DOCUMENT
J -- Relocation of Condenser Water Pumps and Controls 674-20-1-5065-0001 - Attachment
- Notice Date
- 10/16/2019
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- 36C25719Q1417
- Response Due
- 10/21/2019
- Archive Date
- 12/20/2019
- Point of Contact
- Michael Simington
- E-Mail Address
-
4-6241<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is 36C25719Q1417. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective September 10, 2019. The associated North American Industrial Classification System Code (NAICS) for this procurement is 238220 with a small business standard of $15.0 size standards. This acquisition is solicited as a 100% set-aside for Service Disable Veteran Owned Small Business SDVOSB. Network Contracting Office 17 requests responses from qualified sources capable of providing the following item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Labor to Relocate Condenser Water Pumps and Parts and Materials 0002 1.00 JB __________________ __________________ Parts and materials to relocate the Condenser Water Pumps and Controls GRAND TOTAL __________________ Period of Performance: 30 Days after receipt of award Place of Performance: Central Texas Veterans HCS, Olin E. Teague Veterans Medical Center, 1901 Veterans Memorial Drive, Building# 171, Temple, TX, 76504 Contractor Info: Company name:_____________ Company DUNS number:___________ Point of contact:___________ Telephone:___________ STATEMENT OF WORK Relocation of Condenser Water Pumps and Controls at Building 171 Central Texas Veterans Health Care System- Temple 1. GENERAL 1.1 General: A request to relocate the Condenser Water Pumps and Controls at the Temple VA Medical Center, 1901 Veterans Memorial Dr, Temple, TX 76504, building 171. The relocation of Condenser Water Pumps and Controls 1.2 Description of Services/Scope of Work: Contractor shall provide all necessary labor, transportation, equipment, personal protective equipment, facilities, supervision, other items and non-personal services required for the Relocation of Condenser Water Pumps and Controls as described in this Statement of Work. The Relocation of Condenser Water Pumps and Controls at the Temple VA Medical Center, 1901 Veterans Memorial Dr, Temple, TX 76504, building 171 does not involve connectivity of a device/system to the VA computer network and does not involve sensitive VA data. 2. TASK SPECIFICATIONS 2.1 Description of Work: Contractor shall provide the materials, technicians, labor, equipment, tools, parts, supplies, transportation, supervision, any other items, and non-personal services deemed necessary to perform the Relocation of Condenser Water Pumps and Controls in building 171 at the Temple VA Medical Center, 1901 Veterans Memorial Dr, Temple, TX 76504. Service Locations: Temple VA Medical Center 1901 Veterans Memorial Dr. Building 171 Temple, TX 76504 3. GENERAL INFORMATION: 3.1 Contractor shall meet with the COR/ appointed representative and do a complete walkthrough of the installation and repair. 3.2 Contractor shall obtain all need permits for the installation ie: hot work, confined space etc. 3.3 Contractor shall verify the lockout-tagout of all power sources (i.e. steam, electrical) 3.4 Contractor shall meet with the AC Operator on duty to Shut down chillers and pumps serving existing tower. 3.5 Contractor shall provide and install temporary unit set on trailer at adjacent road on east side of bldg. 171 to provide cooling throughout project duration. Temporary unit is to be set up during afterhours to minimize building occupant disruption. 3.6 Contractor shall set up safety equipment for confined space requirements. 3.7 Contractor shall disconnect and demo power feeding existing pumps. 3.8 Contractor shall remove the two (2) existing condenser water pumps located in basement of mechanical room. Do not dispose of existing pumps. 3.9 Contractor shall provide and install two (2) new 390 GPM condenser water pump sized to match each chiller, cooling tower and head requirements for new location. 3.10 Contractor shall modify existing piping to accommodate new pumps and future 2nd tower. 3.11 Contractor shall furnish and install new isolation valves and piping tie in points for future 2nd Cooling Tower. 3.12 Contractor shall provide and install new Johnson Controls Inc.10 HP VFDs for both Condenser Water Pumps. 3.13 Contractor shall provide trenching and conduits from mechanical room to new pump locations. 3.14 Contractor shall provide power for new pumps from mechanical room to new location. 3.15 Contractor shall install 2ea VFDs, conduit and wiring for new pumps. 3.16 Contractor shall provide and install new 30A disconnects for pumps. 3.17 Contractor shall provide and install power for heat tape. 3.18 Contractor shall provide and install auxiliary contact, conduit and wiring for 2ea pump disconnect and wiring to VFDs in the mechanical room. 3.19 Contractor shall program and commissioning of new equipment and control devices and tie new points into existing Metasys BAS Front End. 3.20 Remove temporary cooling, startup chillers to verify correct operation of newly installed pumps. 4. GOVERNMENT FURNISHED EQUIPMENT AND SERVICES - The Contractor may use the available utilities (electricity, water) at the site locations that are determined necessary for the performance of services described herein. The Contractor will not have access to the VA information system or have access to government computers to access online information while in the performance of the services described in the Statement of Work. 5. SITE VISIT Site visits will be fulfilled on October 22, 2019 at 10:00 am CST. The POC for the site visits is Timothy C. Pittman (254) 743-2997 / 41559 timothy.pittman2@va.gov Location: Central Texas Veterans HCS Olin E. Teague Veterans Medical Center 1901 Veterans Memorial Drive Bldg# 171 Temple, TX 76504 POC: Timothy Pittman The following FAR and VAAR provisions in their latest editions apply to this solicitation. 52.204-7 System for Award Management 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price 52.212-3 Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 852.270-1 Representatives of contracting officers 852.273-74 Awards Without Exchanges The following clauses will be incorporated in full text. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items The following clauses shall be considered marked within 52.212-5 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combatting Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.219-13 Notice of Set-Aside Orders 52.219-27 Notice of Service-Disabled Veteran Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 52.252-2 Clauses Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 852.203-70 Commercial Advertising 852.211-70 Equipment Operation and Maintenance Manuals 852.219-10 Service-Disabled Veteran Owned Small Business set-aside 852.232-72 Electronic submission of payment requests 852.237-70 Contractor Responsibilities 852.246-70 Guarantee The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, TAX ID#, Shipping and Handling if applicable, and point of contact information. All responsible sources should submit quotes to Michael Simington via e-mail: michael.simington@va.gov by Monday, October 28, 2019 1600 CST. 6. WAGE DETERMINATION (Attached) Attachment Pages Revision Date WD No. Wage Determination 20 07/16/2019 2015 5237
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25719Q1417/listing.html)
- Document(s)
- Attachment
- File Name: 36C25719Q1417 36C25719Q1417.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189776&FileName=36C25719Q1417-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189776&FileName=36C25719Q1417-000.docx
- File Name: 36C25719Q1417 WAGE DETERMINATION.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189777&FileName=36C25719Q1417-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189777&FileName=36C25719Q1417-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25719Q1417 36C25719Q1417.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189776&FileName=36C25719Q1417-000.docx)
- Place of Performance
- Address: Central Texas Veterans HCS;Olin E. Teague Veterans Medical Center;1901 Veterans Memorial Drive;Bldg# 171;Temple, TX
- Zip Code: 76504
- Zip Code: 76504
- Record
- SN05475786-W 20191018/191016230632-10dfb5490cfd67bdf5564207cd1b7082 (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 |