Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2011 FBO #3466
SOLICITATION NOTICE

Y -- PROJECT # 630-09-102 CHILLER REPLACEMENT

Notice Date
5/20/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;ROOM 9B-62;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24311IB0284
 
Response Due
8/5/2011
 
Archive Date
10/4/2011
 
Point of Contact
Vladimir S. Stoyanov
 
E-Mail Address
rk
 
Small Business Set-Aside
HUBZone
 
Description
Description: This notice is for project: 630-09-102, CHILLER REPLACEMENT - Construction, at the VA New York Harbor Healthcare System, New York Campus, 423 East 23rd Street, New York NY 10010 This project shall be a 100% Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB) CVE certified. As a result, all CVE certified SDVOSB's may submit a bid, which shall be considered by the agency. The project falls under NAICS Code 236220, and has a Small Business Standard of $33.5 Million. The estimated price range for this project is $1,000,000 to $2,000,000 respectively. The work for this requirement consists of, but is not limited to: provision of all labor and material to completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials. All work to be performed and completed as required by drawings and specifications and as per VA regulation/guidance listed on TIL website: (http://www.cfm.va.gov/til/spec.asp ) Other details/information is in the solicitation which shall be posted on www.fedbizopps.gov. The anticipated release date of the IFB is 06/12/2011 and the anticipated closing date is 08/10/2011. The bid submittal address and time is included in the solicitation. This project will require payment, performance and bid bonds, bid submissions shall be in hardcopies and not e-mailed or faxed. All bidders shall be registered and verified in the www.ccr.gov and www.vetbiz.gov and www.orca.bpn.gov. Completiontime is (from notice to proceed) 365 calendar days for base bid. All inquiries shall be e-mailed to the Contracting Officer of record: Vladimir.Stoyanov@va.gov 1.1GENERAL INTENTION A. Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for replacement of one chiller and related mechanical, electrical and architectural work as required by drawings and specifications. B. Visits to the site by Bidders may be made only by appointment with the Medical Center Engineering Officer. C. Offices of URS GROUP INC., as Architect-Engineers, will render certain technical services during construction. Such services shall be considered as advisory to the Government and shall not be construed as expressing or implying a contractual act of the Government without affirmations by Contracting Officer or his duly authorized representative. D. Before placement and installation of work subject to tests by testing laboratory retained by Department of Veterans Affairs, the Contractor shall notify the Resident Engineer in sufficient time to enable testing laboratory personnel to be present at the site in time for proper taking and testing of specimens and field inspection. Such prior notice shall be not less than three work days unless otherwise designated by the Resident Engineer. E. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. F. Prior to commencing work, general contractor shall provide proof that a OSHA certified "competent person" (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. G. Training: 1. All employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA CP with input from the ICRA team. 2. Submit training records of all such employees for approval before the start of work. 1.2 STATEMENT OF BID ITEM(S) A. ITEM I, CHILLER REPLACEMENT: Work includes all work to be performed to replace one chiller including demolition of existing exterior building wall and retaining and storing existing window, demolition of existing chiller and its' motor control center, retaining existing chiller' refrigerant for the VAMC, adding a concrete pad for the chiller' variable frequency drive (VFD), replacing the removed masonry wall after the new chiller is rigged and installed in place on the existing equipment pad, re-installing the existing window (or replacing it if it has become damaged), providing a new 1,200 ton water cooled refrigerant chiller with related VFD, hydronic piping, valves, coordinating with the VAMC' controls contractor (Rasco Inc.) and providing commissioning for the new chiller and providing a one year maintenance and service contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311IB0284/listing.html)
 
Place of Performance
Address: U.S. Department of Veterans Affairs;New York Harbor Health Care Systems;423 East 23rd Street;New York, New York 10010
Zip Code: 10010
 
Record
SN02453733-W 20110522/110520235322-d98873f0e459f0846eb596c5ae4fbd99 (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.