SOLICITATION NOTICE
Y -- Replace Bldg. 204 Chiller - Project # 621-22-126 Replace OR Chiller - Project # 621-19-125 James H. Quillen VAMC Mountain Home, TN 37684
- Notice Date
- 2/28/2022 12:18:56 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24922B0010
- Response Due
- 4/13/2022 12:00:00 PM
- Archive Date
- 04/06/2022
- Point of Contact
- Teresa Rogofsky, Contracting Officer
- E-Mail Address
-
teresa.rogofsky@va.gov
(teresa.rogofsky@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- STATEMENT OF WORK Project 621-19-125 Contractor Services to Replace OR Chiller James H. Quillen VA Medical Center Mountain Home, TN General The operation room (OR) area is currently supplied by a 150-ton chiller unit that is oversized and is near the end of its useful life. This project is to supplement it with an equivalent 150-ton system. Chilled water service to the OR cannot be interrupted at any time. Base Bid includes select demolition, purchase, and installation of a new 150-ton air cooled chiller, pumps, controls, and commissioning for fully functional system meeting all current codes and standards. It assumed that the existing controls and power wiring can be reused. Demolition will include select removal of fencing, bollards, electrical and plumbing. New work will consist of a new concrete pad and fencing with required safety and service clearances, installation of the new chiller including piping, insulation, valves, controls, and electrical power. The existing chiller will remain in service. The new controls will allow only one chiller be operating at any time. Bid Alternate 1 is same as the Base Bid except that the existing chiller will be removed including disposal. Scope of Work The contractor shall be required to furnish all labor, materials, transportation, equipment, tools, and supervision to perform the scope of work for this project. The contractor will be responsible for performing a site visit to determine the existing equipment details and current installation. The new equipment will be installed in the same area as the existing equipment and the contractor will need to develop a plan to provide chilled water service to the OR at all times during the demolition, installation, and commissioning of the new equipment. The contractor will be required to demo and dispose of all the equipment and materials being removed and re-install safety barriers, fence, etc. The contractor will be required to return all landscaping to current conditions. The new chiller will be a 150-ton air cooled chiller. The contractor is to provide and install controls to maintain the correct temperature for the OR and surgery areas. The new controls shall allow only one chiller to operate at a time. The chiller must maintain minimum recommended water volume in circulation to avoid frequent cycling of the compressors, which could potentially require a chilled water tank. The contractor will provide and install all necessary piping for a fully functional system. Propress fittings will not be allowed. The new system shall have quick disconnects for emergency situations. The system must include acoustic options for noise attenuation if there is a need for noise control. The contractor will provide and install a temporary chiller if necessary, to keep correct temperature during demolition and installation of the system. All equipment to complete the scope of work shall be new, not used, remanufactured, or refurbished. All OEM equipment shall be UL certified and have UL labels on the equipment. Chiller shall be rated and certified per AHRI conditions The selected chiller and all components, piping, pumps, controls, etc. shall be designed in compliance with applicable standards and codes described in VA program guides, design materials and construction (PG-18-1 and PG -18-2), Design manuals for HVAC (PG-18-10) specifications available in the Technical Information Library (TIL) on VA Website address: (http://www.cfm.va.gov/til/). The contractor shall be required to develop and submit the following documentation to the COR: Elevation drawings indicating the location of the new equipment. Control schematics for the new equipment. Wiring diagrams and cable/conduit schedules. Network diagrams for metering and/or control devices internal to the new equipment. Factory test reports for the equipment. The contractor shall be responsible for the following services: On-site commissioning, which includes oversight of the demolition of the existing equipment, new equipment installation and functional testing of the equipment. Coordination of any subcontractors required for the demolition and installation of the new equipment, including any rework of the existing wiring and conduit to terminate the existing wiring to create a fully functional system. The work shall also include necessary rework of any existing piping and insulation. The Contractor shall develop and provide a detailed schedule in Microsoft Project® or other approved scheduling software for completion of all Design Stage activities, tasks, and submissions required herein, leading up to and including the final design development submission(s). After the Contractor receives notice to proceed with the Construction Stage work, the Contractor shall provide and maintain a detailed schedule in Microsoft Project® for completion of all Construction Documents Phase activities, tasks, and submissions required herein. The Contractor schedules shall itemize all required submission dates and review durations and must conform to the milestones and durations provided in the COR overall schedule and the Submission, Review. After construction begins, the Contractor shall conduct a weekly progress meeting(s) and weekly subcontractor meeting(s). A COR representative and/or approved delegate will attend. The Contractor shall also attend construction oversight meetings with representatives from the COR and the project team monthly. Below is information on the existing equipment. This information is for reference only, the contractor is required to verify all information. Existing Chiller is a York International CORP. YCAV0157SA46VAASXTXXXXXLXXXX42XXXXXXHXXXSAXXXXXXBXXLXXBXAXXX Schedule and Performance The contractor shall provide the schedule required in section 2.15 item c above, including delivery date for all equipment within 60 calendar days of the notice to proceed (NTP). The contractor shall update the COR of any changes to the delivery date bimonthly or immediately upon notification from the plant that there is a delay so to schedule the outage and resources more accurately for the demolition and installation of the equipment. Any work that requires an electrical or HVAC shall be coordinated with the COR with a minimum of five (5) days notice if it affects a patient care area and a minimum of a three (3) days notice if it affects an administrative area. All work requiring an energized work permit requires a minimum of three (3) days notice and must be approved by the Chief Engineer. The work hours for this scope shall be planned for normal business hours except for outages and tie-ins which may require after hours and/or weekends unless otherwise directed by the COR. The contractor is responsible for all financial costs associated with any sub-contractors required for the execution of the scope of work. If the contractor determines a change in schedule is required, which will affect a planned outage or require an additional outage, the COR shall be notified immediately and a change in schedule shall be proposed and approved by the COR. Final Project Closeout shall be completed within 300 calendar days after notice to proceed (NTP). The Contractor schedule shall allow for VA review periods ending with Contractor s receipt of VA comments for each submission no later than 15 working days after VA receives the submission. Deliverables The contractor shall submit preliminary drawings and bill of materials within 60 calendar days of the NTP to the COR. This deliverable will include at a minimum: Chiller specs and shop drawings Equipment layout with dimensions. Prior to completion of the contract, the contractor shall submit final copies of all drawings, schematics, diagrams, bill of materials, and coordination study results to the COR. The preliminary deliverables shall be submitted in electronic format only (no USB drives). The final deliverables, other than the arc flash labels, shall be submitted in electronic format (no USB drives). Accuracy of Planning Information The contractor shall visit the project site to investigate the information shown on any Government-Furnished drawings, record (as-built) drawings, and other planning documents provided by VA. This information is the best available, but the Government does not guarantee its accuracy or completeness. The contractor shall promptly report to the Contracting Officer in writing any discrepancies between this contract and the planning information provided by the Government. The contractor shall make no adjustments to his work due to the discrepancy before the Contracting Officer has reviewed the matter and forwarded his determination to the contractor. The contractor s failure to report any such discovered discrepancy or to wait for the Contracting Officer's determination shall be at his risk and expense. Ownership of Original Documents All designs, drawings, specifications, notes, and other work developed in the performance of this contract shall be the sole property of the Government and may be used on any other work without additional compensation to the Contractor. The Contractor agrees not to assert any rights and not to establish any claim under the design patent or copyright laws. The Contractor, for a period of no less than 3 years after completion of the project, agrees to furnish and provide access to all retained materials (including electronic) upon request of the VA. Unless otherwise provided in this contract, the Contractor shall have the right to retain copies of all such materials beyond such period. Security Requirements Contractors, contractor personnel, subcontractors and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. All contractor personnel shall be required to complete the VA Privacy Training for Personnel without Access to VA Computer Systems or VA Sensitive Information and submit to the COR prior to beginning work on site. All contractor personnel shall be required to review the Contractor Rules of Behavior agreement and Acknowledge and Accept the agreement and submit to the COR prior to beginning work on site. Due to the scope of this work, the C&A requirements do not apply, and a Security Accreditation Package is not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb1aa152e76e406588c73aea7485ee67/view)
- Place of Performance
- Address: Mountain Home, TN 37684, USA
- Zip Code: 37684
- Country: USA
- Zip Code: 37684
- Record
- SN06252441-F 20220302/220228230059 (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 |