Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

Y -- Upgrade Chiller Plant

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-618-07-RP-0015
 
Response Due
4/30/2007
 
Archive Date
5/30/2007
 
Small Business Set-Aside
N/A
 
Description
RFP VA 618-07-RP-0015 Submittals Due: April 30, 2007 at 4:30 p.m. CT Pre-Solicitation Conference/Site Visit: March 19, 2007 AT 9:00 a.m. in Room 4T-112, Education Service, VA Medical Center, Bldg. 70 (Main Bldg), Minneapolis, MN 55417 CONSTRUCTION PROJECT - UPGRADE CHILLER PLANT The Contractor shall provide all labor, materials, and equipment to install an 1100-ton, water-cooled, centrifugal chiller and cooling tower at Building 69, VA Medical Center, Minneapolis, MN. The new chiller will provide cooling to Building 70 and the Spinal Cord Injury/Disorder Center. The new chiller shall utilize existing chilled water distribution piping to the greatest extent possible, utilize existing cooling tower sump pit, and interface with the existing facility management system (FMS) for monitoring and control. The project includes installation of pumps and piping to move chilled water from Mechanical room "A" to Mechanical room "J" and a booster pump in Mechanical room "J" for additional chilled water supply for the medical center. In addition, the Contractor shall construct a wall in the Energy Center to provide a barrier between the chillers and boilers in accordance with ANSI/ASHRAE Standard 15-1994, latest revision. This RFP also contains four ADD ALTERNATES: Add Alternate No. One - Contractor shall provide a cost to extend the existing one year warranty for the chiller to a five year warranty for the chiller. Five year warranty to include parts and labor for the chillers. Service response time for this warranty shall be 4 hours and repair completion time shall be 48 hours as a part of the warranty agreement. Add Alternate No. Two - Contractor shall provide a cost to install a larger, lower horsepower induced draft cooling tower in lieu of the base bid cooling tower. Add Alternate No. Three - Contractor shall provide a cost to provide software for additional control of the new primary chilled water pump when it is the only primary pump running with Chiller #4 to modulate based on secondary chilled water flow. See Drawing 1127-H7 for detailed software description. Add Alternate No. Four - Contractor shall provide a cost to provide and install a Cutter-Hammer 150 DHP-VR-500 circuit breaker and controls for feeder 8. Provide bussing modifications and cubicle accessory installation for the new breaker. See detail 11/1127-E6 notes 19 and 20. Modifications for feeder cubicle No. 8 shall be the same as feeder No. 7 except that feeder No. 8 has existing controls that will need to be modified or replaced. Completion Time: Contractor shall complete all related project construction and testing with 180 calendar days from the Notice to Proceed. Testing and commissioning shall be completed the following Spring, or as directed by the COTR. Liquidated Damages: $500.00 per calendar day, including holidays and weekends. NAICS 238220 - $13M applies. All responsible and interested offerors should contact the POC below for a copy of the CD containing solicitation documents and the drawings in .pdf format for Request for Proposals (RFP) VA 618-07-RP-0015. Offerors are to complete ALL required sections and provide all required information. Offerors are to submit one (1) hard copy set of documents which include technical and cost proposals and one (1) compact disk (CD) that contains all information provided in the hard copy, not later than Monday, April 30, 2007 at 4:30 p.m. CT. This notice is the only document that will be posted on www.fbo.gov for this project. Solicitation documents and drawings will be available only to offerors that pre-register for the Pre-Solicitation Conference/Site Visit. All solicitation documents and drawings will be sent via U.S. Mail on compact disk (CD). Offerors are cautioned to allow adequate time for the CD to arrive at their offices and for evaluation purposes before the Pre-Solicitation Conference/Site Visit. The Government WILL NOT entertain sending these documents by any other method due to the document/drawing size. CDs will not be available at the Pre-Solicitation Conference/Site Visit. The VA has scheduled a PRE-SOLICITATION CONFERENCE/SITE VISIT for Monday, March 19, 2007 AT 9:00 a.m. in Room 4T-112, Education Service, VA Medical Center, Bldg. 70 (Main Bldg), Minneapolis, MN 55417. At the conference prospective contractors will have the opportunity make inquiries of VA staff. The VA feels that the Site Visit is essential to understanding the project. While the Site Visit is not mandatory, prospective contractors are advised that FAR Clause 52.236-3 Site Investigation and Conditions Affecting the Work apply. POC: Michael Owen, Contracting Officer, Telephone 612-467-2190. Fax: 612-467-2072. E-mail: michael.owen@va.gov Facsimile or other electronic responses will NOT be accepted for the purposes of submittals but will be accepted to make inquiries, to request clarifications or to pre-register for the Pre-Solicitation Conference/Site Visit.
 
Place of Performance
Address: VA MEDICAL CENTER;ONE VETERANS DRIVE;MINNEAPOLIS, MN
Zip Code: 55417
Country: US
 
Record
SN01235760-W 20070223/070221220419 (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.