Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOURCES SOUGHT

J -- HVAC Repairs & Upgrades - B155 Repairs Northern Arizona VA Healthcare System

Notice Date
8/18/2022 1:40:30 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1576
 
Response Due
8/24/2022 9:00:00 AM
 
Archive Date
10/23/2022
 
Point of Contact
Torres, Tanya, Contracting Officer, Phone: 602-795-4367
 
E-Mail Address
Tanya.Torres2@va.gov
(Tanya.Torres2@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below TheNorthern Arizona VA Healthcare System (NAVAHCS) located at 500 AZ-89, Prescott, AZ 86301 is seeking a potential qualified contractor that can provide upgrades to the outdated Heating, Ventilation, Air Conditioning (HVAC) Systems. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 ($16.5 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to tanya.torres2@va.gov All information submissions to be marked Attn: Tanya Torres, Sources Sought Notice, and should be received no later than 9:00 am PST on Wednesday 24 August, 2022. DRAFT PERFORMANCE WORK STATEMENT B155 Repairs Northern Arizona VA Healthcare System 500 Highway 89 N Prescott, AZ 86313 CONTENTS: Background Project Objectives Statement of Work Requirements Special Technical Requirements Attachments BACKGROUND The outdated Heating, Ventilation, Air Conditioning (HVAC) Systems in Building 155 have or will soon completely fail on the campus of the Northern Arizona VA Healthcare System- Prescott AZ Campus. The facility is unable to adjust, control, or monitor the temperatures in the various buildings. PROJECT OBJECTIVES: Proper temperature, ventilation, and control of the buildings STATEMENT OF WORK/REQUIREMENTS: Contractor to provide all labor, materials, tools, supervision and equipment to make the repairs noted below: CLIN-0001: B155 Hydronics Repairs Install one (1) new Hydronic circulating pump Bell & Gossett inline pump series E-80, Model 2.5 x 2.5 x 9.5C, SS, 5HP, 1800 RPM, with 8.625 , impeller, dual voltage, 135GPM @ 70 ft. Rebuild one (1) existing 5 HP, 1800 RPM pump and return for spare on site Add cleaner to system, circulate for at least 24 hours and flush out. Chemical cleaner to be non-hazardous per OSHA & DOT; environmentally conscious formulation. Able to reduce nutrient sources for microbe growth. Protects all clean metal surfaces from corrosion and redisposition during the cleaning process. Add 450 gallons glycol to loop Repair insulation in the penthouse and throughout the building as needed Water damaged insulation is on the 2nd floor in the hallway outside the lobby. Areas in the attic mezzanine, had AHU repairs over the years where insulation was stripped back or damaged. Add water differential pressure transducer to assist in future monitoring and connect to existing delta system and establish appropriate alarming Rework piping orientation and replace valve actuator on 3-Way valve The installed valve was piped with the motor portion on the bottom. Over the years, the seals leaked and allowed water to drip into the electronics. Proposed alterations would allow valves to be installed in the proper orientation. CLIN-0002: Pump Room Fan Coil Unit Provide and mount new 600 cfm 115v, 1Phase, 6 row fan coil in riser room, pipe chilled water from existing valves to new coil, install a return air box with outside air and two (2) dampers, start up and verify proper operation Provide and Install new controllers for the fan coil unit, to manage the fan, chilled water valve and modulating actuator and also monitor status of fan, discharge air temperature and space temperature. Proposed controllers are Delta Controls DAC322 with EZNS-T100 zone sensors. Add standardized Delta graphics framework to floorplans on existing delta system. Include all plenum wiring, conduit and control wiring as required. CLIN-0003: Building 13 EMS Provide and install new controllers for the three (3) fan coil unit (2 on 2nd floor and 1 on 1st floor), to manage the fan, chilled water valve, Steam valve/heat strip and modulating actuator and also monitor status of fan, discharge air temperature and space temperature/sensor. Proposed controllers are Delta Controls DAC322 with EZNS-T100 zone sensors. Add graphics to floorplans on existing delta system. Include all plenum wiring, conduit and control wiring as required. Tie units into a new CPU Connection to existing Delta Controls. Remove old JACE (Java Application Control Engine) in building 155 and associated wiring and conduit. Existing outdated version 2 JACE, has no practical and functioning purpose, will be replaced with Delta Controllers. The controller will be returned to NAVAHCS or disposed. The controller should not be repurposed as its reliability is suspect do to its age and version. CLIN-0004: Surveillance Camera Inclusions Proposed camera locations are indicated in submittal, mixture of indoors and outdoors for general security. The building has minimal camera coverage, and it is an optimal spot to monitor the main hospital courtyard and an intersection of main roads. The cameras coverage would also include parking lots, back road, and the central plant in addition to building entrances and exits. Interior cameras are in major intersections and lobbies to assist VA PD in security monitoring. Provide and install Vivotek or equal Twelve (12) 5MP Fish-Eye Cameras with advanced image de-warping Two (2 180 Panoramic Cameras Four (4) Speed-Dome PTZ cameras, 95W Power Injector and Corner brackets to go in the 4 corners of the building on the exterior Provide and install Ubiquity or equal 24 port POE Pro Network Bridging Appliance and SFP+ Fiber connection module Provide all plenum wiring, conduit and control wiring as required. Cameras to be plenum-rated purple POE CAT 6 Cable Connect and configure new cameras in existing Vivotek VAST NVR and PD Video Wall. CLIN-0005: Air Flow Monitoring Stations Provide and install two (2) outside air flow monitoring stations, one for each of the two air handling units in the attic. Connect to existing Delta Control system, add new graphics and floor plans. Provide all plenum wiring, conduit and control wiring as required. Air flow monitoring stations validate / monitor the volume of fresh air being provided to an air handler. This is an important part in supporting fresh air exchanges inside the facility to reduce CO2 buildup and minimize stagnation. It is recommended to reduce the spread of infectious airborne pathogens that buildings do what they can to increase the airflow. B156 and B157 D. SPECIAL TECHNICAL REQUIREMENTS: Drawing Files: N/A Meeting Minutes: If any meeting for this project is necessary, COR will maintain or produce meeting minutes. VA Standards: Contractor could access VA s technical library on the internet at http//www.cfm.va.gov/til/ : if they need to know more about VA Standards Codes: The following codes and criteria shall be utilized to the extent applicable. The contractor should have personal copies of these documents for use during the project. The contractor shall make the COR aware of any conflicts between these documents and VA Handbooks, as applicable to this project, and obtain a decision. Not all below will be applicable to this project but, it NFPA 10 Portable Fire Extinguishers NFPA 13 Installation of Sprinkler Systems NFPA 70 National Electric Codes NFPA 72 National Fire Alarm Code NFPA 90A Installation of Air conditioning and Ventilation Systems NFPA 99 Health Care Facilities NFPA 101 Life Safety Code NFPA 241 Construction, Alterations, and Demolition Operations ICC International Building Code IAMPO International Plumbing Code ASHRAE Fundamentals Handbook UL Fire Resistance Directory OSHA Standards for General and Construction Industry EPA Contractors will be assessed on current and previous experience (government and private) and technical competence, specific to project s requirements. Contractor s familiarity with facility (local) experience will also be reviewed. Contractor is encouraged to perform a facility visit, prior to work commencement. Contractor to provide a responsible party (Safety Officer, Quality Control or Superintendent) that possess current 40-hour OSHA training; and be present during work activities. Contractor must be licensed with the Arizona Register of Contactors. Contractor to supply security plan, defining physical and administrative security procedures. Upon completion of installation, contractor shall provide necessary operator training on the new HVAC Controls, and any associated O & M documents Disposal of any or all hazardous material produced during this replacement project shall be the responsibility of the contractor. Time requirement to complete the project: as these buildings serve employee work areas, contractor shall make any attempt to complete the project within a minimum possible time (240 days) and contractor shall ensure they have all materials to complete the project without any delay. Equipment testing (testing and balancing) must be performed to confirm equipment s performance and accuracy post installation. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, 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 and granted a medical or religious exception, 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/19a6745c8417452196b128d5d35f737f/view)
 
Place of Performance
Address: Northern Arizona VA Healthcare System 500 Highway 89 North, Prescott, AZ 86313, USA
Zip Code: 86313
Country: USA
 
Record
SN06433352-F 20220820/220818230130 (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.