DOCUMENT
Y -- Advanced Metering PH II 526-14-111 - Attachment
- Notice Date
- 1/24/2018
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218R0211
- Response Due
- 2/9/2018
- Archive Date
- 5/19/2018
- Point of Contact
- Michael Giaquinto
- E-Mail Address
-
Contracting Specialist
(Michael.giaquinto2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- CONTINUATION OF PRESOLICITATION NOTICE: Project No. 526-14-111; Advanced Metering Phase 2 at the James J Peters VA Medical Center, Bronx, New York. Contractor to provide labor, material and supervision to install a complete and fully functional centralized Utility Metering System. Utilities include electric, natural gas, steam, water, chill water, etc. The associated software used must be compatible to the enterprise software package used by the existing systems including the Square D Power Logic software, to connect to the existing facilities meters and gather information. Besides monitoring flow and energy data, the software shall be an integrated full service energy solution which will address metering and commodity analysis. The software shall be capable to generate data graphing, time period selection, perform trending analysis, and generate alarms to alert O&M staff for abnormal conditions. The contractor will furnish all materials, equipment, supervision, and personnel necessary to accomplish the job for removal and installation of the new metering systems and associated components on the new concrete pads as shown on the drawings and perform work specified herein and comply with VA specifications and VA regulations, procedures and conditions for work at the Medical Center and any applicable codes as per requirements of all governing agencies. Work shall include selective demolition and modifications of existing walls, ceilings, ductwork, registers, etc. debris disposal, all new work: ducts, ceiling systems, wall finishing, fire sprinkler and alarm work, electrical work, operational and final system testing and balancing and other related and ancillary work. Contractor will be responsible to coordinate and schedule work to minimize to short duration and shall be expected to plan work typically during duty hours of the hospital other than utility ties ins during off duty hours.. Construction Phasing will be required to ensure that the metering system equipment, associated components; fabricated materials are stored on site at the time of shutdown of the affected department operations and timely manner to complete construction for re-activation of operations. Maintain all access to and egress from the buildings at all times for facility s fire protection requirements and to meet the requirements of regulatory codes, laws, etc. The contract completion time is Five Hundred and Forty Seven (547) calendar days after issuance of the Notice to Proceed. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered and certified in the Center for Veterans Enterprise (CVE) VetBiz Registry database prior to submitting a bid: http://www.vip.vetbiz.gov Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Proposals will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 236220, size standard of $36.5 Million. The cost range for this project is between $2,000,000 and $5,000,000. A bid bond will be required, and performance and payment bonds will be required upon award of contract. The solicitation will be released on or around February 9, 2018. The proposal submittal address, date and time will be included in the solicitation. Specifications and plans will be available for download from the FedBizOpps website at https://www.fbo.gov Amendments to this solicitation will be posted on the FedBizOpps website as well. Offerors are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time of solicitation closing. All submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. E-mail questions concerning the solicitation to Michael Giaquinto at Michael.Giaquinto2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218R0211/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218R0211 36C24218R0211.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4036970&FileName=36C24218R0211-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4036970&FileName=36C24218R0211-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218R0211 36C24218R0211.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4036970&FileName=36C24218R0211-000.docx)
- Place of Performance
- Address: James J. Peters VAMC;130 West Kingsbridge Road;Bronx, New York
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN04798973-W 20180126/180124231759-7ce95af5e0447098d44fc491aa9254b8 (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 |