Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
DOCUMENT

Y -- 629-14-2-6947-0001 - *Project 629-14-107 - Replace booster system - VA256-14-AP-2439 - Attachment

Notice Date
1/30/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25614R0391
 
Response Due
2/21/2014
 
Archive Date
3/23/2014
 
Point of Contact
Krystal S Glasper
 
E-Mail Address
66-8470<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. ***** THIS IS A PRE-SOLICITATION NOTICE ONLY ****** *** THIS REQUIREMENT WILL BE SET-ASIDE 100% FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES****** The Department of Veterans Affairs, Network Contracting Office 16, Southeast Louisiana Veteran's Health Care System (SLVHCS) intends to solicit and negotiate a firm-fixed price contract to provide all necessary parts, labor and materials for the purchase and installation of a Variable Speed Packaged Pumping System. A Request for Proposals for this project is estimated to be released on or about February 7, 2014. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition. STATEMENT OF WORK NRM Project 629-14-107, Replace Domestic Water Booster Pump A.GENERAL INFORMATION 1. Title of Contract: Water Booster Pump Installation 2. Scope of Work: Vendor is to provide all labor and materials necessary to install a variable speed packaged pump system in the basement of Building F. 3. Background: Based on a recent water study conducted for Quad F, it was determined that a domestic water booster pump was necessary to increase domestic water pressure to the building. 4. Performance Period: Installation is to be completed within 120 days of notice to proceed. 5. Type of Contract: Firm Fixed Price Contract 6. Place of Performance: F Quad, 1601 Perdido St., New Orleans, LA 70112 7. Performance Based Contract: N/A B. CONTRACT AWARD MEETING Notice to proceed shall be issued at the contract award meeting. C. GENERAL REQUIREMENTS 1.Contractor shall provide all parts, labor and material for the purchase and installation of the following Variable Speed Packaged Pumping System: a.System shall have a duplex configuration of 2 each 100% pumps to operate at a Condition Point of 80GPM @ 116" TDH (each). b.Pump package shall be equipped with a 79 gallon hydro-pneumatic bladder tank. c.Pump package shall be operable from a 480 volt 3 phase 60 hertz supply. d.Pump controller shall be equipped with a LON communication interface for connection to the existing New Orleans VA Honeywell EBI Building Automation System (BAS). 2.Pump system shall be a standard product of a single pump manufacturer. The entire pump system, including pumps and pump logic controller, shall be designed and built by the same manufacturer. 3.The complete packaged water booster pump system shall be certified and listed by UL (Category QCZJ - Packaged Pumping Systems) for conformance to U.S. and Canadian Standards. 4.Contractor shall be responsible for completing any necessary prep work to the installation area, which shall include but is not limited to the demolition of existing pumps and associated piping and fittings, in order to receive the pump system specified. 5.All newly installed systems, controls, and equipment must be tested by the contractor and accompanied with a written report noting compliance with all applicable codes and overall desired performance. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES 1.Submission of shop drawings, controls drawings and manufacturer's cut sheets for VA approval prior to installation. 2.Submission of formal site specific safety plan to VA safety office for approval prior to beginning work. 3.All work must be coordinated with VA personnel prior to beginning work. 4.Full system testing prior to turn over to VA followed by a written report. 5.Maintenance manuals. 6.Warranty certificates. 7.VA employee training on system operation. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES N/A F. SCHEDULE FOR DELIVERABLES N/A G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the VA Contracting Officer (CO). A copy of each change will be kept in a contract folder along with all other products of the contract. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS Full testing report of system after operational. I. TRAVEL The contractor is responsible for providing transportation/travel for all materials, supplies, personnel and all items needed to complete this work. J. GOVERNMENT RESPONSIBILITIES N/A K. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL All qualified, experienced, and licensed personnel for the service will be provided for by the contractor. L. SECURITY If a site visit is warranted in order to render services, the contractor will be required to check in first with VA Police prior to entering the premises. All site visits must be scheduled with VA prior to visit. Information System Security N/A Security Training N/A Contractor Personnel Security N/A 1. Background Investigation N/A 2. Contractor Responsibilities a. The contractor shall ensure that all personnel are licensed in accordance with state and federal regulation regarding this service. b.Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident. 3. Government Responsibilities a. N/A M. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this contract are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. 2.The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. 3. Press releases, marketing material or any other printed or electronic documentation related to this contract, shall not be publicized without the written approval of the CO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25614R0391/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-R-0391 VA256-14-R-0391.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1185104&FileName=VA256-14-R-0391-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1185104&FileName=VA256-14-R-0391-000.docx

 
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: 1601 Perdido Street;New Orleans, LA
Zip Code: 70114
 
Record
SN03277559-W 20140201/140130234554-47106a5a96c1e1a95043f0b4c36eecc5 (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.