DOCUMENT
Y -- Replace jockey pump motor and filter screen - Fort Sam Houston National Cemetery - Attachment
- Notice Date
- 8/6/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q9621
- Response Due
- 8/22/2018
- Archive Date
- 10/6/2018
- Point of Contact
- KENNETH DOUGHERTY
- E-Mail Address
-
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REPLACE JOCKEY PUMP MOTOR AND FILTER SCREEN FORT SAM HOUSTON NATIONAL CEMETERY, SAN ANTONIO, TEXAS The Contractor: Shall furnish all labor, material, equipment, and supervision necessary to replace a 7.5 HP jockey pump motor and a separate pump line shaft at Fort Sam Houston National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. The Work: Shall include, but shall not be limited to the following (not necessarily in the order indicated): At the West pump station, remove and replace the existing 7.5 HP, 460V/60 Hz/3-phase electric, vertical jockey pump motor drive with new motor for use with the existing vertical multistage centrifugal pump: Manufacturer: Baldor ® Reliance (ABB) CEM3769T (or approved equal) Type: C-Face Foot Mounted (Vertical) Power: 7.5 HP @ 208-230 V, 60 Hz, 3-phase Options: NEMA Premium Efficient Totally Enclosed Fan Cooled (TEFC) Inverter Duty/Ready Frame: 213TC Speed: 3525 RPM (3600 RPM nominally) Design Operating point: 100 GPM @ 132 TDH At the East pump house, replace the packing box assembly for the 15 HP pressure maintenance pump. Decouple and remove the motor shaft (1-inch diameter). Install a new packing box assembly, reinstall the motor shaft and motor, and recouple the pump to the motor. At the East pump house, replace just the stainless screen filter screen for the Tekleen Automatic Filter, model ABW 12-P (i.e. 12-inch connection diameter). The filter screen shall be 316L stainless steel mesh on a perforated stainless steel basket. The work shall be all inclusive to provide fully functional irrigation pumps and motors at the completion of the work. The work includes, but is not limited to: Mechanical and electrical disconnection(s). The removal and reinstallation of the East pump house roof for hoisting/rigging of the existing pump/motor and new line shaft. All electrical work (fully inclusive) associated with the removal of the existing motors and the installation of the new jockey pump motor including but not limited to disconnection, re-connection, new wiring, new conduit, new electrical boxes, electrical fittings/accessories, and testing to provide fully functional motor operation. All labor, material, and equipment associated with the connection of the motor to the existing VFD including testing and demonstrating to the Contracting Officer s Representative (COR) the full functionality of the repaired system. Disposal of the existing jockey pump motor and line shaft. All labor, material, and equipment associated with testing the completed assembly and providing documented test results. 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 repaired irrigation pump motor and line shaft, and the irrigation motor/pump unit has been fully coordinated with the existing irrigation control system. General Conditions: Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. Thoroughly clean up the work area at the end of each day s work including any mud or dirt tracked onto Cemetery streets, 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. Haul away & dump debris and waste to an approved disposal site. The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. All utilities required for the continuous operation of all existing facilities shall be maintained in service at all times except when disruptions are needed. The Contractor shall inform the Cemetery Director and the Contracting Officer (CO) in writing for such disruptions and obtain approval from the CO in writing at least 2 weeks prior to such need. When option exists, implement options to minimize interruption of services to the facilities. The Contractor shall coordinate with the Cemetery Director for parking, material storage, temporary portable restroom facilities, and any other needs for the work. Public access to the National Cemetery shall not be impaired. The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all materials in accordance with the safety provisions according to OSHA and Associated General Contractors of America (AGC). Time of Completion: The project shall be completed within 45 calendar days after contract award. Contractor shall submit a detailed project schedule to the COR at most ten (10) business days after Notice to Proceed. Work outside of the Cemetery s normal operating hours of 8:00 am to 4:30 pm shall be permitted only by approval of the COR and only in order to meet the Period of Performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9621/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9621 36C78618Q9621_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4527670&FileName=36C78618Q9621-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4527670&FileName=36C78618Q9621-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9621 36C78618Q9621_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4527670&FileName=36C78618Q9621-000.docx)
- Place of Performance
- Address: FORT SAM HOUSTON NATIONAL CEMETERY;1520 HARRY WURZBACH RD.;SAN ANTONIO, TX
- Zip Code: 78209
- Zip Code: 78209
- Record
- SN05022285-W 20180808/180806231055-e6d500f1b350f6fff99a5e3301a9048a (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 |