Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOLICITATION NOTICE

N -- Installation of AC units in police server, police offices and controls for RTU and exhaust fans

Notice Date
1/21/2020 10:05:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0265
 
Response Due
2/3/2020 8:59:59 PM
 
Archive Date
02/10/2020
 
Point of Contact
Lynn Pettit
 
E-Mail Address
Lynn.Pettit@va.gov
(Lynn.Pettit@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C257-20-Q-0265 Posted Date: January 21, 2020 Original Response Date: February 3, 2020 4:30PM CST Current Response Date: Site Visit Date: Questions from Solicitation and Site Visit: February 3, 2020 4:30PM CST January 29, 2020 10:30AM CST January 30, 2020 12:00PM CST Product or Service Code: N Equipment Installation Set Aside (SDVOSB/VOSB): SDVOSB Set Aside NAICS Code: 238220 Contracting Office Address Network Contracting Office 17 2002 Scott Blvd. Temple, TX 76504 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. L/I# DESCRIPTION QUANTITY UNIT COST 1 EXHAUST CONTROLS 1 JB 2 POLICE SERVER AND POLICE MINI SPLIT������������ 1 JB This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $16.5M. The Network Contracting Office 17, 2002 Scott Blvd., Temple, TX 76504 is seeking to purchase installation of AC units in Police Server, Police Office and Controls for roof top units and exhaust fans at the Corpus Christi Outpatient Clinic (CCOPC). All interested companies shall provide a quotation for the following: SCOPE OF WORK For Installation of AC units in Police Server, Police Offices and Controls for RTU and Exhaust Fans -- Services -- Provide: Professional construction services to include but not limited to: Site investigation- mechanical, electrical, plastering, painting and construction Construction period of services- Furnish and Install all items per plan and specification as shown documents Project: Installation of AC units in Police Server, Police Office and Controls for RTU and Exhaust Fans. Infection Control Risk Assessment. -- Documentation and Acronyms -- Applicable Documents: The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: Federal Acquisition Regulation Veterans Administration Acquisition Regulation Service Contract Act (SCA) Directory of Occupations (Fifth edition) http://www.dol.gov/whd/contracts/sca.htm ANSI: https://pdflakekxng.files.wordpress.com/2015/04/ansi-z133-safety-standard-pdf.pdf VA Directive 0058- VA Green Purchasing Program VA Directive 0057- VA Environmental Program Master Construction Specification: https://www.cfm.va.gov/TIL/spec.asp#03 Acronyms: Glossary: Acronyms used in this SOW are listed below for easy reference: CO Contracting Officer COR Contracting Officer s Representative FAR Federal Acquisition Regulation CFM Construction & Facilities Management VA Veteran Affairs EPA Environmental Protection Agency PPE Personal Protective Equipment SOW Statement of Work OSHA Occupational Safety and Health Administration -- Project Scope -- GENERAL: VA Valley Coastal Bend Health Care Services intends to issue a construction contract. The project consists of: The Contractor shall provide all labor, transportation, materials, equipment, and supervision required installation of AC units in Police Server, Police Office and Controls for RTU and Exhaust Fans. Corpus Christi Outpatient Clinic VA Valley Coastal Bend Health Care Services, located at 5283 Old Brownsville Road, Corpus Christi, Texas. SPECIFICS: Front End existing carrier front end. Provide and program floor plans for first and second floor Undated existing roof plan to show new equipment. Control installation with a factory es certified. Installation of control RTU 1, 2,4 remotely with Carrier iVu Control System. Provide and install transform, relays, terminal strips and wire duct in each unit as needed for proper operation and neatness. Provide labeling of all wires. Provide and install 10K type 2 supply air temperature sensor mounted in SA of RTU. Provide control and programming for RTU s. OPN-RTUM2 BACnet controllers will provided and installed. Provide and install ZS2P-CAR space sensor for provide controls. Provide all wiring need for installation of job. Provide and install RA temp All electrical wiring will need to be inside electrical conduit and label in accordance with VA Policy and Guidance. Installation of controls and monitoring for all exhaust fans. Provide and install all new exhaust fans on the first and second roof. Provide and install transform, relays, terminal strips and wire duct in each unit as needed for proper operations and neatness of panel. Provide labeling of all wires Provide and install CT s on all exhaust fans for status. Provide control and programming for fans. Provide and install OPN-UC-BACnet controller for exhaust fans in an enclosure Provide all wiring needed for installation of job. Installation of AC units in room 1A-113 and 1A-111 remotely monitor with existing Carrier iVu Control System. The contractor will install mini split 12000 BTU, 230-volt, single zone unit with disconnect including 55 of control wire and 25 line set. Back net compatible. The units will be connected to back up power. All electrical wiring will need to be inside electrical conduit and label in accordance with VA Policy and Guidance. Installation of temperature monitoring device IT Server Room and Police server room on second floor. Provide and install temperature monitoring equipment in rooms: 142 and 221. Connect monitoring system to existing Carrier iVu control system. All electrical wiring will need to be inside electrical conduit and label in accordance with VA Policy and Guidance. All penetration through smoke wall need to be fire caulk in accordance with VA policy and guidance. Work to be scheduled to interfere as little as possible with normal VA operations. Other Specifics: Prime Contractor to plan all phasing of work in coordination with Hospital staff to minimize down-time to areas affected by the project. Construction Waste Management, Specification 01 74 19 is to be included. Prime Contractor to maintain all infection control/ dust prevention measures required. Contractor will get all Permits Necessary to complete the project. Consolidate all necessary submittals by specification section on an excel spreadsheet. Checklist to be utilized to track/ monitor submittal process. Contractor will submit picture of affected area before, during, and after construction or testing. -- Site Investigation -- Expectation: Contractors will make site visits as necessary to survey existing conditions. Make site visit as required to determine existing as-built conditions affecting this project. Provide any structural, architectural, electrical, and mechanical investigation work including interior site work, of both existing and designed systems necessary to insure the accuracy of the design. Provide any measured drawings of existing systems of facility required to insure the accuracy of the design. -- Environmental/Occupational Safety and health (EOSH) -- Expectation: All projects and project designs shall contain language that addresses all applicable EOSH requirements. Regulatory Compliance- EOSH requirements for work performed at the above location can be found in: Volume 29 of the Code of Federal Regulations, Part 1910- Occupational Safety for General industry. Volume 29 of the Code of Federal Regulations, Part 1926- Occupational Safety for the Construction Industry. Volume 40 of Code of Federal Regulations, Protecting of the Environment. Volume 49 of the Code of Federal Regulations, Part 397- Transportation of Hazardous Materials. Specification: The VA Master Construction Specification contains work procedures and material requirements designed to meet regulatory compliance requirements. Whenever possible, the Master Construction Specification must be used as the basis for the project designs. Contractor and Subcontractor to following specifications: 01 00 00 General Requirements 01 32 16.17 Project Schedules 01 33 23 Shop Drawings, Product Data, and Samples 01 35 26 Safety Requirements 01 42 19 Reference Standards 01 74 19 Construction Waste Management 01 81 11 Sustainable Design Requirements 01 91 00 General Commissioning Requirements 02 21 13 Site Surveys 02 41 00 Demolition 23 05 11 Common Work Results for HVAC 23 05 12 General Motors Requirements for HVAC and Steam Generation Equipment 23 05 41 Noise and Vibration Control for HVAC Piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HVAC 23 08 00 Commissioning of HVAC Systems 23 11 23 Facility Natural-Gas Piping 23 40 00 HVAC Air Cleaning Devices 23 74 13 Packaged, Outdoor, Central-Station Air-Handling Units 26 05 11 Requirements for Electrical installations 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 33 Raceway and Boxes for Electrical Systems 26 27 26 Wiring Devices 26 29 21 Enclosed Switches and Circuit Breakers 26 51 00 Interior Lighting National Electrical Code (NEC) 2017 Edition NFPA 99 standard for Health Care Facilities C2 national Electrical Safety Code VA HVAC Design manual November 2017 -- Location/Hours/Deliverables -- Performance Location: The Contractor shall provide all labor, transportation, materials, equipment, and supervision required to required installation of AC units in Police Server, Police Office and Controls for RTU and Exhaust Fans. Corpus Christi Outpatient Clinic VA Valley Coastal Bend Health Care Services, located at 5283 Old Brownsville Road, Corpus Christi, Texas. Hours: Work is to be performed on Monday to Friday at 5:00PM 12:00 AM, Saturday and Sunday from 0800AM to 6:00PM. Contractor access will be provided during this time, except special federal holidays. The contractor will not have any personnel on site any other day without the proper approval from the COR. Deliverables: The Contractor will submit a daily log, pictures, work performed each time services is render. -- Contractor Personnel and Management -- Contractor Personnel: The Contractor shall be responsible for employing qualified personnel to perform the work specified in this SOW. The Contractor shall make sure that subcontractor and employees have proper documentation to authorize personnel to work in the United States of America. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The Contractor is required that all subcontractor or employees have been screen by the VHA VCB Harlingen Healthcare System. All personnel are required to wear a VA government furnished badge. All contractor and subcontractor are required to wear a government and company furnish badge while performing services under this contract. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. The contractor shall insure that employee or subcontractor have valid driver license when driving a vehicle on property. Management: All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. Contractor personnel or subcontractor shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Safety/Security Requirements: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. The Contractor shall ensure that employees or subcontractor have the proper PPE for the job. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. Work Attire and Appearance: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. Personnel Qualification: The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW and authorized to work in the United States. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the SOW in an efficient, reliable, and professional manner. Contractor shall provide a supervisor who speaks English on site at all time. Personnel should be properly trained for safety and performance of their respective duties. Appropriate safety equipment shall be furnished by the Contractor to contractor personnel or subcontractor and shall be used as prescribed by OSHA Standards. The Government reserves the right to review Contractor personnel qualifications. Upon request, resume shall be provided to the Contracting Office prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. Non-Personal Service Statement: Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. -- Damages/Insurance -- Damages: The Contractor is liable for all damages to Government equipment, property; utilities, etc., located at the site (e.g. sprinkler heads, ceiling tiles, manholes, fire hydrants, vehicles, windows, etc.) caused by the Contractor, its employees or it subcontractors. The Contractor shall immediately report all damages to the COR and shall provide the Contracting Officer (CO) and COR, a written report, within 24 hrs. The report shall include: What occurred, who was involved, when it occurred (Time/Date), where did it occurred, why it occurred, how it occurred, and the proposed means to repair or replace. Contractor is to maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. The period of performance and contract completion is sixty (60) days after the notice to proceed (NTP). Place of Performance Address: Corpus Christi Outpatient Clinic Postal Code: 5283 Old Brownsville Road, Corpus Christi, TX 78405 Country: UNITED STATES Award shall be made to the lowest priced offeror whose quotation meets the requirements of the solicitation. Basis of award, price and past performance. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) Addendum to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.216-1, Type of Contract (APR 1984) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (DEC 2019) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) Addendum to FAR 52.212-4 - FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2019) (Deviation) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JULY 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) VAAR 852.237-75, Key Personnel (SEPT 2019) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2019) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) FAR 52.219-13, Notice of Set-Aside Orders (NOV 2011) FAR 52.219-28, Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEPT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) FAR 52.222-41, Service Contract Labor Standards (AUG 2018) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (JAN 2019) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) This is an open-market combined synopsis/solicitation for construction services as defined herein.��The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offeror shall list exception(s) and rationale for the exception(s). The VA is strongly encouraging all interested parties to attend the Site Visit scheduled on January 29, 2020, 10:30AM CST. Participants will meet at CCOPC, 2nd Floor Conference Room. Interested parties must inform the VA of your intent to attend the Site Visit by email. Please note that interested parties will not be authorized to use this site visit to present or pitch their offer, services, or capabilities to any Government representative. Interest in Site Visit notices must be received by Monday, January 28, 2020 at 12:00PM CST by email to Lynn Pettit at Lynn.Pettit@va.gov. The content of this notice should be as follows: The company name, the names of the representatives who will be attending, valid phone number and email. Any questions or concerns regarding this solicitation and site visit should be forwarded in writing via e-mail to the Contracting Officer at Lynn.Pettit@va.gov. Questions in response to this solicitation are due no later than January 30, 2020, 12:00PM CST. Submission of offers/quotes shall be received not later than February 3, 2020, 4:30PM CST. Only e-mailed offers/quotes will be accepted. All offers/quotes shall be sent to Lynn.Pettit@va.gov. Reference RFQ 36C257-20-Q-0265 Installation of AC Units at CCOPC on subject line of email.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b4b920483554ca0b8e20e8d718c9fdb/view)
 
Place of Performance
Address: Corpus Christi Outpatient Clinic;5283 Old Brownsville Rd;Corpus Christi TX 78405, USA
Zip Code: 78405
Country: USA
 
Record
SN05539169-F 20200123/200121230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.