Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOURCES SOUGHT

N -- 580-20-1-5063-0408 -EMERGENCY TUNNEL SUMP PUMP REPLACEMENT - 36C256-20-AP-1053

Notice Date
3/18/2020 11:26:57 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0428
 
Response Due
3/20/2020 12:00:00 AM
 
Archive Date
04/19/2020
 
Point of Contact
Winston Graber winston.graber@va.gov 504-507-4148
 
E-Mail Address
Winston.Graber@va.gov
(Winston.Graber@va.gov)
 
Awardee
null
 
Description
DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25620Q00428 BACKGROUND: The Houston VAMC has a requirement for the following BRAND NAME OR EQUAL supplies: Manufacturer Stock # Item Description Please see SOW attached REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to winston.graber@va.gov. Please respond to this RFI no later than Mar.20, 2020. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. MICHAEL E. DEBAKEY VA MEDICAL CENTER HOUSTON, TEXAS PROJECT TITLE: EMERGENCY REPLACEMENT OF SUMP PUMPS STATEMENT OF WORK SCOPE: The Veterans Affairs Medical Center (VAMC) requires four each existing tunnel sump pumps to be removed and replaced with turnkey new motor and pump assemblies, and electrical control panels to prevent tunnel flooding. 1. GENERAL 1.1. The contractor shall provide all supervision, labor, material, tools and equipment to remove and replace the four (4) existing submersible pumps and two (2) each Control Panels and all associated wiring, water level sensors, indicators, alarms, and controls. 1.2. The pumps are located in a 6ft diameter x 10 ft. deep pits at the East and West end of the service tunnel at Building 100 with four (4) pumps located at the locations. 1.3. The pit is considered a confined space and all workers shall utilize all applicable personal protective equipment while performing the work. 2. DEMOLITION 2.1. Remove existing submersible pumps including all piping, valves, supports, bracing and related connections up to the 6 connection at the top of the pit. 2.2. Contractor shall remove and dispose of all material removed. 2.3. Remove existing electrical wiring, float level system, and controls 3. PLUMBING 3.1. Install 4 new submersible pumps 20 HP, 1750 RPM, 480 V, 3 Phase rated at 1000GPM, 45 ft head pump assemblies. 3.2. Pump shall be Myers model 4VC200M4-43 or VA approved equal with flange fitting, lifting eyes, and pump support feet. 3.3. Pump shall be braced in place to insure no movement when operating. 3.4. Each pump shall have isolation valves and check valves installed 3.5. All connections shall be Mechanical Joint grooved style. 3.6. All new piping, fittings, and valves shall be schedule 80 or greater. 3.7. The new piping shall extend to the top of the pit and connect into the existing 6 in. discharge line. 3.8. Contractor shall Provide and install bracing on the pumps and piping as required. 3.9. Temporary sump pumps shall be installed as to not disrupt normal operations of the VAMC 4. ELECTRICAL 4.1 Electrical Panels shall have external Hand-Off-Auto (HOA) selectors, On/Off indicator lamps, High Alarm audible, High Alarm indicator lamps, and Alarm Silence Button 4.2 High Alarm, Motor Fault Alarm, and Run Status Outputs shall be tied into the existing Building Automation System (BAS). 4.3 All new wiring shall be installed from electrical panels to pumps and water tight sealed. 4.4 Pump shall be connected to the new Control Panels and power supply located at the top of the sump pit location. 5. SUBMITTALS 5.1. Contractor shall submit to the Contracting Officer (CO) and Contracting Officer s Representative (COR) the following prior to commencing work: 5.1.1. Quality Control Plan. Contractor shall establish a quality control plan for all work, including that of his subcontractors, to assure compliance with the contract provisions. Contractor shall submit a copy of his quality control plan concurrently with the quote. 5.1.2. Submittals shall include: Pumps, valves, fittings, pipe, electrical control panels. 5.2. The VA shall check contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, and review the color, texture and suitability of materials for conformity with the RFP Documents and construction documents. 6. CODE REQUIREMENTS 6.1. The VA will be responsible for obtaining necessary local agency approvals as required. 6.2. All work performed under this contract shall be in accordance with the VA Master Specifications (http://www.cfm.va.gov/til/spec.asp). Use sections that apply to the scope of work. 6.3. All work shall comply with all local, state, and federal rules and regulations. In the event of a code discrepancy the stricter of the ordinances shall prevail. 7. WARRANTIES 7.1. A Two-Year warranty will begin from the date of project completion. 8. WORK SCHEDULE 8.1. Mobilization will only occur after all plans, submittals, and equipment are approved by the COR and Resident Engineer (RE). 8.2. The work will be done in phases and normal VAMC operations will still be operational. 8.3. Work shall commence upon receipt of a Notice to Proceed from the government and shall be completed within 60 calendar days after receipt of Notice to Proceed. 9. WORK LOCATION AND RESTRICTIONS 9.1. The work site location is in Building 100 at the Michael E. DeBakey VA Medical Center. 9.2. All work shall be done between the hours of 7:00 am and 4:30 pm Monday through Friday, excluding federal holidays, unless other times are arranged in advance and approved in writing by the COR. When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the COR at no additional cost to the government. 10. PARKING 10.1. Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed in authorized areas. Contractor shall abide by all police requirements. Parking in designated patient parking areas is strictly prohibited. Parking for unloading equipment necessary to perform the work will be authorized in advance of starting the project. 11. STORAGE OF EQUIPMENT & MATERIALS 11.1. The contractor shall arrange with the Project Manager for allocation of required workspace and for the storage of equipment and material to be used for this project. Storage space is very limited. There are no exclusive areas within the campus that can be given to the contractor for their storage needs. 11.2. Additionally, no space will be made available for the placement of a contractor trailer for this project. The Contractor should schedule delivery of materials to limit the amount of storage space and time. 12. DEBRIS REMOVAL 12.1. Contractor shall remove waste materials and debris daily from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. All recyclable materials shall be recycled and weight tickets provided to the COR. 13. SITE UTILITIES 13.1. The Contractor shall note this scope of work does not detail all existing structures, utilities, or components that may potentially interfere with the contract work required. All proposed utility relocations, reallocations, and shutdowns shall be approved by the COR prior to commencing such work. The contractor shall field verify all existing utility installations and take appropriate action prior to working around any potential utility installation. 13.2. In the event a shutdown, restriction, or interruption of any utility services is required, a written request shall be submitted to the COR with a minimum of 72 hours notice. Requests shall be approved by the COR prior to commencing work. 14. PROJECT SAFETY 14.1. Contractor shall comply with the following and keep a copy of the attached on site at all times: 14.1.1. OSHA 14.1.2. Interim Life Safety Measure Assessment (completed on site by phase) 14.1.3. Infection Control Risk Assessment (completed on site by phase) 14.1.4. Hot work Permits, required as needed 14.1.5. Confined Space Permits, required as needed 15. PENETRATIONS OF FIRE AND SMOKE BARRIERS 15.1. Prior to any installation of equipment, cables, power connections, conduit, piping or other work that penetrates a smoke or fire barrier, all such work shall be approved by the COR. A penetration permit must be secured from FMS prior to disturbing the integrity of the barrier. The permit shall be available for inspection at the project location. After the work is completed, the penetration shall be repaired (sealed) according to accepted practice and utilizing materials (including UL/FM-listed through penetration fire stopping materials) that meet the original barrier construction requirements in order to restore the designed specifications for smoke and fire compartmentalization. All penetrations and miscellaneous openings shall be protected according to NFPA 101, Chapter 8. Upon completion of any penetration repair, a visual inspection for approval must be requested from, and completed by the COR. 16. INTERIM LIFE SAFETY PROTECTION MEASURES 16.1. Contractor is not required to prepare a formal interim life safety measures plan for this project. At a minimum, contractor shall comply with the following requirements of an interim life safety measures and fire protection plan: 16.1.1. Maintain the construction area to minimize the potential for fire or safety hazards resulting from storage of construction material, construction waste and debris during construction operations. 17. PREVENTION OF FALSE FIRE ALARMS 17.1. Contractor shall comply with the requirements of MEDVAMC and as directed by the COR to prevent false fire alarms. 18. MATERIAL & WORKMANSHIP QUALITY 18.1. All materials and workmanship shall comply with all codes, standards, and recommendations of all Authorities Having Jurisdiction (AHJ). All work shall be done in a first class manner according to the best trade practices and to the satisfaction of the COR. 18.2. The Contractor shall provide VA personnel with the necessary training to properly operate all provided equipment and systems. Additionally, the Contractor shall provide complete maintenance service support during the warranty period. All maintenance service shall be performed by factory trained, English speaking, technically qualified servicemen and shall be responsible for recording all work actions in the customer s maintenance log book. Contractor s warranty maintenance service support shall include all parts, service, labor, travel time, and expense to perform both preventive and corrective maintenance on the new turnkey installation. 19. SECURITY 19.1. All contractor personnel shall obtain a short-term identification badge issued by the VA. Such badge shall be worn by the individual and prominently displayed at all times while on VA property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the COR a valid driver s license and secondary form of picture identification. 19.2. All contractor personnel are subject to inspection of personal effects when entering or leaving the project site. - - E N D - - -
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/858ac7b416e0496e86a937b1a731942e/view)
 
Place of Performance
Address: Michael E. DeBakey Medical Center;2002 Holcombe BLVD.;Houston, TX. 77030, USA
Country: USA
 
Record
SN05593689-F 20200320/200318230225 (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.