Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SPECIAL NOTICE

Y -- COOLING TOWER REPAIRS

Notice Date
12/17/2024 8:23:32 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225R0026
 
Response Due
1/2/2025 7:00:00 AM
 
Archive Date
01/16/2025
 
Point of Contact
Akkil Kurian, Contract Specialist, Phone: 718-584-9000
 
E-Mail Address
Akkil.Kurian@va.gov
(Akkil.Kurian@va.gov)
 
Awardee
null
 
Description
NOTICE OF PROPOSED CONTRACT ACTION The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 2), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx NY 10468 intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) - FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements, to I-2-I Solutions, Inc., 6802 Paragon Place, Richmond, VA 23230 to perform Cooling Tower Repairs. The place of performance is the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx NY 10468. This action will result in a Firm-Fixed Price contract with a period of performance of sixty (60) calendar days. This notice of intent is not a request for a quotation; interested parties may express their interest by providing a capabilities statement no later than January 2nd, 2025, at 10:00 AM EST. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. If after January 2nd, 2025, at 10:00 AM EST, no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with I-2-I Solutions, Inc. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist, Akkil Kurian who can be reached at Akkil.Kurian@va.gov. The Government anticipates the award of a firm-fixed- price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. SCOPE OF WORK Title: Cooling Tower repairs at the James J. Peters VAMC, Bronx, New York. Objective: James J Peters VA Medical Center in the Bronx, NY is seeking a contractor to furnish supervision, labor, equipment, and material necessary to repair the cooling tower deficiencies discovered during the preventative maintenance cooling tower project. All work shall be completed in accordance with the following regulations: ASME PTC 23 2003(R2014), ASHRAE 90.1 and/or 90.1 1019 6.5.4.2. follow CTI standards ATC 105 2019, ATC 105S 2011, 201. OSHA standards 29 CFR.1926, ventilation. OSHA 1910.94 exhaust systems. Veterans Health Administration ES-2019-01 2021 and Directive 1061-2021. NY regulations 77/2015, guidelines 28-317.4 cooling tower maintenance. Pre-Inspection: VA personnel and the contractor shall inspect the cooling towers before any work is performed and agree on the condition, scope of work and any unidentified damage, failures, or issues prior to beginning work. Contractor shall submit a written workplan to the COR for approval prior to starting. Contractor shall submit a project specific safety plan. Scope: Contractor shall provide all equipment, material, and labor required to perform the following service and repairs. Contractor shall Replace coupling Assembly between gear box and motor Towers 1&2. Contractor shall remove and replace failed oil lines and install new Towers 1&2. Contractor shall replace failed flex element assembly Towers 1&2. Contractor shall Replace coupling Assembly between gear box and motor Towers 3&4 Contractor shall replace failed flex element assembly Towers 3&4. Contractor shall replace failed oil lines Tower 3&4. Contractor shall troubleshoot and identify known electrical issues with filter # 4 and provide additional quotes for review. Contractor shall Replace coupling Assembly between gear box and motor Towers 5&6. Contractor shall remove and replace failed oil lines and install new Towers 5&6. Contractor shall replace failed flex element assembly Towers 5&6 Contractor shall replace vibration switch and calibrate Tower 6. Contractor shall Replace coupling Assembly between gear box and motor Towers 7&8. Contractor shall remove and replace failed oil lines and install new Towers 7&8. Contractor shall replace failed flex element assembly Towers 7&8. Contractor shall supply and install gearbox hardware kit cooling tower 7. Contractor shall supply and install motor and gearbox coupling cooling tower 8. Contractor shall conduct startup and function test with VA engineering staff to verify proper operation. Repairs not included withing this scope that shall incur an additional cost to the VA shall not be performed unless a contract modification is approved and provided by the Contracting Officer (CO). Post-Inspection: After work is complete the contractor shall perform a startup and function test of cooling tower equipment. Procedures shall follow manufactures recommendations. Prior to acceptance, a final inspection for quality assurance shall take place after completion of the work by VA personnel. Reports and Acceptance: Contractor shall provide reports to COR upon completion of repairs. Acceptance based on COR s approval. Contractor shall provide reports and findings to the COR. Schedule: Work shall be performed during normal business hours, which are 8 am to 4 pm, Monday through Friday. The Facilities Management department from the James J Peters VA Medical Center must approve all work schedules prior. The Contractor should not plan to provide repair service during observed Federal Holidays unless otherwise scheduled with and approved by the COR and the Contracting Officer. If scheduled and approved, it shall be at no additional cost to the VA. Holidays observed by the federal government are annotated below. New Year s Day� Martin Luther King s Birthday� Washington s Birthday� Memorial Day� Juneteenth National Independence Day� Independence Day� Labor Day� Columbus Day� Veterans Day� Thanksgiving Day� Christmas Day� Protection of Work and Property: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect the James J. Peters VA Medical Center property from injury or loss arising out of this contract. The contractor shall make good any such damages, injury, or loss, except such as may be directly caused by agents or employees of the James J. Peters VA Medical Center. The contractor shall erect barricades and railings, give warnings, display lights, screens or signs and exercise precautions as may be reasonably necessary to prevent injury or damage. Safety Requirements: All work must comply with VA and OSHA safety standards. Including all construction and labor trades. Place of Performance: Building 101 Boiler Plant Department of Veterans Affairs James J. Peters Medical Center 130 West Kingsbridge Road Bronx, NY 10468 Period of Performance: All work must be completed within 60 calendar days of notice to proceed (NTP). Any circumstance that requires extending the contract shall be coordinated with the Contracting Officer and the COR. This requirement is a one-time service and does not include option years.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9527d092f8448cb8adcbc7a85409d5a/view)
 
Record
SN07294055-F 20241219/241217230114 (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.