Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
DOCUMENT

44 -- DEAERATOR AND CONDENSATE SURGE TANKS REPLACEMENT AND INSTALLATION - Attachment

Notice Date
11/8/2016
 
Notice Type
Attachment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24617N0102
 
Response Due
11/16/2016
 
Archive Date
2/23/2017
 
Point of Contact
DAN DOVE
 
E-Mail Address
MENT
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following products and installation services for the Durham Department of Veterans Affairs Medical Center (VAMC), 508 Fulton Street, Durham, NC 27705: Replacement and Installation of Deaerator and Surge Condensate Tanks Project 558-17-212 (See attached Statement of Work and drawings for details) All interested parties should respond, in writing via email to daniel.dove@va.gov No telephone inquiries will be accepted. In response, please include the following: Company/individual name Address Point of contact with email and/or phone number Information describing your interest Indicate FSS/GSA contract number, if applicable FSS Category you qualify for, if applicable Tax ID number DUNS number NAICS code (if different than below) Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). The NAICS 237110 is applicable to this acquisition; with a size standard of $36.5 Million. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors will be required to be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award. Your response is required by 4:00 PM EST on Wednesday, November 16, 2016. Replacement and Installation of Deaerator and Surge Condensate Tanks Project 558-17-212 STATEMENT OF WORK Project Scope The Durham VAMC would like to replace aging infrastructure at the Boiler Plant. The Deaerator and Surge Condensate Tanks are nearly 30 years old and a complete replacement is requested. The contractor shall replace the Deaerator and Surge Condensate Tanks and all equipment, pumps, pipes, fittings and appurtenances necessary to have a complete operable system. The arrangement and overall dimensions of tanks and system requirements shall be designed to meet current operations and is not expected to change from the current requirements. The contractor is responsible for providing all supervision, materials, labor, equipment, transportation and storage for this project. The contractor shall provide access into the space for equipment installation in current tank locations in Boiler Plant, Building 7 at Durham VAMC 508 Fulton Street, Durham North Carolina. The contractor shall isolate and dis-connect all associated piping and drains from existing tanks, provide all lifts and rigging for removal and reinstallation, provide crane and rigging to remove old tanks and set new tanks, modify and reconnect piping as required, and insulate new tanks and all new piping. Contractor shall provide startup and commissioning services of the new tanks. Specific Requirements Replace Cochrane Uni-Pac Deaerator with like sized tank. The vessel is comprised of two separate components, a storage vessel that is 12 7 X 5 0 and a heater section mounted vertically to the storage vessel that is 3 X 4. Each vessel is insulated with gauges, controls and sight glasses that are visually accessible. Contact to size and provide submittal for review and approval. Contractor shall replace fittings, pipe, cleanout plugs, PRV, and vent piping associated with the tanks. As built drawing sheets are provided for contractor s use as an attachment and contractor shall provide current red line drawings during the installation work. Reinsulate or insulation new piping with rigid closed cell polyisocyanurate insulation at the thickness to match the existing. The insulation shall be covered with aluminum jackets to match the existing construction. The vendor of the tanks must verify operation once complete O&M manuals shall be provided at the end of the work. General Requirements The vendor s employees shall not enter the work site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. The on-site employees of the vendor and all Subcontractors shall apply for their PIV Badges in order to gain access to the facilities. Lost badges shall be reported immediately to the COR and the Contractor will be responsible paying for the process to gain a new badge. Competent, experienced, licensed or certified workers shall perform crafts requiring specialized skills. Normal working hours will be used to complete this contract unless otherwise indicated. Normal working hours shall be 7:30 AM to 4:30 PM, Monday through Friday Federal Holidays or any other Holiday designated by the President of the United States excluded. For working outside the normal working hours as defined in this contract, the vendor shall give 3 day notice to the Contracting Officer so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. No photography of VA premises is allowed without written permission of the Contracting Officer. Execute work so as to interfere as little as possible with normal functioning of Medical Center or Boiler Plant as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 7 calendar days in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. All electrical shutdowns shall occur after normal working hours. VA reserves the right to close down or shut down the project site and order the vendor s employees off the premises in the event of a national emergency. The vendor may return to the site only with the written approval of the Contracting Officer. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Manager at least 24 hours in advance. If the contractor deems the use of a crane necessary, the contractor shall provide the hospital with a minimum of two weeks notice. The medical center has the authority to turn down the purposed schedule of setting a crane on campus and interfering with medical center s service. Crane usage is limited to after hours and weekend usage. All Buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period. The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. There currently is no room on site for contractor dumpsters. Establish and maintain a dust control program as part of the vendor s infection preventive measures in accordance with the guidelines provided as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports and submit to COR for review a minimum of two weeks prior to the start of work at each site. All personnel involved in the installation or renovation activity shall be educated and trained in infection prevention measures established by the medical center. In general, the following preventive measures shall be adopted during installation of new equipment to keep down dust and prevent mold. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. Do not perform dust producing tasks within occupied areas without the approval of the COR. Provide dust proof one-hour fire-rated temporary drywall barriers to completely separate installation work that may result in dust generation from the operational areas of the hospital in order to contain dirt debris and dust. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Maintain negative air at all times. A fire retardant polystyrene, 6-mil thick or greater plastic barrier needing local fire codes may be used where dust control is the only hazard, and an agreement is reached with the COR and Medical Center. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to the recommendations of ASHRAE, National Fire Protection Association (NFPA), plumbing and mechanical codes, and National Electrical Code (NEC). No departures from specification requirements will be permitted without written approval. The supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to OSHA, NEMA, and ANSI Standards and conform to the Standard Building Code and the Standard Mechanical Code. All installations for the Durham VAMC shall conform to VAAR and FAR standards. The contractor shall provide all labor and materials necessary for any site work including but not limited to electrical conduit with pull strings, back boxes, raceways, core drilling, concrete patching, and painting. Minimum of ¾ conduit shall be approved to be used for installation. All new cabling and wiring shall be pulled in conduit. New work shall be installed and connected to existing work nearly, safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed and reinstalled or remedial action performed as directed at no additional cost to the Government. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Access to VA information and VA information systems. A contractor / subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. The contractor at the contractor s expense will be required to attend the following training courses to meet the requirements set forth for privacy on site. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training. Successfully complete the appropriate VA privacy training and annually complete required privacy training. Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800- 16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The contractor will not be allotted any parking permits for onsite parking. All vehicles will have to have a parking permit assigned by the COR for off-site parking located up to 4 blocks from the facility. If work is needed to be performed outside of normal working hours, the contractor will be responsible to checking in with the VA Police to request permission to park on site as designated by the VA Police. The contractor shall provide all software, access keys or codes, or any external devices that may be required for the operation, calibration, or repair of the equipment purchased. Construction Duration: 150 calendar days, to begin on or about December 26, 2016. Phasing: Work will be performed during normal working hours (7:30 am to 4:30 pm) unless otherwise noted. Construction Services: Work is to be performed by a general contractor. Warranty: All repairs shall be guaranteed for a period of one year following the completion of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617N0102/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-17-N-0102 VA246-17-N-0102.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098049&FileName=VA246-17-N-0102-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098049&FileName=VA246-17-N-0102-000.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;DURHAM VA MEDICAL CENTER;508 FULTON STREET;DURHAM NC 27705
Zip Code: 27705
 
Record
SN04323387-W 20161110/161108234806-a177430cd7891919df25f9b43c4098ad (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.