Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2022 SAM #7534
SOLICITATION NOTICE

Z -- FY22: NRM Tier 2 (PROJ: 672-22-809) DB - Install New HVAC Unit in SPS for Backup.

Notice Date
7/15/2022 3:10:26 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24822R0155
 
Response Due
8/17/2022 1:30:00 PM
 
Archive Date
10/30/2022
 
Point of Contact
Rey F. Clemente, Contracting Officer, Phone: (939) 339-2946
 
E-Mail Address
rey.clemente@va.gov
(rey.clemente@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
DESCRIPTION Date: 07/15/2022 Fiscal Year: 2022 Contracting Office Zip Code: 00921-3201 Service Code: Z2DA Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 8 Construction Team 1 VA Adm. Bldg. Suite 4M440 10 Calle Casia San Juan, PR 00921-3201 Subject: FY22: NRM Tier 2 (PROJ: 672-22-809) DB - Install New HVAC Unit in SPS for Backup. Proposed Solicitation Number: 36C24822R0155 Closing Response Date: 08/17/2022 at 04:30 PM Atlantic Standard Time (AST) NCO-8 POC is Rey F. Clemente, Contracting Officer email: rey.clemente@va.gov This requirement is set-aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB). General Description: The Department of Veteran Affairs (VA), Veterans Integrated Service Network (VISN) 8, at VA Caribbean Healthcare System, San Juan, Puerto Rico, and NCO-8 intends to issue a Design-Build project. The purpose of this project is for design and construction services for the Installation of a New HVAC Unit in SPS for Backup. As-built drawings indicating the location of the existing HVAC System shall be provided to the contractor for reference. The contractor shall perform a thorough field assessment to validate the HVAC system location shown on drawings. This includes a new chiller water piping from the main header to the new AHU with new control valves, strainers, etc. Provide Electrical, Mechanical, Structural, Civil and Architectural disciplines for the D/B Design-Build Project to install a redundant Air Handling Unit (AHU) to serve the SPS area, as a backup for AHU-23. The new unit will be installed in parallel and will have 100% of the required capacity such that: During Normal Operating conditions both Units run in parallel at 50%. Have the capability to run independently and supply 100% of the required capacity. Based on the HVAC Design Guide requirements for the SPS area, the required 100% capacity requirement needs to be validated by the Contractor to properly size the new AHU and to properly design any required modification of the existing AHU-23. This equipment must operate 24hr/7days which makes it extremely difficult to coordinate shutdowns to perform their required maintenance, which in turn shortens the life of the equipment and increase the maintenance cost associated with the equipment. By having a redundant AHU running in parallel would allow to have redundancy, which will provide the capability of providing maintenance to each equipment without affecting the SPS Area. Furthermore, this new equipment will eradicate the existing Single Point of Vulnerability associated with AHU-23 and the SPS Area Parameters. The new equipment shall be located next to the exiting AHU-23. As such any site preparation required to the existing structure needs to be completed to accommodate the new AHU. A new control system through the existing Building Automation System (BAS) shall be provided. Waterside and airside Testing, and Balancing (TAB) services shall be provided. TAB reports shall be provided for existing and new conditions. Cooling / heating loads calculations, field measurements, etc., shall be performed by the contractor for proper sizing of the system if deemed necessary by the designer. All the calculation, field measurements and diagrams required for the correct sizing and selection of the equipment shall be provided. Those systems shall be connected to the exiting piping distribution and its control system integrated on the new controls architecture. As built drawings of those systems shall be provided to the contractor. Existing main chiller water piping is located at the 2nd floor roof of the Main Building. The contractor shall perform a thorough assessment of those piping systems and can incorporate any required modification as part of the new design, if deemed appropriate by the designer. As-Built Drawings shall be generated and provided by the contractor. System design shall be per VA HVAC Design Manual, latest edition, ASHRAE, VA Master Specifications, National Electric Code, latest editions, and all applicable plumbing codes. The selected contractor shall be responsible for all State and Federal construction permits applicable to this project. The DB Contractor who prepares the construction documents shall be a professional Architect or Engineer Licensed in Puerto Rico, in which the design build work is completed. The professional seal indicating such license by Commonwealth of Puerto Rico shall appear on the final construction documents. The Architect whose seal is shown in the drawings shall be known as the Architect of Record. The DB Contractor shall certify compliance with the VA Solicitation Requirements, including all applicable codes. COVID -19 Requirements: The selected contractor shall strictly follow the implemented hospital protocols to deal with the current COVID-19 situation as stated by the CDC, OSHA, VA authorities and Local Government. Verify the state requirements regarding flying into Puerto Rico as VA have no control over state restrictions: https://travelsafe.pr.gov/ .They may change at any time and may (or may not be) more stringent than VA requirements. The CDC has issued a Warning Level 3 for Puerto Rico: "" Warning Level 3, Avoid Nonessential Travel"". See the following website: https://wwwnc.cdc.gov/travel/destinations/traveler/none/puerto-rico Cap and properly finish all utilities not to be reused under this project so as to maintain utilities outside of the project area operational. Coordinate this work with the COR. All work to be conducted during regular business hours. The interruption of utilities by this project that affect surround active areas may require the work to be accomplished outside of normal working hours (Weekends, Holidays, Evenings and Nights) so as not to interfere with normal Hospital functions. However, project shall be accomplished to ensure minimal interruptions with daily hospital operations and patient care. Utility Outages, including disruption of fire alarms, must be requested by the Contractor at least 14 working days in advance. All D/B Contractor's personnel are required to have completed an OSHA-approved 10-hour construction worker course prior to working on the site. The On-site general superintendent/supervisor is required to have completed an OSHA-approved 30-hour construction course prior to working on the site.  Every worker must provide the Contracting Officer a copy of current certificates identifying successful completion of the training prior to executing work for the Veterans Administration. In addition, D/B Contractor shall provide submittals for contract construction or renovation work which include the names, qualifications, and training dates for D/B Contractor s Competent Persons (CP), who has been designated to administer the site-specific safety program, as well as the CP for other activities as required by OSHA regulation 29 CFR 1926.32 (such as scaffolds, cranes, excavations, etc.).  D/B Contractor s CP are required to implement and maintain effective safety programs that identify and control hazards that may cause injury or illness to VA patients, staff, visitors, and D/B Contractor employees.  The VA CP does not take the place of D/B Contractor s CP nor acts on their behalf.  The VA CP determines if D/B Contractor is meeting VA standards and contractual requirements for safety and OSHA compliance.  When these standards and contract requirements are not being met, the VA COR/PM and/or CP will take immediate action to prevent injury, non-compliance, and/or property damage. The D/B Contractor shall submit an Activity Hazard Analysis (AHA), and an Accident Prevention Plan (APP) as per FAR 52.236-13 prior to commencement of site activities.  The Government shall have twenty-one (21) calendar days to review the AHA and APP. Contractor period of performance shall be 365 calendar days after the Notice to Proceed (NTP), including design phases, Government review phases and construction. The magnitude of construction is: Between $100,000.00 to $250,000.00, in accordance with Federal Acquisition Regulation (FAR) 36.204 (c). The SOLICITATION will be issued on or about July 8, 2022. All information for this solicitation will be posted at GPE at SAM.gov. All interested firms must be registered in the System for Award Management SAM.GOV and must be certified SDVOSB and verified in VIP at https://vetbiz.va.gov before the solicitation due date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aea987ed115a4e09a3c6d46a15f94eca/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Caribbean Healthcare System 10 Calle Casia, San Juan, PR 00921-3201, USA
Zip Code: 00921-3201
Country: USA
 
Record
SN06390711-F 20220717/220715230119 (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.