Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 31, 2021 SAM #7335
SOLICITATION NOTICE

Z -- Bldg. 141 Valves Upgrade- 436-22-105 (VA-21-00101562)

Notice Date
12/29/2021 8:37:18 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0121
 
Response Due
1/21/2022 9:30:00 AM
 
Archive Date
04/21/2022
 
Point of Contact
Christina Beeler-Blackburn (CO), Contract Officer
 
E-Mail Address
Christina.Beeler-Blackburn@va.gov
(Christina.Beeler-Blackburn@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Building 141 Valves Upgrade Project: 436-22-105 I. Scope of Work The Montana VA Health Care System requires a project located at the Fort Harrison VA Medical Center, 3687 Veterans Drive, Fort Harrison, MT 59602. This work shall take place throughout Administration Building 141. Scope of Work is divided into two requirements: a) Replacement of existing Control Valves and Valve Actuators; & b) Installation of four (4 ea) Gas Flow meters. Part A The intent of this project is to replace approximately 244 existing control valves and valve actuators for each of the hot water fin tube convector heating units within Building 141 with new valves and actuators. Existing valve actuators have reached their useful life. The existing actuators are currently tied into the Schneider Electric Building Automation System (BAS). All existing valves and actuators at each of the fin tube convectors shall be removed, replaced with new valves and actuators, and incorporated into the BAS using existing controller wiring and equipment, located within proximity to each of the fin tube convectors. The controls graphic shall include valve operation data, locations of valves and the fin tube radiator(s) that they control. Contractor to provide Belimo TR24-3-T Valve Actuators, non-fail-safe, AC 24 V, on/off, floating point, terminals or approved equal. New valves are to be ½ brass ball valves or approved equal. Contractor will be expected to submit on materials of commercial performance characteristics that are to be installed with this project. None of the valves are inaccessible and need an access hatch; however, it is strongly recommended that a detailed inspection of the premises, access, drawings and specifications be initiated, by the Contractor, to determine actual needs and conditions for the construction of this project. There are existing isolation valves, located in proximity to each of the fin tube convectors. A operational and locational inspection by the Contractor during isolation of each fin tube convector would be considered beneficial to the VA. Any faulty valves or locations shall be replaced or established with the appropriate pipe size commercial ball valve. Part B In order to monitor the natural gas usage of each of the (4) heating water boilers in the Building 141 boiler plant (2 Harsco boilers and 2 Superiors boilers), Contractor will provide and install (4) Onicon F-5500 gas flow meters. These will be installed using a Hot Tap Kit for easy installation. Contractor will integrate the gas meters into the existing Schneider Electric Building Automation System. Contractor will provide all programming, graphics, and trending required for the gas meters. There shall be a cumulative trend and storage of date for the entire plant. These trends will be set up initially for 15-minute intervals and stored indefinitely. The trends will also be able to be exported from the building automation system into an Excel .csv file for use and review. All programming, installation, and engineering required to install and integrate the new and existing meters shall be included. All required controls hardware and accessories shall be included in this work item. All plumbing features effected by and adjoining this project shall have removable pad insulators such as the Auburn Manufacturing Evergreen product and fiberglass pipe insulation. The Contractor shall provide all necessary labor, materials, tools, equipment, and services to properly execute the project. Construction of this project must meet all applicable codes, regulations, and standards. This includes but is not limited to NFPA Codes, NEC, EPA, DEQ Regulations, OSHA 1926, and TJC Standards. Additionally, the construction is required to meet all applicable laws and regulation not explicitly stated in this document. Compliance with public law regarding energy utilization is required, therefore selected equipment shall be designated FEMP or ENERGYSTAR compliant and can exceed the performance. The intent of this project is established within these documents. As part of this project, drawings may be provided by the VA. These drawings are for reference and informational use only. They shall not be used to exclusively define existing conditions. It shall be the responsibility of the Contractor to perform a site investigation to identify site conditions and quantities to ensure integrity throughout the project prior to submitting a cost proposal. II. General Work includes removal of existing valves and actuators and installation of new automated actuators, control valves isolation valves. The following shall be performed, not necessarily in this order, at each of the fin tube convectors and not limited to: Fin Tube Convectors Valve and Actuator Installation QTY: approximately 244 A. Isolate and drain the hot water fin tube convector prior to valve installation, B. Establish isolation valves. C. Remove existing valve and actuator, located below the floor of each unit, D. Install new Belimo, or approved equal, actuator and new valve, and any necessary pipe adapters, E. Connect new actuating valve to existing controller wiring and program into the Building Automation System (BAS), F. Reconnect and fill fin tube convector system after valve installation is complete, G. Perform commissioning of the system to ensure controls are coordinated and working correctly. Ensure flows are appropriate at each fin tube convector for proper valve operation and controls coordination with the VAVs and BAS connection. All commissioning requirements will fall under the contractor s responsibility. Onicon F-5500 gas flow meters Installation and Programming QTY: Four The above itemized list constitutes a basic outline of work to be performed and in no way summarizes all details for the construction of this project. It is recommended that a detailed inspection of the premises, drawings and specifications be initiated, by the Contractor, to determine actual needs and conditions for the construction of this project. Contractor shall be responsible for a site visit to verify site conditions, determine the type of equipment needed, the number of personnel required and the level of effort to complete the job in the time frame specified in section IV, Period of Performance, below. Due to the disruptive nature of this project, all work shall be completed after normal work hours and/or on weekends, with normal hours defined as being Monday through Friday from 7am to 5pm, local time. Contractor to phase and coordinate installation one week in advance with VA COR to ensure that office spaces are ready for use, each weekday morning, during regular business hours. The contractor shall meet the requirements of Infection Control Risk Assessment (ICRA) when working in Building 141. The contractor will be responsible to protect all work surfaces from dust, debris, or water damage and will be expected to clean all work areas as needed before moving on to the next work area. Contractor to ensure that all adjacent surfaces are protected from damage during the period of construction. Patch and repair any damage due to construction before the end of the contract period. The contractor shall provide the COR with a construction safety plan. that must be approved by VA Safety prior to work beginning. This plan shall detail fire, construction, and health-related safety measures, in addition to listing Training Records for all employees for the previous year. A company standard or boilerplate safety plan will not be acceptable plan should contain a detailed hazard analysis for each element of construction to be performed such as an Activity Hazard Analysis (AHA) or Job Hazard Analysis (JHA). This entire project shall conform to 100% of all VA standards and specifications, OSHA, AIA Construction Guidelines, Joint Commission Environment of Care Standards, and applicable building codes. The Contractor shall be responsible for the health and safety of their own employees. The VA will inform the Contractor of any hazards such as designated permit confined spaces, electrical hazards, etc. which may affect Contractor employees. The Contractor must take precautions appropriate for the safety of their employees as well as provide equipment necessary for these actions. Contractor employees will notify the VA Representative before entering a designated permit required confined space, so precautions can be taken in advance of the work. Contractor Supervisor: A competent and experienced English-speaking Contractor Supervisor shall be provided by the Contractor whenever work is being performed. The Dept. of Veterans Affairs (VA) requires strict adherence to the Code of Federal Regulations 29, Part 1926. This includes the requirement that the contractor have a Competent Person on the job at all times (must have a 30-hour OSHA card), and that all contractor employees have received a minimum of ten (10) hours of OSHA construction safety training. Documentation of these requirements shall be submitted and approved prior to performing the work. The Dept. of Veterans Affairs (VA) requires strict adherence to the Code of Federal Regulations 29, Part 1926. This includes the requirement that the contractor have a Competent Person on the job at all times (must have a 30-hour OSHA card), and that all contractor employees have received a minimum of ten (10) hours of OSHA construction safety training. Documentation of these requirements shall be submitted and approved prior to performing the work. III. Existing Site Conditions The work is localized to the Administration Building 141 on the VA Medical Center campus in Fort Harrison, Montana. Almost every space throughout the building will have at least one fin tube convector located inside. This will require access to each space as the work progresses. The VA COR will assist with coordinating access. It is the expectation of the VA that hazardous materials should not be encountered during this project; however, this assumption is to be validated by the Contractor through site investigation prior to installation and all other work required by the project. Any hazardous materials encountered shall be rectified by the contractor. Remediation shall be managed by the contractor though modification. Contractor to be aware of possible ACM and identifying possible ACM. Contractor shall test for Asbestos. Testing of suspected asbestos is the responsibility of the contractor. If testing results are positive for asbestos; the cost of asbestos abatement shall be handled by modification with the contractor. VA has electronic record drawings that may reflect existing conditions, which may be provided. Electronic drawings provided by the VA are for reference and informational use only. These were part of a previous Bldg. 141 Heating System Upgrade project and are provided mainly for Fin Tube Radiator locations to assist contractors w/ existing equipment configuration. Sheet Notes on these drawings are not applicable to this project. Due to the building being occupied during the weekdays, Monday through Friday from 7am to 5pm, the Contractor shall phase and coordinate construction accordingly with the VA COR to ensure that office spaces are ready for use, each weekday morning during regular business hours. All work shall be completed after normal work hours and/or on weekends for the duration of the project. The successful Contractor and all his team shall be required to meet local and Federal COVID 19 restrictions and any other safety measures required by the VA. VHA Supplemental Contract Requirements for Combatting COVID-19 Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, contractors shall show proof of vaccination. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test that includes an affiliated telehealth service. Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.  Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. IV. Period of Performance All work to be completed within 90 days of all materials arriving on site and after the Notice to Proceed (NTP) is issued. Submission of a construction safety plans, a quality control plan, phasing, schedules, materials submittals, etc. shall be required to receive the full notice to proceed. This period of performance includes up to 60 calendar days of administrative lead time. V. Construction Period Services During the construction period, the VA will act as designer and will be the primary point of contact for all RFIs, submittals, etc. The VA shall not be responsible for disruptions to ongoing daily operation or access to the building related to construction activities. The VA will review all necessary completed work as submitted by the Contractor and will recommend approval/disapproval. VI. Post Construction Quality Validation Within the specification and per FAR 52.246-21 Warranty of Construction, the Contractor is to provide a one (1) year warranty period, from the date of final acceptance of the work, covering defects related to all work performed and any materials/equipment included in the project. VII. Bid Schedule Base Bid The Contractor shall provide all necessary labor, materials, tools, equipment, and services to complete all work as stated in this scope of work. END OF STATEMENT OF WORK .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f38e2c90f604800a5fd0c43eb9649c1/view)
 
Place of Performance
Address: Fort Harrison, MT 59636, USA
Zip Code: 59636
Country: USA
 
Record
SN06206445-F 20211231/211229230108 (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.