Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SPECIAL NOTICE

J -- One Time Repairs to Fire Pumps --- Intent to sole Source -----

Notice Date
6/11/2020 12:47:05 PM
 
Notice Type
Special Notice
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0609
 
Archive Date
07/11/2020
 
Point of Contact
Antaeus Gayles, Contracting Officer, Phone: 414-844-480
 
E-Mail Address
antaeus.gayles@va.gov
(antaeus.gayles@va.gov)
 
Awardee
null
 
Description
Page 1 of 3 The Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) in North Chicago Il intends to negotiate a sole source contract with OMNI PUMP REPAIRS INC. 9224 CHESTNUT AVE FRANKLIN PARK IL 60131-3014 to provide Repairs to Fire Pumps equipment for the Hines VA Campus 5000 S. Fifth Avenue Hines IL 60141 This contract will be for a firm fixed price contract. This procurement is being conducted in accordance with FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy the agency requirements. The contract will be firm fixed price and the NAICS code is 333914 This Notice of Intent is not a request for competitive proposals. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products, services and capabilities as well as references from other customers who are using these products and services provide service for Repairs to Fire Pumps equipment for the Hines VA Campus Federal Health Care Center to the contracting officer NLT 11:00AM CST, 15 June 2020. Supporting evidence must be submitted in sufficient detail to demonstrate the ability to comply with the above requirements and attached Statement of Work, to include access to OEM parts for repairs. Information must be sent to: Antaeus Gayles Great Lakes Acquisition Center Southern Tier 3001 Green Bay Road Building 1, Room 326 North Chicago, IL 60064-3048 Or via fax to (224) 610-3269, or via email response to antaeus.gayles@va.gov. Responses received will be evaluated; however a determination by the Government to not compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the GLAC will proceed with the sole source negotiation with OMNI PUMP REPAIRS INC SERVICE STATEMENT OF WORK FOR Mission. Engineering Service s mission is the total oversight and management of the environment of care, as it pertains to the physical infrastructure and base plant operations, at the Edward Hines VA Hospital. Engineering support is for customers that include, but are not limited to, patients, visitors, clinic staff and administrative employees. Goals. The goal of this project is to repair two fire pumps in Building 200 to meet the standards of life safety codes and safely return the system to normal operation. Current Conditions. The existing fire pumps in Building 200 are operational and has satisfactory fluid flow but failed to meet standard head pressure. Testing was performed on May 16, 2020. The report indicated the pump fail to meet minimum pressure tests. See Attachment 7. The low zone pump was rated 85 psi at 100% and 72 psi at 150%. The test results were 67 psi at 100% and 66 psi at 150%. Therefore, the pumps exceeded the 5% allowance according to NFPA 25. The high zone pump was rated 75 psi at 100% and 62 psi at 150%. The test results were 67 psi at 100% and 54 psi at 150%. Therefore, the pumps exceeded the 5% allowance according to NFPA 25. Justification. Currently the pumps fail to meet the two qualifying conditions of NFPA 25. Per NFPA 25, the fire pump test results shall be considered acceptable if both of the following conditions are satisfied. The pump can supply the full system demand as provided by the owner. and The pump test results are no less than 95% of the flow rates and pressures at each point. Objectives. The objective of the project is to maintain compliance with VA and NFPA Life Safety Code fire protection standards by maintaining fire protection equipment. Acronyms and Definitions. The following is a listing of acronyms and/or definitions to terms used in this document. GC General Contractor (firm) CO Contracting Officer COR Contracting Officers Representative as delegated by the CO CS Contracting Specialist assigned by the CO EHVAH Edward Hines Veterans Affairs Hospital NTP Notice to Proceed OIT Office of Information & Technology VA Department of Veteran Affairs Requirements. This SOW presumes the contractor will not need access to the Hines LAN or any VA Sensitive Information in order to execute the contract. The awarded Contractor will adhere to all codes, standards, guidelines and design requirements found in the VA s Technical Information Library (TIL) including but not limited to the following: Work outside of normal business hours or weekends: All work performed after hours or on weekends requires coordination with the COR and shall be requested fourteen (14) prior in writing or e-mail to the COR for approval. No work shall take place without written or e-mail confirmation from the project COR. Scope of Work. CLIN 1. The contractor shall provide all labor, management, and materials for the total refurbishment of the fire pumps located in room C017, in Building 200. All Measurements/dimension and methods are approximate. The contractor must verify all measurements/dimensions and methods to meet all NFPA and VA Fire Protection codes. CLIN 2. The contractor shall provide all labor tools, materials, and transportation to fabricate and install casing wearing rings if needed. CLIN 3. The contractor shall provide all labor tools, materials, and transportation to fabricate and install a new fire pump shafts if needed. Any deviation from this scope of work requires the express authorization of the Contracting Officer. The Contracting Officer Representative (COR) does not hold the authority to authorize changes to this scope of work. Constraints. Work hours for EHVAH staff are from 7:30 am until 4:00 pm, Monday through Friday. Photographs may be taken of the work performed at the jobsite. However, photographs containing patients and/or staff are a violation of the Patient Privacy and hospital policy. Both violations are subject to penalties and dismissal. Permission from the EHVAH Public Affairs Officer (PAO) is required and should be coordinated with the project COR. Exploratory demolition is permitted but must be coordinated with the COR. All contractors visiting the jobsite will need to receive a temporary PIV badge. The procedure to follow is: Contractors must FIRST get their fingerprints done by Human Resources located in Building 17. It takes between 3-5 days at least for fingerprints clear. Once fingerprints have cleared the person requesting a badge can be sponsored. The contractor must then complete a Request for a PIV card form See Attachment 6 and then turn in to the Engineering Services. The contractor can then be sponsored upon verification the fingerprints have been cleared. Once contractor has been sponsored the COR, they can call PIV (708) 202-5170 to make arrangements for issuance of a PIV for badge. Deliverables. The contractor shall provide all submittals as listed below. Submittal Registry. Equipment and Material Submittals. Construction Schedule. Contractor Emergency Contact Information. Logistics Plan (i.e. equipment movement, dumpster location). Warranty documents. Time Frames. This service shall be completed within Thirty (30) days once NTP is issued. Phasing This project shall be executed in one single, uninterrupted phase. Period of performance- To be determined based upon the approved schedule for service. The period of performance is 30 days. No Demolition or Construction shall be started without the review and approval from the COR for the following: Submittal Registry. Equipment and Material Submittals. Construction Schedule. Contractor Emergency Contact Information. Logistics Plan (i.e. equipment movement, dumpster location). Close-out Documents The contractor shall submit within 15 calendar days from EHVAH acceptance of the completed punch list items and commissioning reports (if applicable). The COR shall review the contractor close-out submissions for thoroughness and conformance with the contract document requirements. Warranty documents. Performance Monitoring. The Government will periodically evaluate the Contractor s performance by appointing a representative(s) to monitor such performance and ensure services are received. The Government representative will evaluate the Contractor s performance through intermittent on-site inspections of the Contractor's performance Other Pertinent Information or Special Considerations. All Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements as applicable. All licenses, permits, and welding certifications shall be kept current throughout the period of performance of the contract. The Contractor shall provide the Government copies of such certificates. Per VA Information Security Program policy VA Directive and Handbook 6500 and 6500.6, Appendix A, contractor storage, generation, transmission or exchanging of VA sensitive information during this construction project is not acceptable. All work shall be scheduled to meet requirements of EHVAH. All work shall be coordinated through the Contracting Officer. Local coordination shall be routed through the Contracting Officer s Representative. The contractor shall provide to the Contracting Officer record of work certifications for all trades relative to this contract 5 calendar days prior to beginning work. Certifications shall include welders, pipe installers, machine operators, etc. Contractor is responsible for repairing any damages to existing utilities incurred during construction or demolition. Utilities within the area and identified on existing drawings are not to be interpreted as the exact location, or as the only existing site conditions. Contractor shall verify all existing conditions and proceed with caution around any anticipated obstructions. Where any work disturbs the grass areas, sod, walls, ceilings, floors, windows, entrances or building structures, etc. or where new and old work join, the Contractor shall restore, repair or refinish affected areas or surfaces to their original condition, or as existed before the commencement of this project. Upon completion of the contract, the Contractor shall deliver all work complete and undamaged. Any damage that may be caused by the Contractor or his work crews or subcontractors to any existing structure, grounds and utilities shall be repaired or replaced to their original condition. Should a conflict exist between VA requirements and VA adopted nationally recognized codes and standards, the conflict shall be brought to the attention of the Contracting Officer. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure system-wide consistency. All work conducted under this scope of work shall comply with the Department of Veterans Affairs Master Specifications and all applicable state and federal regulations and codes. Risk Control. N/A Government Furnished Equipment (GFE)/Government Furnished Information (GFI). GFE. None. GFI, None. Point of Contact at the EHVAH. Lee Holloway Engineer, Project Planning Section Engineering Service Edward Hines Jr. VA Hospital 5000 S. Fifth Avenue
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/170a42bdef064cc6ac0cc0b9c3fce6a1/view)
 
Record
SN05686951-F 20200613/200611230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.