Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
DOCUMENT

J -- Chiller Maintenance - Attachment

Notice Date
3/12/2014
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA24414Q0576
 
Response Due
3/18/2014
 
Archive Date
4/17/2014
 
Point of Contact
Ryan Mullins, Contract Specialist
 
E-Mail Address
Chiller Maintenance Response
(ryan.mullins2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA244-14-Q-0576 Notice Type: Sources Sought Synopsis: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of providing the following product. This is not a request for a Quote or Proposal. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close March 18, 2014 at 3:00 PM EST. The Louis A Johnson VAMC in Clarksburg, WV has an anticipated requirement for the repair of York Chiller Condenser Tube Sheet and the cleaning of three cooling towers. Please provide information in regards to purchasing Chiller Maintenance Services. 1.General intention: It is the General intention of the Louis A. Johnson VAMC Clarksburg WV to obtain contractor services to repair condenser tube sheet of one York Centrifugal Chiller and to clean three Cooling Towers. oYork Centrifugal Chiller Model #: YT-D3-E3-C3-CKF Compressor Model #: YDTJ-CB Compressor Serial #: HACM0000-21 The chiller is located in the chiller plant of building seven, Louis A. Johnson VAMC Clarksburg WV oCleaning of three Cooling Towers, total tower tonnage 1,250 The Cooling Towers are located on roof of the chiller plant of building seven, Louis A. Johnson VAMC Clarksburg WV 2.Qualifications of Contractors: A.Contractors shall have ready access to the latest versions of the following references: 1.National Fire Protection Association (NFPA): 70-2008National Electrical Code 2.National Electrical Manufacturing Association (NEMA): 250-2008 Enclosures for Electrical Equipment (1000 Volts Maximum) 3.ANSI/ASHRASE-15-2007Safety Standard for Mechanical Refrigeration Systems 4.Underwriters Laboratories, Inc. (UL): 1995-2005 Heating and Cooling Equipment B.Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910. ? 3.Summary of work & material requirements: Repair of York Chiller Condenser Tube Sheet A.Contractor will provide all equipment, labor and material to prepare surfaces for repair by sand blasting the end sheet and inside of end cover, Use Belzona 1311 Ceramic R Metal, Fill in eroded spaces. Once ceramic R Metal has cured apply two coats of Belzona 1321 Ceramic S metal. Test and validate for 5 years re-install end cover. Install in accordance with manufacturer specifications. B.Only materials specified within this notice or equivalent are acceptable. If equivalent materials are used, they are subject to approval by VA before use. C.Contractor will ensure after installation that chiller and related support equipment is operating according to design. Oil and refrigerant levels are at optimum capacity. D.Contractor will clean up any unused or waste material at the completion of service. Cleaning of Three Cooling Towers A.Contractor will provide all equipment, labor and material to complete tower cleaning requiring the drainage of each cell being cleaned. Before mechanical cleaning of towers, cooling tower dispersant, and on-line descaler such as CBD-92 shall be used (or technical equivalent subject to VA review and approval) to slowly break up and dissolve scale with a contact time of 48-72 hours. Once chemical cleaning is complete, the hot deck plates/drift eliminator panels will be removed and deck pans/spray nozzles pressure washed ensuring all water distribution holes are clean and clear of debris. The exterior fill, interior fill and tower walls/supports structure will be pressure washed. All dirt and debris will then be removed from the tower basins and basins rinsed thoroughly. B.After the tower(s) have been filled and placed back into operation, the system will be shocked with a microbiocide. Contractor shall use Formula 3338 which is a halogenated complex, sodium hydroxide, (or technical equivalent subject to VA review and approval) A certificate of cleaning and chlorination and a before and after photo report will be e-mailed. Contractors service personal are not permitted to operate system valves. C.Only materials specified within this notice or equivalent are acceptable. If equivalent materials are used, they are subject to approval by VA before use. D.Contractor will ensure after cooling tower(s) is cleaned that cooling tower and related support equipment is operating in accordance to designed specifications. E.Contractor will clean up any unused or waste material at the completion of service. 4.Scheduling equipment downtime: The Louis A. Johnson VAMC chilled water system is considered a mission essential system. Disruption of the chilled water system will be minimized by restricting equipment outages to one or two chiller systems based on environmental conditions. Equipment outage schedules will be at the sole discretion of the Louis A. Johnson VAMC contracting officer or technical representative. ****If the contractor is only capable of providing one of the services stated in this sources sought notice; please identify this in your submission **** The anticipated NAICS is 561210 with a Small Business Size Standard of $35.5 Million. At a minimum, the package shall address the following: 1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and email address. 2. Company profile to include office location(s), DUNS number/CAGE Code, NAICS, and a statement regarding current small business status to include small business type(s)/certification(s) such as: 8a, HubZone, SDVOSB, etc. 3. Description of how desired outcome may be achieved. This would include prices, products and servicing. 4. State the delivery time (days) necessary for your firm to deliver the services. All submissions shall be submitted to Ryan Mullins, ryan.mullins2@va.gov. Electronic submissions only Place of Performance: Louis A Johnson VAMC Community Building, 1 Med. Center Dr. Clarksburg WV 23601 Contracting Office Address: Louis A Johnson VAMC, 1 Med. Center Dr. Clarksburg WV 23601 Point of Contact(s): Ryan Mullins, Contracting Specialist ryan.mullins2@va.gov (304) 623-3461 ext. 4177
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA24414Q0576/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-Q-0576 VA244-14-Q-0576_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1249635&FileName=VA244-14-Q-0576-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1249635&FileName=VA244-14-Q-0576-000.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: Department of Veterans Affairs;Louis A Johnson VAMC;1 Med Center Dr.;Clarksburg, WV
Zip Code: 26301
 
Record
SN03309172-W 20140314/140312235344-dd95b5d834e737b36e8f0ed2727e3cbd (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.