DOCUMENT
Y -- REPLACE CHILLERS 1 AND 5 526-10-100 CONSTRUCTION + REPLACE COOLING TOWERS 526-10-101 COMBINED SOLICITATION - Attachment
- Notice Date
- 5/13/2011
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24311IB0211
- Response Due
- 6/16/2011
- Archive Date
- 8/15/2011
- Point of Contact
- Patricia Cordero
- Small Business Set-Aside
- N/A
- Description
- PRESOLICITATION NOTICE: This notice is for projects No. 526-10-100 Replace Chillers 1 and 5 and 526-10-101 Replace Cooling Towers at the James J. Peters Bronx VAMC, 130 W. Kingsbridge Road, Bronx, New York 10468. This shall be a Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB). As a result all SDVOSB's may submit a bid, which shall be considered by the agency. This project is classified under NAICS Code 238220, and has a size standard of $14.0 Million. The cost estimate range for this project is between $5,000,000 and $10,000.000. The work for this requirement consists of, but is not limited to: Contractor shall completely prepare site for building operations, including demolition and removal of existing equipment, and furnish labor and materials and perform work Replace Chillers 1 and 5 and Replace Cooling Towers in Building 101 (Boiler Plant) of the James J. Peters Bronx VA Medical Center, as required the following Scope of Work, and by drawings and specifications. STATEMENT OF WORK REPLACEMENT OF COOLING TOWERS & CHILLERS #1 & #5 The contractor shall furnish all materials, equipment, supervision, and personnel necessary to accomplish the complete replacement of all cooling towers and associated equipment, controls, and piping as well as the complete replacement of chillers #1 and #5 and all associated equipment, controls, and piping as indicated on the drawings and in the specifications. 1) REPLACE COOLING TOWERS a.The project will involve all trades required for the complete replacement of the existing cooling towers for the campus. b.The scope of the project will include, but not limited to, the removal of existing cooling towers and associated equipment in accordance with OSHA Lead in Construction standards. c.Modification of existing structural steel roof dunnage and the installation of new steel framing to supplement the existing support for the towers, additional reinforcement of existing steel framing to support new cooling towers below towers. d.Installation of new cooling towers and associated equipment and piping (as indicated on dwgs.). e.Furnish & install new elevated metal grated platforms (at two levels) to provide access to cooling towers. f.Remove existing roofing as required and install new roofing system and flashing per architectural specifications. g.Remove/install new caged access ladder up to adjacent roof. h.Contractor to include the installation of fireproofing below roof slab wherever fireproofing has been disturbed or found to be deficient. i.The MEP work will involve demolition of cooling towers with associated piping on roof and inside the Chiller Plant building on the first and cellar levels as shown on the drawings and the installation of the reconfigured, new condenser water piping with associated valving and seismic supports. j.The new towers will receive new water treatment and side stream filtration, new automatic controls which will be incorporated in the existing hospital Building Automation System (BAS). k.The work shall include replacement of the existing condenser water pumps and associated valving and electric service. l.The replacement towers shall be stand alone, single cell individual units equipped with VFDs Piping on the roof shall be heat traced and the towers winterized using steam. m.Electrical work will include replacement of the obsolete MCC and modifications to the newer MCC on the first floor. n.Electric service to existing towers and condenser water pumps will be replaced. o.New lighting on the roof for the cooling tower well will be installed. p.The structural seismic treatment for the new tower dunnage will require installation of the reinforcement for the existing steel supporting roof. 2) REPLACE CHILLERS 1& 5 a. The scope of the project will include, but will not be limited to, the removal of existing chillers and associated equipment in accordance with OSHA Lead in Construction standards, modification and partial disassembly of existing piping to remove the old and rig the new chillers in place. b.Contractor to include the installation of fireproofing below roof slab wherever fireproofing has been disturbed or found to be deficient. c.The MEP work will involve demolition of chillers #1 & #5 and a selective demolition of associated chilled water and condenser water piping inside the Chiller Plant building on the first and cellar levels as shown on the drawings and the installation of the reconfigured to match the new chiller connections, condenser water piping and chilled water piping with associated valving and seismic supports. d.The new towers will receive new water treatment and side stream filtration; new automatic controls which will be incorporated in the existing hospital Building Automation System (BAS) Work shall include replacement of the existing dedicated for each of the replaced chillers, the chilled water pumps in the cellar and associated valving and electric service. e.The replacement chillers shall be high efficiency (dual effect) gas fired in case of #5 chiller and a HP steam fired stand alone, packaged chillers. f.Electrical work will include replacement of the obsolete MCC and modifications to the newer MCC on the first floor. g.Electric service to existing chillers and chilled water pumps will be replaced. h.The new gas service and new steam service for each of the respective chillers will be provided. i.The Structural Seismic treatment for the new chillers and piping will require installation of the seismic bracing from the existing steel supporting roof. GENERAL a.The demo and installation work will be performed in winter months according to phasing of the project as depicted on the drawings. b.The performance period is indicated as 365-calendar days, which reflects a period from NTP through close-out. However, it is noted that "physical" work must start on or about November 1st (end of the cooling season) and be completed and commissioned no later than May 15th (start of the cooling season). This is critical in order to have the chiller plant at full capacity for the summer cooling season. c.The phasing and temporary winter cooling solution (Cooling Tower #3 + Chiller #5) outlined on the Cooling Tower Replacement documents must be followed and implemented prior to the removal of any equipment, controls, piping, or other work or before taking any of the condenser water of chilled water systems or equipment off line. One the temporary winter cooling solution is in place, systematic equipment shut-downs, demolition and removals, among other work may commence. The contractor will provide a detailed phasing plan for VA approval prior to commencing work. d.Design, submittals and plans to be developed by this contractor shall be furnished to the VA in triplicate. e.Provide cranes, operators, and permits for rigging of trailers as required. f.All work to be done as per VA General Requirements as per OSHA regulations. g.Contractor to abide by in-house infection control and Police & Security policies. h.Contractor to provide all user manuals and O&M/service manuals for all newly installed equipment. All other details and information shall be contained in the solicitation which shall be posted on www.fedbizopps.gov. The solicitation will be released on or around June 30, 2011. The bid submittal address, date and time will be included in the solicitation. This project requires bonding and all bid submissions shall be in hardcopies; faxed or e-mailed bids will not be accepted. All bidders shall be registered in www.ccr.gov, www.vetbiz.gov, and www.orca.bpn.gov. End of Description
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311IB0211/listing.html)
- Document(s)
- Attachment
- File Name: VA-243-11-IB-0211 VA-243-11-IB-0211_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200356&FileName=VA-243-11-IB-0211-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200356&FileName=VA-243-11-IB-0211-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-243-11-IB-0211 VA-243-11-IB-0211_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200356&FileName=VA-243-11-IB-0211-001.docx)
- Place of Performance
- Address: James J. Peters Bronx VA Medical Center;130 W. Kingsbridge Road;Bronx, New York
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN02447412-W 20110515/110513234400-2de9634a48b5385de2522ec5f8058241 (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 |