SOLICITATION NOTICE
Z -- 693-19-122 | Replace Utility Air Compressors
- Notice Date
- 11/18/2022 7:17:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423B0002
- Response Due
- 11/30/2022 1:00:00 PM
- Archive Date
- 02/28/2023
- Point of Contact
- Scot B Plank, scot.plank@va.gov, Phone: 570-824-3521
- E-Mail Address
-
Scot.Plank@va.gov
(Scot.Plank@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- REVISED STATEMENT OF WORK REPLACE UTILITY AIR COMPRESSORS PROJECT# 693-19-122 General: The scope of work shall generally consist of, but not necessarily be limited to, providing all labor, materials, tools, equipment, permits, testing, and reports required to replace utility air compressors and associated storage tanks in pump room Building 11 of the Wilkes-Barre VA Medical Facility. Any work determined by the Contracting Officer s Representative (COR) as having a significant impact on the daily operations of the facility shall be conducted on an after-hours schedule. All work shall be performed in accordance with all federal, state, and local code/regulations/standards. Contractor shall be responsible for removal and disposal of all old equipment, including electrical wiring back to panel. Contractor shall provide and install two (2) 30 HP utility air compressors for pneumatic control air, three (3) 250-gallon steel storage tanks and one (1) 400- gallon steel storage tank it shall including all new piping, isolation valves, and pressure regulating valves. Contractor shall provide new electrical connection from existing panel. Prior to beginning work, contractor shall meet with COR and VA maintenance staff to plan out schedule of work to coordinate shutdowns. Plan replacement of compressors and receivers to minimally disrupt The above scope of work is intended to describe the project in general. The contractor shall abide by all Infection Control Risk Assessment (ICRA) guidelines when performing this project. The contractor shall follow all federal, state, and local codes, regulations, and standards. Normal working hours shall be 7:00AM to 4:30PM Monday to Friday excluding national holidays. Work outside normal working hours shall be coordinated through the designated COR. Oil-less Scroll package System: Oil-less, air cooled, tankless Scroll Compressor System Triplex 30 HP TEFC motor (3x10 HP motors per each package unit) Self-lubricating tip seals Main bearings shall be housed in cast iron System shall be packaged in a rigid steel frame with powder coated panels and lined with sound-deadening insulation Shall not exceed 66 dBa with all compressor units in operation Controller for energy efficiency, which starts one 10 hp motor at a time-based on-air demand Each package system shall have lead/ lag capability Front mounted control panel shall include: On/Off switch Power on light High temperature shutdown with indication on the display Run time hour meter for each pump Maintenance counter with alarm warning display System pressure display Full voltage starter with overload protection Air-cooled aftercooler for each compressor unit mounted in cabinet package Line voltage: 208 Volt, 3PH, 60 HZ RPM: 1750 93.6 SCFM @ 100 PSIG Operating Pressure 90-116 PSIG Dry contacts furnished for remote monitoring of compressor fault conditions System shall be fully NFPA 99 compliant Supply Factory start up and commissioning, all reports will be turned over to COR Provide training for each of the following 3 shifts. 1st shift- 7 am-3 pm 2nd shift 3 pm-11 pm 3rd shift 11 pm-7 am Receiver tanks: (3) 250-gallon Vertical receiver tanks (1) 400-gallon Vertical receiver tank Steel tank constructed according to ASME BPVC section VIII Rated for minimum 150 psig design pressure and bearing appropriate code symbols Interior finish shall be corrosion-resistant coating Include sight glass, drain, safety relief valve, pressure gauge with range 2 times operating pressure, and pressure reducing valves matching existing pressures on supply Shall have timed automatic solenoid drain valve, connected electrically, and piped to nearest drain. Concrete Equipment Pad: Compressive strength at 28 days: minimum 3,000 psi Provide #3 bars 12 O.C each way in base and dowel base to floor Length and Width dimensions shall be 6 greater than the equipment base plate Height of equipment base shall be Minimum of 5 off finished floor Chamfer all edges 1 Anchor equipment to base per manufactures instructions Anchor insertion shall be 5X diameter of specified anchor End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12effb78fb1a4a6294692f15c2ba31e5/view)
- Place of Performance
- Address: Department of Veterans Affairs Network Contracting Office 4
- Record
- SN06522080-F 20221120/221119211738 (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 |