DOCUMENT
Y -- Replace cooling tower & filter - Attachment
- Notice Date
- 7/11/2016
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- CMJCVAMC;3900 WOODLAND AVE;90 (C) ACQUISITIONS;PHILADELPHIA, PA 19104
- ZIP Code
- 19104
- Solicitation Number
- VA24416B1353
- Response Due
- 9/9/2016
- Archive Date
- 12/17/2016
- Point of Contact
- CMJCVAMC
- E-Mail Address
-
ACQUISITIONS<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Cooling Tower I Filter #4 Replacement Building #31 Philadelphia VAMC, 3900 Baltimore AVE, Philadelphia PA 19104. Provide Labor and Material necessary for replacing Cooling Tower 4 and Filter: 1)Remove and properly dispose of one existing Dual Cell Cooling Tower, including disconnect of existing power wiring, cooling water supply and return piping, make-up water piping, and drain piping. Lock out Tag out all energy sources 2)Fabricate, and install additional support steel as required to modify the existing support platform to properly support the new cooling towers. Relocate existing wind wall horizontal support, located at the Southwest comer of the exiting cooling tower platform, to tie into the platform steel in lieu of the existing roof penetration. All structural steel modification hall be in accordance with the cooling tower manufacturer recommendations and stamped by professional engineer Relocate existing Cooling Tower 1 thru 3 platform stairs and revise handrail as required to clear new Cooling Tower 4 West access ladder. To provide the needed access for the new Tower. 3)It is recommended to install one new or equal Baltimore Air Coil Model PT2-1218A-302 Cooling Tower, rated for 3450 GPM of water from 95.00 °F to 85.00 °F at 78.00 °F air temperature. Unit to be constructed with all stainless steel materials, and include the following: a)Two 30 HP TEAO Fan Motors, 460 volt 3 phase, 1 speed/ Iwinding, inverter duty. b)ISO 9001 Certified c)Unit Energy Efficiency per ASHRAE Standard 90.1-2010. d)CTI Certified Thermal Performance e)PVC Film Wet Deck Material f) Type 304 SS Strainer g)Positive Closure Plate h)Mechanical Float Valves for Independent Cell Operation I)Electric Immersion Heaters Sized to Maintain 40 °F water temperature at 0 °F ambient air temperature. Stainless steel heater elements. j)Heater Control Panel with Contactor and Disconnect. k)PVC Basin Sweeper Piping System. I I I 1) Mechanical Vibration Cutout Switch m) Access Platform with Safety Gate, Ladder, and Safety Cage. NOTE To All bidders, different cooling tower will require major structural steel changes, in this case the contractor is required to hire structural engineer and submit new stamped drawings for the new steal tonnage. The new design may require roof work, new column locations, and different beam sizes. All costs associated with Structural Steal modifications is the contractor's responsibility. 4)Fabricate and install new 10" cooling water supply and return piping as required to connect the existing system to the new cooling towers. All new piping to be schedule 40 carbon steel with butt weld fittings and flanged connections. Provide and install new pipe supports as required to prevent transmission of load to the cooling tower connections. 5)Fabricate and install new 3" overflow piping and 2" drain piping from each cell to closest roof drain. All new pipe to be schedule 40 carbon steel, butt-weld fittings for 3", threaded 150# BMI fittings for 2". 6)Provide and install one new Puro flux Packaged Separator, Model PF-64-040A, rated for 280 GPM, to be located on the ground floor of Bldg. 31. Unit to include the following: a)Standard Unit equipped with PF-61 series separator. b)Close coupled, end suction centrifugal pump with TEFC motor. c)NEMA-4X, fiberglass control panel With motor start /stop and short circuit/overloadprotection. d)Fusion bonded polyester coated carbon steel skid. e)Schedule 40 Carbon Steel Interconnecting Pipe. f)Automatic Purge complete with electrically actuated industrial grade ball valve and adjustable purge timer. g)Cast iron pre-strainer, pump HOA switch and removable dome. 8)Form and pour new 4" concrete equipment pad for the new Puro flux Packaged Separator. 9)Provide and install new power wiring from local distribution panel to new Puro flux Packaged Separator. 10)Provde and install new 3" supply piping and 5" return piping to the new Puro flux Packaged Separator from the new cooling tower cells. All piping to be schedule 40 carbon steelwith butt-weld fittings and flanged connections. 11)Provide and install new mineral fiber insulation to all new piping, in thicknesses as required in VAMC standard specifications. All external piping to be aluminum jacketed. Insulation installed indoors to have ASJ jacket and PVC fitting covers. 12)Job duration is 120 colander days. 14)All work shall be coordinated with A/C foreman at 215-823-5103. 15)Portion of work such as crane work, loading unloading equipment to building 31, shall be performed on week end hours. Work on cooling tower assembly is to be performed during normal hours, 7:00 AM to 4:00, with no disruption to the day to day operation of the medical ct>nter. l 6) The contractor shall submit to equipment for approval by the VA engineer. Three copies ate' required. After ins µillation the contractor shall submit three copies of 0 &M and as built drawing. 17)The contractor shall provide 8hours period of training for A/C shop staff. 1)Mechanical Vibration Cutout Switch m) Access Platform with Safety Gate, Ladder, and Safety Cage. NOTE To All bidders, different cooling tower will require major structural steel changes, in this case the contractor is required to hire structural engineer and submit new stamped drawings for the new steal tonnage. The new design may require roof work, new column locations, and different beam sizes. All costs associated with Structural Steal modifications is the contractor's responsibility. 4)Fabricate and install new 10" cooling water supply and return piping as required to connect the existing system to the new cooling towers. All new piping to be schedule 40 carbon steel with butt weld fittings and flanged connections. Provide and install new pipe supports as required to prevent transmission of load to the cooling tower connections. 5)Fabricate and install new 3" overflow piping and 2" drain piping from each cell to closest roof drain. All new pipe to be schedule 40 carbon steel, butt-weld fittings for 3", threaded 150# BMI fittings for 2". 6)ProvWe and install one new Puro flux Packaged Separator, Model PF-64-040A, rated for 280 GPM, to be located on the ground floor of Bldg. 31. Unit to include the following: a)Standard Unit equipped with PF-61 series separator. b)Close coupled, end suction centrifugal pump with TEFC motor. c)NEMA-4X, fiberglass control panel With motor start /stop and short circuit/overloadprotection. d)Fusion bonded polyester coated carbon steel skid. e)Schedule 40 Carbon Steel Interconnecting Pipe. t) Automatic Purge complete with electrically actuated industrial grade ball valve and adjustable purge timer. g) Cast iron pre-strainer, pump HOA switch and removable dome. 8)Form and pour new 4" concrete equipment pad for the new Puro flux Packaged Separator. 9)Provide and install new power wiring from local distribution panel to new Puro flux Packaged Separator. 10)Provide and install new 3" supply piping and 5" return piping to the new Puro flux Packaged Separator from the new cooling tower cells. All piping to be schedule 40 carbon steelwith butt-weld fittings and flanged connections. 11)Provifie and install new mineral fiber insulation to all new piping, in thicknesses as required in VAMC standard specifications. All external piping to be aluminum jacketed. Insulation installed indoors to have ASJ jacket and PVC fitting covers. 12)Job duration is 120 colander days. 14)All work shall be coordinated with A/C foreman at 215-823-5103. 15)Portion of work such as crane work, loading unloading equipment to building 31, shall be performed on week end hours. Work on cooling tower assembly is to be performed during normal hours, 7:00 AM to 4:00, with no disruption to the day to day operation of the medical center. 16)The contractor shall submit to equipment for approval by the VA engineer. Three copies are required. After installation the contractor shall submit three copies of 0 &M and as built drawing. 17)The contractor shall provide 8hours period of training for A/C shop staff. 18)The contractor shall provide one year warranty for labor and material.for the project. 19)Qualified mechanical contractor, with at least five years of work experience in health care facility. The contractor shall submit at least five similar projects that completed, to be considered for this work. 20)The base design is around BAC, since the cooling tower design varies in the industries. The contractor is allowed to use another manufacturer; In this case, the contractor will be responsible for Steel tonnage design, the electrical changes, such as breakers and variable speed drive, pipe modifications at no cost to the government. 21)All Acronyms are HVAC standards; all mechanical contractors are familiar with those acronyms. For reference, the contractor can review the manufacturer literatures to identify the Acronyms. 23)Only one walk through will be scheduled for the bidders, the walk through is encouraged to evaluate the work place constrains. The chiller plant is located on main road in the medical center. 24)Interface the cooling tower system operation with existing BMS. 25)End '
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24416B1353/listing.html)
- Document(s)
- Attachment
- File Name: VA244-16-B-1353 VA244-16-B-1353.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2862148&FileName=VA244-16-B-1353-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2862148&FileName=VA244-16-B-1353-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-16-B-1353 VA244-16-B-1353.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2862148&FileName=VA244-16-B-1353-000.docx)
- Place of Performance
- Address: 3900 WOODLAND AVE;PHILADELPHIA PA
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN04178576-W 20160713/160711235528-1eb2a8fd6ca7803cde1e6b94102e5b7a (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 |