Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2017 FBO #5705
DOCUMENT

J -- Air handler deficiencies - Attachment

Notice Date
7/5/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N1290
 
Response Due
7/12/2017
 
Archive Date
9/10/2017
 
Point of Contact
Danielle L. Carroll
 
E-Mail Address
ment
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 5 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 238220 Plumbing, Heating, and Air Conditioning Contractors 3. Interested and capable Contractors should respond to this notice not later than July 12th, 2017 by providing the following via email only to danielle.carroll4@va.gov (a) Company Name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small Business(SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor correct deficiencies on Air Handler Units as required by the Department of Veteran Affairs in the Long Beach area (VALBHS) 5901 E 7th Street. Long Beach, 90822. Please refer to the Statement of Work for the specifications for the required specifications. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement STATEMENT OF WORK (SOW) 1. Contracting Officer s Representative (COR). 2. Contract Title. Correct Deficiencies on Air Handler Units S10 & S8 on Bldgs. 1 & 126. 3. Background. Installing static dampers on Air Handling Units A/H #10 on Bldg. 1 and A/H #8 on Bldg. 126 will aid in controlling the temperature, humidity and the volumE of air the Air Handlers deliver to Bldg. 1 and Surgery in Bldg. 126. The air distribution and pressure relationship needs to be corrected to meet the VA HVAC design guidelines and per Joint Commission requirements. 4. Scope. Service to supply all labor, materials and equipment to complete the following project on Air Handler A/H # 10 on Bldg. 1. Vendor to check in with the Supervisor, HVAC Unit before starting project. Perform pre performance readings for Air Handler # 10. Supply and install static control damper in hot deck ducting of Air Handler # 10. Supply and install access door for servicing static damper. Supply and install electrically operated actuator for the static damper. Check operation and program parameters of the supply fan motor Vfd for Air Handler # 10, to determine why supply fan motor draws approximately 50% more amps in the bypass position, than when operating at 60 cycles in automatic run position. Provide programming parameter chances if required, and quote any deficiencies found with the mechanical operation of the Vfd. Perform post performance readings for Air Handler # 10 after Vfd is operating correctly and DDC controls have been installed to operate the hot deck static control damper. Service to provide and install necessary controls for Static Damper Control. Service to supply all labor, materials and equipment to complete the following project on Air Handler A/H # 8 on Bldg. 126. Vendor to check in with the Supervisor, HVAC Unit before starting project. Service to perform pre performance readings for Air Handler # 8. Service to obtain manufacturers design information for the air handler and field verify the size of the supply fan motor, pulley, sheave, and belts in air handler. Supply selection for replacement of pulley/sheave configuration and belts as required to increase rpm s of supply blower by approximately 25%. Remove and replace the pulley/sheave configuration and belts for air handler. Reprogram supply fan motor Vfd parameters to have maximum rpm of 60 cycles. Perform post performance readings for Air Handler. All work to be completed after hours or on weekends. Vendor to follow all VA infection control procedures as required. Contractor shall obtain a Contractor I.D. Badge from the VA Police. All Contractor personnel are required to wear I.D. Badge during the entire time on VA facility. Foreman: 30 Hour OSHA training in Construction Safety & Current TB test. Personnel: 10 Hour OSHA training in Construction Safety & Current TB test. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 5. Specific Tasks. Service to perform duties stated in the Scope of Work. 5.1 Tasks 1 - Enterprise Management Controls. Routine Inspections Deliverables: Contract Management Plan N/A Monthly Status Report N/A 5.2 Task 2. N/A 5.2.1 Subtask 1. N/A 5.2.2 Subtask 2. N/A Deliverables: N/A Performance Monitoring - Routine inspections by Facilities Personnel 7. Security Requirements Vendor will not have access to patient records, data or VA computer systems 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No Government equipment will be used by the Vendor 9. Other Pertinent Information or Special Considerations. None 10. Risk Control Submit an (ICRA). Infection Prevention Construction Risk Assessment permits. 11. Place of Performance. Bldg. 1 and 126 at VAMCLB 12. Period of Performance. The period of performance will be three weeks from the date the purchase order is awarded. 13. Delivery Schedule. N/A:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1290/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-1290 VA262-17-N-1290.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3637682&FileName=VA262-17-N-1290-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3637682&FileName=VA262-17-N-1290-000.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: Department of Veteran Affairs;5901 E 7th Street;Long Beach
Zip Code: CA
 
Record
SN04567100-W 20170707/170705235347-f7cf2e9f04d0d31111e12d7781c6cb1d (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.