DOCUMENT
N -- Heat Pump (Installation) Support Services - Attachment
- Notice Date
- 6/29/2017
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA119A17N0324
- Archive Date
- 7/29/2017
- Point of Contact
- Renaldo Williams
- E-Mail Address
-
5-1638<br
- Small Business Set-Aside
- N/A
- Description
- (FOR MARKET RESEARCH PURPOSES ONLY) Background The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Data Center Operations (DCO) is to provide benefits and services to Veterans of the United States. In meeting these goals, OIT, DCO strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to Veterans at main hospital campuses as well as throughout Community Based Outpatient Clinics (CBOC s) located throughout the United States, in an effective, timely and compassionate manner. VA depends on Information Management/Information Technology (IM/IT) systems to further meet mission goals. Purpose In order to accomplish the mission and goals of the Department of Veterans Affairs Hines Information Technology Center (VA-HITC) needs to upgrade existing Data Center Operation (DCO) facility computer room area where Information Technology (IT) productivity equipment s are located. In order to keep DCO information technology (IT) center operational at Hines ITC computer room without facility maintenance related disruptions it is necessary to replace existing flooring and substructure. Existing heat pump systems have failed and/or at the end of their life expectancy cycle. All heat pump systems are cooled via closed loop with treated water and contractor shall replace/install with like kind. Scope The Contractor shall provide all labor, supervision, tools, transportation, equipment, and materials necessary to remove and replace all heat pumps of like kind, with temperature sensors (approximately 22) compatible with existing Direct Digital Control (DDC) system. Install new heat pumps systems within the Hines Information Technology Center (HITC). Scope of Work: The Work shall include, but shall not be limited to the following (not necessarily in the order indicated): Contractor shall conduct a site visit to verify the technical requirements for the heat pump systems required. Disconnect, de-pipe, detach and remove the existing heat pumps. Tag each heat pump with removal location and turn over to on-site VA warehouse personnel for disposal. Provide and install new matched R410A refrigerant heat pumps and thermostats/temperature sensors in the same general locations as the current. Minor relocation is anticipated for heat pumps; ensure new location has a minimum of 6 inches clearance from existing utilities (i.e. electrical conduit and fire suppression pipes) to support ease of maintenance, re-duct as necessary to provide a complete and usable system within the Contracting Officer Representative s (COR) guidance. Temperature sensors shall not have a visible means of set point adjustment. Adjustment shall be via the direct digital controller (DDC) to which it is connected and will be BACnet compatible with the existing system. Provide and/or connect all necessary piping, electrical conduit and wiring, controls, ductwork, condensate, condensate drain trap, spring vibration isolators, anchored mounting brackets, insulations and necessary appurtenances for a complete and usable system. Contractor shall provide appropriate replacement ceiling tiles and ceiling vents. The units shall be tested in accordance with UL standard 1995 by a Nationally Recognized Testing Laboratory and bear either the UL or ETL label. The units shall be rated in accordance with Air-conditioning, Heating, and Refrigeration Institute s (AHRI) Standard 360 and bear the AHRI Certification label. The units shall be stored and handled according to the manufacturer's recommendations. Connect to the existing electrical system. All wiring shall be in accordance with the National Electrical Code. Start-up system and balance refrigerant charge. Provide testing, adjusting, and balancing services for the new units and verify units communicate with direct digital control system effectively. Contractor shall provide schedule (i.e. Gantt chart) as part of submittal and required to provide weekly updates during the installation progress. Contractor shall provide manufacture s recommended preventative maintenance schedule via electronic and/or written operators manuals for each system. The COR shall determine the acceptable method based off the Contractor s proposals. Contractor shall submit brand name, model number, capacity and ancillary components to the COR before approval and installation. The units shall have a manufacturer's parts and defects warranty for a period one (1) year from the date of the acceptance. Contractor shall ensure to provide all components for complete and usable system and within the current/best industry practices. COR shall make final determination for which anchoring system is approved. All debris and packaging shall be properly disposed of by the Contractor to an offsite disposal site or recycling center in compliance with State and Local ordinances. Vender can propose an optional disposal plan for the existing systems. General Conditions: Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the Contracting Officer Representative (COR) before it is disturbed. Materials and workmanship used in restoring work shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. Contractor shall provide and utilize all necessary tools, lifting devices, appropriate safety gear and storage facilities. Contractor is authorized to use existing facilities utilities (i.e. electrical and bathrooms), but must coordinate electrical device approvals with on-site electrician. Contractor is authorized to deliver temporary storage container(s) on-site (COR has laydown location approval). Thoroughly clean up the work area at the end of each day's work, and at completion of the project. Leave premises clean and free of waste, scrap, used equipment, or other material intentionally or incidentally delivered to the site by Contractor or Contractor's personnel. The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site not to be removed and do not unreasonably interfere with the work required under this contract. Job site preparation includes daily safety briefs using job site analysis, covering or moving existing equipment and replace the area back to its original condition/configuration. Contractor shall utilize proper safety techniques and equipment to safely perform the tasks. The Contractor shall protect from damage all existing improvements and utilities at or near the work site and on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor. Salient Characteristics (Heat Pump Replacements): LOCATION SIZE (Mbtu) VOLTAGE/Hz/Ph REFRIGERANT 1 Room 136 12 265/60/1 R-410A 2 Room 147H 18 265/60/1 R-410A 3 Room 109 TECH Support 12 277/60/1 R-410A 4 Room 109 TECH Support 12 277/60/1 R-410A 5 Room 109A 12 277/60/1 R-410A 6 Room 117 24 265/60/1 R-410A 7 Room 124 P/EO Area 35 265/60/1 R-410A 8 Room 124 P/EO Area 35 460/60/3 R-410A 9 Room 124 P/EO Area 35 460/60/3 R-410A 10 Room 126 TECH Supt/ Parts Depot 30 265/60/1 R-410A 11 Room 147F NS OC 47 460/60/3 R-410A 12 Room 147G 35 460/60/3 R-410A 13 Room 147X NS OC North 66 460/60/3 R-410A 14 Room 147X NS OC South 66 460/60/3 R-410A 15 Room 200T OPS Manager 24 265/60/1 R-410A 16 Room 201 Programming (Same Unit Dif. Filters) 58 460/60/3 R-410A 17 Room 201 Programming (Same Unit Dif. Filters) 58 460/60/3 R-410A 18 Room 201 Programming (Same Unit Dif. Filters) 58 460/60/3 R-410A 19 Room 202 Conference 12 277/60/1 R-410A 20 Room 212 SIO Staff 12 277/60/1 R-410A 21 Room 240B DNR 12 277/60/1 R-410A 22 Room 250A VETS NET Division 12 277/60/1 R-410A Instructions: Interested contractors/firms responding to this Sources Sought Notice must provide a capability statement demonstrating their skills and capability to fulfill the requirement listed above. All respondents are requested to identify their GSA Schedule Number, if applicable; firm's size; and type of business based on NAICS 238220 (Plumbing, Heating, and Air-Conditioning Contractors). The capability statement shall be in sufficient enough detail, but not to exceed 3 pages. Responses shall be submitted via email to Renaldo Williams at renaldo.williams2@va.gov by 12:00 Noon Eastern Time on Thursday, July 6, 2017. Disclaimer and Important Notes: This is not a solicitation. This request does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). No pricing information should be included in the submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA119A17N0324/listing.html)
- Document(s)
- Attachment
- File Name: VA119A-17-N-0324 VA119A-17-N-0324.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3626046&FileName=VA119A-17-N-0324-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3626046&FileName=VA119A-17-N-0324-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119A-17-N-0324 VA119A-17-N-0324.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3626046&FileName=VA119A-17-N-0324-000.docx)
- Place of Performance
- Address: Hines ITC;1st Avenue North 22nd Street;Building 215;Hines, IL
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN04562680-W 20170701/170629235335-298fdd96a5c00d35b4f887c71af84b3d (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 |