Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
MODIFICATION

Z -- 506-17-503 Chiller Plant Optimization

Notice Date
7/31/2020 4:29:37 AM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020B0063
 
Response Due
8/6/2020 10:00:00 AM
 
Archive Date
11/13/2020
 
Point of Contact
Reginald Williams, Contractor
 
E-Mail Address
Reginald.Williams2@va.gov
(Reginald.Williams2@va.gov)
 
Awardee
null
 
Description
This is a pre-solicitation announcement for the Department of Veterans Affairs, VA Medical Center, located in Ann Arbor, MI. An Invitation for Bid (IFB) will be issued on this Federal Business Opportunities (www.fbo.gov) website on or about June 10, 2020 for construction project no. 506-17- Chiller Plant Optimization at the Ann Arbor VA Medical Center, Ann Arbor, Michigan. The VA is seeking a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the contract documents, plans, and specifications, a summary of which is provided below: Furnish all necessary labor, tools, miscellaneous materials, equipment, and supervision as specified in drawings and specifications to complete 506-17- Chiller Plant Optimization at the Ann Arbor VA Medical Center, Ann Arbor, Michigan. This project will include: This is intended to improve the performance of the felicities 3 existing water-cooled centrifugal chillers in the central chiller plant located in Building 32. The facility has 2 800-ton chillers and 1 1,000-ton chiller currently operating in the central chiller plant. Rerouting Primary and Secondary Chilled water Loop piping, including removal and replacement the decoupler loop between the Primary and Secondary chilled water loops. Tying the cooling tower basins together, coating the interior of the cooling towers and modifying controls for the cooling tower to improve performance efficiency and reduce manpower necessary to maintain proper operations of the cooling towers through automation. Eliminate 3-way chilled water valves, as identified on the project drawings to help improve the delta T between the chilled water supply and the chilled water return. Add more sensors into the chilled water system to allow greater and more effective control of the system. Modify existing control sequences for the chillers, chiller staging, primary chilled water pumps, Secondary chilled water pumps, cooling towers etc. to dramatically improve system efficiency, and facility ability to fully utilize its installed chiller capacity. The IT Security requirements for Certification & Accreditation requirements do not apply and a Security Accreditation Package is not required. The contractor and all sub-contractors will be required to complete annual privacy training by reading and signing the Privacy Training TMS 20939 prior to beginning any work. The General Contractor will receive a total of 270 days to complete the construction. The North American Industry Classification Code (NAICS) for this procurement is 238990 Commercial and Institutional Building Construction and size standard $16.5 million applies. In accordance with VAAR 836.204, disclosure of the magnitude of this construction project is between $500,000 and $1,000,000. The Government intends to award a Firm Fixed Price Contract within 120 days from bid receipt date. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various RFP documents, specifications, forms, and drawings will be available for download at no charge only from the beta.SAM.gov on or about June 10, 2020 with a due date to be specified in the solicitation. Further details of all dates and events, including site visit and IFB due date, will be available in the solicitation. FBO is the only website where official IFB documents will be made available. All interested offers (prime contractors & subcontractors) should register at beta.SAM.gov so that others will know of your interest in participating in this procurement. An Offeror's list is not maintained nor distributed by the Contracting Officer, as it is the offeror's responsibility to register at the FBO website. Offerors are advised that they are responsible for obtaining all bid documents and acknowledging any amendments and should re-visit the beta.SAM.gov website periodically to check for any changes to this announcement or pending solicitation. Prospective contractors shall complete electronic annual representations and shall be registered in the System for Award Management (SAM) at http:// beta.SAM.gov shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer and shall have on file a current and complete VETS4212 report at http://www.dol.gov/vets/vets-100.html (if applicable). Address all questions in writing to the issuing office via email to reginald.williams2@va.gov. No fax or telephone inquiries will be answered. No other information regarding scope, dates, etc. is available until issuance of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9fff57c33fcb4cbb94a2030e295fbc88/view)
 
Record
SN05741285-F 20200802/200731230143 (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  © 1994-2020, Loren Data Corp.