Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
DOCUMENT

Y -- 552-15-103: Upgrade Water Distribution System - Attachment

Notice Date
1/29/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Service Area Office (SAO) Central;Network Contracting Office (NCO) 10;3140 Governor ™s Place Blvd. - Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25016B0086
 
Response Due
4/6/2016
 
Archive Date
7/14/2016
 
Point of Contact
Bob Ivey
 
E-Mail Address
one:
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The contractor shall provide all materials, labor, tools, equipment, insurance, supervision and any other items required to "Upgrade Water Distribution System" at the VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH 45428-9000. Construction Project 552-15-103 will upgrade water distribution and dispensation systems to reduce the potential for formation/growth of Healthcare associated Legionnaire's Disease (HCA-LD) and correct deficiencies in anti-scald system. This project will significantly improve Veteran safety and greatly minimize the potential for the development of Legionnaire's Disease Bacteria in the Dayton VA Medical Center. This project corrects the following Field Condition Assessments (FCAs): 32139, 32456, 193341, and 32917. The work consists of upgrading the water distribution system in the Medical Center complex (defined as Buildings 310, 315, 322, 330, 340, and 341) and in Buildings 220, 320, and 410. Work in this project includes (but is not limited to): "Correcting deficiencies in the cold-water and hot-water systems in Buildings 220. 320, 330 and 410. Corrections include, but are not limited to, dead-end lines/legs, excessive length on fixture run-outs, ineffective/lack of looping and recirculation systems, unnecessary excessive fixtures (either due to lack of use or proximity to other like fixtures), cross-connections in general but also specific to HACs, ineffective anti-scald systems, need for trap primers, and other applicable observations that could contribute to the formation and growth of HCA LD. "Correcting deficiencies in line sizing with respect to the water usage and proper water turnover and delivery temperatures at the fixtures. "Modifying sink and water closet fixtures in Buildings 220, 320, 330 and 410. Dispensers shall include mixing valve, programmable controls (including water shut-off delay, auto timeout, sensor range, blended auto flush, and temperature control), networkable (hard wireable and Wi-Fi), antimicrobial capability, and laminar flow. "Installing a cold-water recirculation system that addresses vertical looping (multi-floor) and horizontal looping (single floor) in Buildings 320, 330, and 410. "Eliminating dead-end lines/legs, remove unnecessary excess fixtures, reduce and optimize fixture run-outs piping, and eliminate cross-connections for both hot- and cold-water systems. "Correcting deficiencies with the recirculating pump system for horizontal hot-water loops on floors for Buildings 330 and 410. "Installing a water quality and pressure monitoring system for Buildings 220, 320, 330 and 410 that continuously monitors the incoming potable water pressure, temperature, pH, dissolved solids, and biocide residual. "Installing remote monitoring of water quality characteristics supplied at representative outlets (e.g., loop or branch, hydraulic remoteness, flow) between Buildings 310 and 330. "Installing automatic biocide injection treatment systems located at key locations within Buildings 220, 320, 330 and to maintain appropriate biocide levels. "Installing system for automated shutdown/drainage and restart/charging of heating system to facilitate flushing of hot water lines with unheated pre-chlorinated City of Dayton water within Buildings 220, 320, 330 and 410. "Installing systems to monitor temperature of hot water hot water discharge, at the hot water source equipment, hot water return proximal to the hot water source equipment, water at the return of circulation loops, and water supplied to representative outlets within Buildings 220, 320, 330 and 410: "Removing the hot-water tank in Building 220 and convert to in-line heating with pressure/temperature regulators and mixing valve system. "Replacing Building 330 PK Heaters, recirculation/booster pumps and associated valves, and other system components. "Replacing piping systems for current dual instantaneous water heaters for buildings which are in continuous operation and may not be required to operate jointly to meet the demands of the building. "Installing instantaneous water heaters and relief valves to enable 160?F - 170?F water to allow thermal eradication of the system per the legionella directive. "Installing all new devices (i.e. fixtures, monitoring systems, pumps, injection systems, heaters, valves, etc. ¦) that shall be integrated into and compatible with the existing Dayton VAMC Building Automation System. Devices shall be networked with hierarchical capability for alarming and notification. All work shall be conducted in complete accordance with project drawings and specifications. All work to be closely coordinated with the VA Contracting Officer (CO) and Contracting Officer's Technical Representative (COR). Duration of the project WILL NOT exceed 350 calendar days from receipt of the Notice to Proceed (NTP). SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov, www.sam.gov, Dun & Bradstreet, to name a few, to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete and have not expired prior to bid opening date. Project magnitude is between $2,000,000.00, and $5,000,000.00. The NAICS code is 236220 and the business size standard is $36.5 million. BONDS in form of Bid, Payment and Performance will be required. SITE VISIT: a one-time only site visit will be scheduled and that information will be in the solicitation package. The solicitation documents will be posted at www.fbo.gov on or about May 15, 2016, with bid opening approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.fbo.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. An Offeror's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the www.fbo.gov website. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.fbo.gov. Paper copies of the amendment WILL NOT be individually mailed. By registering to "Watch This Opportunity", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification amendment will be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors - Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the Website periodically to look for updates. All requests for information are required to be in writing to the Contracting Officer and shall be received within 15 days prior to the time for receipt pf offers; no telephone inquiries will be accepted. It is the interested Offerors' responsibility to be sure your questions were actually received in the contracting office for a response, prior to the 15 day cut off period. Questions received after the cut off period will not be responded to. Questions may be emailed to Robert.Ivey@Va.Gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25016B0086/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-B-0086 VA250-16-B-0086_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2531579&FileName=VA250-16-B-0086-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2531579&FileName=VA250-16-B-0086-000.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;Veterans Service Integrated Network (VISN) 10;Department of Veterans Affairs;4100 W. Third Street;Dayton, OH
Zip Code: 45428-9000
 
Record
SN04005525-W 20160131/160129234823-2663585d334a7500c724b28f94808970 (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.