Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2019 FBO #6348
SOLICITATION NOTICE

J -- HVAC Units Replacement w/connection to Siemens Building Automation system, currently in place at the station.

Notice Date
4/9/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Tuscaloosa VA Medical Center;3701 Loop Road East;Tuscaloosa AL 35404-5088
 
ZIP Code
29209
 
Solicitation Number
36C24719Q0447
 
Response Due
4/19/2019
 
Archive Date
6/18/2019
 
Point of Contact
Brenda Carter at Brenda.Carter6@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0447 Posted Date: 04/09/2019 Original Response Date: 04/19/2019 Current Response Date: Product or Service Code: J041 Maintenance, Repair, and Rebuilding of Equipment - Refrigeration, Air Conditioner and Air Circulating Equipment NAICS Code: Set-Aside (SDVOSB/VOSB): 238220 Plumbing, Heating and Air-Conditioning Contractors SDVOSB Contracting Office Address 3701 Loop Road East, Tuscaloosa AL. 35404 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 01-22-2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15 million. Department of Veterans Affairs, Columbia VA Medical Center intends to award a Firm Fixed Price Contract for 4 Replacement HVAC and installation. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit Price Total Price 0001 Replacement HVAC units 4 0002 Miscellaneous materials, crane, rigging 1 0003 Labor 1 Statement of Work Replacement Of (4) HVAC Units and Controls Building 5 1. REQUIREMENT: This requirement is for the replacement of four (4) existing attic HVAC units and corresponding rooftop condensing units that serve Building 5 (Auditorium), located at WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, South Carolina. 2. BACKGROUND: WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric and long-term care. The hospital located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the medical Center serves approximately 56,116 patients. Satellite outpatient clinics located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. This requirement is for the removal of existing four (4) HVAC units and the installation of four (4) new HVAC unit, and controls and corresponding rooftop condensing units that serve Building 5, Auditorium. 3. PERIOD OF PERFORMANCE: The period of performance shall be June 10, 2019 through June 28, 2019. 4. Schedule: Work shall be performed during normal business hours, which are 0700 1700 Monday through Friday (except for Federal Holidays). 5. PLACE OF PERFORMANCE: The place of performance shall be WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209, Building 5, Auditorium. 6. PERFORMANCE REQUIREMENTS: Contractor shall install 4 new HVAC units and controls and remove the old equipment and controls per the statement of work below: Contractor shall replace 4 existing attic HVAC units and corresponding rooftop condensing units serving the Building 5 Auditorium. Work shall be performed during normal business hours. All OSHA  and VA, NEC guidelines procedures to be followed including infection control procedures if needed. The General Contractor shall have on-site supervision during the performance of all work. Contractor shall replace 4 Chrysler Airtemp units in the attic of Building 5 with 4 Trane 10 ton Performance Climate Changers (Mod. UCCAA08AOC0EGU). Heating will be with a factory installed steam coils. Cooling will be DX, single stage. A new filter section shall be included. The Contractor shall install factory control devices, which shall include: low limit switch, condensate overflow switch, dirty filter switch, fan status switch, discharge temp sensor, mixed air temp sensor. Factory installed controls shall be wired to a terminal strip for use by controls contractor. New supply fan/coil/filter section shall be connected to the existing supply and return duct work. Existing duct work shall be cleaned and repaired as needed. Existing SA/RA/EA dampers shall be reused with new damper control actuators installed. Wiring shall be reconnected to both fan section and outside condensing units. Crane lift of the 4 old and new condensing units will be required. Crane lift plan and permits are required and shall be submitted to the assigned POC prior to performance of any type of service. The pneumatic controls shall be removed and replaced with 4ea Siemens PXC programmable controller connected to the campus wide BAS network. The 2 pneumatic thermostats in the auditorium will be replace with 2 blank electronic room sensors. Each sensor will control 2 or the supply units Contractor shall remove existing pneumatic controls (damper actuators, air compressor, steam valves controllers, PE, EP switches) and copper lines as much as possible. The Contractor shall install Controllers and connect new HVAC Units to existing campus-wide Siemens Building Automation System to include all wiring, engineering programming and graphics. Included controls: 4 Siemens PXC24 with Ethernet and LAN 16 Siemens electronic damper actuators, 0-10Vdc 4 Siemens Flowrite 1.5 steam valve with electronic actuator, 0-10Vdc 4 High temp detectors for fan shutdown 4 Enclosures, transformers, relays, and other materials Factory installed Trane devices shall be connected, wired, and programmed to the 4 controllers Controller programming and point database Graphics and programming and central mechanical plant and fire alarm system connection. Contractor shall remove 4 non-functioning line voltage Pyrotronics duct smoke detectors and dispose of properly, and seal duct penetrations. Contractor shall install Notifier FRN-1 relay on each existing notifier duct detector for supply fan shutdown and coordinate individual fan shutdown circuits with controls contractor and address and program relays into the existing Notifier fire alarm system. Contractor shall follow all OSHA, VA and NEC Guidelines and Regulations including Infection Control Procedures. 7. INVOICES/PAYMENT: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:               Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 8. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 9. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. END OF SOW The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [Jan 2017] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Oct 2018] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (1998) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (1998) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)   FAR 52.222-48 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT CERTIFICATION (MAY 2014) FAR 52.211-6 BRAND NAME OR EQUAL FAR 42.214-21 DESCRIPTIVE LITERATURE ALT 1   VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)   VAAR 852.219-10 VA NOTICE OF TATAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) VAAR 852.246-71 REJECTED GOODS (OCT 2018) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING-MONITORING AND All bid offerors shall submit the following: One copy of the bid offer for all items listed, technical capabilities statement in reference to the requirement and past performance. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4/19/2019 3:30 PM CT to Brenda.Carter6@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only quotes submitted by email will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Brenda.Carter6@va.gov by 04/12/2019. Point of Contact Brenda Carter at 205-554-2000 x3217 or brenda.Carter6@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/TuVAMC679/TuVAMC679/36C24719Q0447/listing.html)
 
Place of Performance
Zip Code: 29209
 
Record
SN05276189-F 20190411/190409230053 (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.