Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2006 FBO #1570
SOLICITATION NOTICE

Z -- Z -- Well Water Replacement Project

Notice Date
3/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
 
ZIP Code
55417
 
Solicitation Number
618-172-06
 
Response Due
4/10/2006
 
Archive Date
5/10/2006
 
Point of Contact
Point of Contact - Michael Owen, Contract Specialist, Ph: (612) 467-2190, Fx:(612) 725-2072, Contracting Officer - Michael Owen, Contract Specialist, Ph:(612) 467-2190, Fx:(612) 725-2072
 
E-Mail Address
Michael Owen
(michael.owen@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Bid Item(s): Base Bid: Provide all labor, materials, and equipment to install the evaporative cooler and all ancillary equipment as shown on the drawings and described in the specifications. Deduct Alternate 1: Provide a cost to remove all labor, materials, and equipment associated with the installation of the screen wall around the evaporative cooler as shown on the drawings and described in the specifications. Deduct Alternate 2: Provide a cost to remove one heat exchanger, HE-1, the redundant glycol back-up pump, GP-2 and one closed circuit cooler cell, CCEC-1A, (along with the runout piping, trim, controls and electrical associated solely with them). Leave in place the pipe tees serving this now future equipment and add isolation valves to the outlet of these tees dedicated to serving this future equipment so when the equipment is added, no system shut-down is required. Reduce Division 16 electrical scope by eliminating GP-2 starter and CCEC-1A Variable Speed Drive along with associated breakers, disconnects and wiring. Reduce temperature control requirements by the number of points, wiring and software associated with the cooler, CCEC-1A, and pump, GP-2. CCEC-1B capacity shall be as scheduled assuming CCEC-1A is next to it as indicated on the drawings. CCEC-1B shall be designed to allow for future installation of CCEC-1A without reduction in capacity. CCEC-1B shall have the same dimensions as indicated on the drawings. Add Alternate 1: The Contractor shall provide a cost to provide a five year warranty in lieu of the standard one warranty for all new pieces of equipment. Warranty shall include labor, materials and an eight hour response time from date and time of the notification of equipment malfunction or failure. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/618-172-06/listing.html)
 
Place of Performance
Address: One Veterans Drive
Zip Code: 55417
Country: United States
 
Record
SN01005147-F 20060315/060313211832 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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