etc.) and sprinkler head output data (i.e., sprinkler manufacturer, model number, head type, nozzle GPM, zone GPM's, PSI, precipitation rate (PR) and Distribution Uniformity Low Quarter (DULQ)), and enter data into the central control system program for each irrigation zone on the cemetery. (DULQ to be supplied by grounds maintenance contractor.) Obtain PDF files of original irrigation design drawings from COR. Verify zone GPM's and nozzle GPM in the field. 5.The contractor shall also include all work necessary to prepare mapping layers shape files (*.shp) to be used in 'SiteControl' Central Software. An AutoCAD file for the cemetery can be obtained from the Pacific District office, and used in conjunction with survey grade GPS field data of all major irrigation components (source, all types of valves, changes in direction, RCVs, controllers, sprinklers, QCVs, etc.) to produce all necessary shape file layers in 'SiteControl' so that the mapping portion of 'SiteControl' can be utilized to operate and control the irrigation system. B.Training: 1.Hire an authorized manufacturer's representative for the irrigation control system to train the grounds maintenance contractor's Irrigation Manager(s) and COR in information gathering, data entry, programming, scheduling, and trouble-shooting of the central irrigation control system. Provide the irrigation manager(s) and COR with a minimum of 16-hours of on-site training. Submit a certificate of completion as evidence that the irrigation manager has received the required training. C.Deliverables: 1.Maintenance and Operation Instructions: a.Prior to final acceptance, provide on-site, face-to-face verbal instructions, for a period of not less than 16 hours, to the operating personnel. b.Provide two additional years of software support for one hour each month in addition to support furnished by the manufacturer. 2.Provide Maintenance and Operating Instructions for the installed irrigation equipment in the form of manual(s) as follows: Provide three (3) separate copies of irrigation operation and maintenance information in 3-ring binders with table of contents and index sheet. Provide sections that are indexed and labeled. Provide the following information: a.Manufacturer's Operation and Maintenance manuals. b.Manufacturer's Technical Service Bulletins. c.Manufacturer's Warranty Documentation. d.Software License Information. e.All computer central control installation, operation, programming materials, warranty identification information and manufacturer-sponsored technical support contact information. f.All weather station installation, operation, programming materials, warranty identification information and manufacturer-sponsored technical support contact information. g.Printed depictions of computer central control program settings, schedule settings and parameters at the time of owner training including color-coded depictions, graphics, tables, charts and other material necessary to efficiently and effectively convey the computer central control system programming and schedule parameters. 3.Controller Drawings and Zone Chart(s): a.Prepare in digital format a drawing mapping actual the location of all field satellite controllers, valves, mainline, and route of the newly installed control wires. Identify all valves as to size, station, number and type of irrigation. Digital formatted "as-built" drawings must be approved by the COR before controller zone charts are prepared. b.Provide one controller zone chart for each field satellite controller showing the area covered by the controller. The chart shall be a reduced drawing of the actual "as-built" system and fit the maximum size controller door will allow. If controller sequence is not legible when the drawing is reduced to door size, the drawing shall be enlarged to a size that is readable and placed folded, in a sealed plastic container, inside the controller door. c.The final irrigation zone charts shall be submitted in digital format with a different color code used to show area of coverage for each station. All drawings and zone charts must be completed and approved by COR prior to final inspection. d.Five (5) copies of a 1" = 100' scaled as-built map of the irrigation system shall be reproduced and laminated for use by the cemetery maintenance staff. e.Three (3) copies of a 3-ring binder with 8.5" x 11" laminated sheets of irrigation zone charts for each individual irrigation field satellite shall also be provided for use by the cemetery maintenance staff. Item 4: Installation of New Station Wires 1.Add a total of 5 new station wires and associated station common wires to remote control valves (RCVs) that have been recently added to the irrigation system at the cemetery. A new #14 solid strand station wire from controller, and #12 common wire (from nearest valve location) approved for direct burial shall be installed between the associated irrigation controller and the newly installed RCV's in each instance. PVC jackets on station and common wires shall match existing colors. Run all wires in Sch. 40 PVC electrical conduit at the depth of 18" below grade. Control wiring may be chiseled into the soil utilizing a vibratory plow device specifically manufactured for pipe pulling and wire installation. Appropriate chisel shall be used so that wire is fed into a chute on the chisel, and wire is not subject to pulling tension. Minimum burial depth shall equal minimum cover previously listed. 2.The following 5 new wires plus common wires to RCVs that need to be installed are: a.1 new station wire to the controller on NE corner of maintenance building - approximately 400' of wire to new RCV outside of fence to the SE of maintenance building. One driveway crossing to be crossed via underground boring required. Run with common wire. b.1 new station wire to controller #11 - estimate of up to 1500' of wire to new RCV located outside of fence to the East of property. Wire will need to be installed through/around Section W of the cemetery and will be required to be routed around/through gravesites in a manner acceptable with NCA standards. Run with common wire. c.3 new wires to controller #1 - 1 wire to new RCV approximately 50' to the West of controller - one driveway crossing to be crossed via underground boring required. 2 wires to new RCVs approximately 300' to south of controller near the SE corner of Lodge/Admin Building. Run with common wire. GENERAL REQUIREMENT General Notes: 1.Prior to submission of any bid, the Contractor shall perform a thorough field survey of the existing conditions and features. Verify at project site the exact dimensions, clearances and associated requirements of existing conditions to insure proper procurement and installation of new irrigation controllers and new station wires. Verify dimensions of all Government-furnished and installed equipment to insure proper coordination with construction. Contractor shall bear all costs for relocation of existing utilities from failure to advise of conflict in writing prior to submission of any bid, and/or from failure to properly coordinate installations of system. Verify adequate working area in and around the areas where work will be done. Any site conditions which may cause significant deviation from the Statement of Work shall be brought to the attention of the Contracting Officer Representative (COR) for clarification prior to submission of the bid. Contractor shall supply all required electrical utilities to complete the work. The Governments will make water available to the contractor for the purposes of completing the contract at no cost to the contractor. 2.All utilities required for the continuous operation of all existing facilities must be maintained in service at all times. 3.Contractor shall obtain any necessary permits and cooperate with the utilities company/cemetery staff to avoid any damage or liability, and provide a safe work environment for his/her employees. Contractor is responsible for damages to utilities, above and below ground. 4.As the estimated time to complete work is minimal the contractor may utilize the cemeteries public restroom however portable latrines may be required. If portable latrines are to be utilized authorization by the COR must be made prior contract award. 5.The Contractor shall coordinate with the COR to store any required materials or supplies prior to and during the performance of work, (i.e., storage containers, construction fencing, and portable latrines) if required by the contractor for project execution. Public access to the National Cemetery shall not be impaired. 6.The Contractor shall assume sole responsibility for the safety of all persons on or about the construction site in accordance with applicable laws and codes. The contractor shall be in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and Division of Occupational Safety and Health (DOSH) and shall meet all safety requirements of Golden Gate National Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. 7.The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship for a period of one year after the date of Final Acceptance by the Government. The Contractor hereby agrees to repair or replace all defects appearing in the work done under this contract to the satisfaction of the Government at no additional cost to the Government. 8.The Contractor shall repair and or replace any damage done to cemetery property to its prior existing condition when altered or damaged by the Contractor at no additional cost to the Government. (e.g., damage to turf, water utilities, headstones, curbs, and pavements.) 9.All debris shall be removed from the site by the Contractor, at the Contractor's expense, including all dump fees. Debris shall not be allowed to accumulate at the site; debris shall be removed on a daily basis. 10.The contractor shall make all attempts to minimize disruption to cemetery activities. 11.Completion Time: One hundred-twenty days (120) calendar days from date of issuance of Notice to Proceed (NTP). -End of Statement of Work-
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78616R0315/listing.html)
- Document(s)
- Attachment
- File Name: VA786-16-R-0315 VA786-16-R-0315.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2902637&FileName=VA786-16-R-0315-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2902637&FileName=VA786-16-R-0315-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-16-R-0315 VA786-16-R-0315.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2902637&FileName=VA786-16-R-0315-000.docx)
- Record
- SN04198191-W 20160729/160727235020-bafe45794fe880818a2a39f2dd375b98 (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 |