Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
DOCUMENT

Y -- Install Summer Boilers & Instantaneous Water Heater NRM Project 534-10-105 - Attachment

Notice Date
12/8/2011
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24712B0019
 
Response Due
2/9/2012
 
Archive Date
4/9/2012
 
Point of Contact
CASSAUNDRA MULLIGAN
 
E-Mail Address
CASSAUNDRA.MULLIGAN@VA.GOV
(cassaundra.mulligan@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This project shall include construction services for construction of three new summer boilers and hot water heater to be installed in the boiler room of the Ralph H. Johnson VA Medical Center in Charleston, SC. The required services shall include all construction services, demolition and installation service selected construction period services, post construction services and other typical tasks related to those services including as-builts and record drawings in accordance with the VA criteria. Bidding construction work shall be based on Department of Veterans Affairs guidelines and criteria. The proposed construction shall consist of the demolition of old boiler room while keeping at least two boilers under use at all times. The in tandem of a new summer boiler and new instantaneous hot water heater system, including all piping and all appurtenances. The units shall be located in such a position to keep all boilers in service until the new units are IN operation. This work includes all layout work, concrete work, piping, electrical work including complete electrical design, and any other items incidental to the boiler installation. Once the boiler installation is completeD and the equipment is operational, the contract calls for the demolition of the first boiler nearest to the chiller room. Ultimately, all existing boilers will be removed. These construction services shall be complete including electrical for new boiler and hot water heater(s). The boilers shall be approximately 8,000 lbm/hr as depicted on the plans and specified in the specifications for the three boilers. The engineer shall also check boiler operating pressures in order to achieve the optimum boiler operations and steam demand. Removal of the old hot water heaters, and working around them while the new construction is required which also must make provision for temporary hot water during the construction phase. Equipment shall provide for all hot water demand, for the building and provide sufficient capacity to satisfy the demand and provide duplicate units. Hot water recirculation must also be provided. Once the construction is completed the contractor shall provide as-builts and or record drawings depicting the total installation, including piping, electrical power feed diagrams and full schematic of hot water and steam piping. As a part of the statement of work the contractor shall provide for all asbestos containing materials to be removed from the boiler room in conformance with all asbestos regulations for pipe insulation and breeching removal prior to removing or demolition of the old boilers and removal from the project site. It shall also include the monitoring consultant and final report on air quality and disposal of all asbestos containing materials. Cradle to grave. The contractor shall provide for continued boiler operation to provide steam to the hospital during the entire construction process. This will be accomplished by maintaining at least two boilers in service at all times. In addition the contractor shall construct new walls and entirely paint all walls, ceiling, floors and all piping within the space. This project call for the relocation and or replacement of the fire pumps on the new mezzanine to be constructed under this project. This will result in a firm fixed-price construction contract. The duration of the contract will be for a period of approximately one year. The contract magnitude is between $2,000,000 and $5,000,000. Consideration is limited to Service-Disabled Veteran-Owned Businesses, and the solicitation will be issued as a Sealed Bid. The NAICS Code for this requirement is 238220 and the size standard is $14.0 Million. This notice is issued subject to the availability of funds and is not a request for proposal. The solicitation will be issued on the federal business opportunities website in or around January 2012. A site visit will be scheduled at the time the solicitation is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24712B0019/listing.html)
 
Document(s)
Attachment
 
File Name: VA-247-12-B-0019 VA-247-12-B-0019_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279824&FileName=VA-247-12-B-0019-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279824&FileName=VA-247-12-B-0019-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 109 BEE STREET;CHARLESTON, SC
Zip Code: 29403
 
Record
SN02636155-W 20111210/111208234555-4e12804e629fc4582a0d16f865122e29 (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.