Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

Y -- Various Projects, VA Medical Center, Sheridan, Wyoming - Primary Electrical Distribution, Replace Galvanized Water and Drain Lines,HVAC Replacement Project

Notice Date
8/8/2008
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F08B0013
 
Response Due
9/9/2008
 
Archive Date
11/8/2008
 
Point of Contact
Barbara A. Young,
 
E-Mail Address
barbara.a.young@usace.army.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
NOTE: The Site Visit has been rescheduled for 28 August 2008. See Solicitation. On or about 07 August 2008, this office will issue Invitations for Bid for construction of the Various Projects, VA Medical Center, Sheridan, Wyoming. The solicitation will close on or about 09 September 2008. This solicitation is RESTRICTED TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESS PARTICIPATION. The PRIMARY North American Industry Classification System (NAICS) code for this project is 237990 with a size standard of $31 million in average annual receipts. The SECONDARY NAICS code for this project is 238220. For Contractors interested in inspection the site, a tentative site visit date has been scheduled for 28 August 2008. Contact Dwight Pochant, US Army Corps of Engineers at 605-923-2983 for reservations and he will provide detailed information (meeting place, time, points of contact, and access requirements). DO NOT submit requests for plans and specifications to the site visit personnel listed above. See Obtaining Solicitation Documents below. _______________________________________________________________________________ Project Description: (Approx. quantities) The work consists of 3 projects (to be bid as one): 1) Primary Electrical Distribution, "Description. The Contractor shall provide all labor, plant, and supporting tools/equipment to eliminate elbow terminations in existing manhole vaults, replace XLP cable with EPR cable in underground concrete-encased conduit, and replace an existing riser pole and GE primary switchgear on an existing 12,500V distribution system with a dual-feed, arc-flash protective switchgear system. Additionally, a switched capacitor will be added to the system on the primary feed from the local utility. Work is to be performed at the Sheridan Veterans Affairs medical Center, 1898 Fort Road, Sheridan, WY. Non-Interruptive work may be performed during normal working hours, Monday thru Friday, 8 AM to 5 PM. Interruptive work and outages shall be performed on weekends that are approved by the Contracting Officers Technical Representative (COTR). All outages shall be of minimal duration (normally 8 hours or less) and outages shall be during weekends (Saturday and Sunday) or at night. All outages shall be approved by the Government COTR. 2) Replace Galvanized Water and Drain Lines, "Description. This requirement is to provide all labor, transportation, plant, supporting tools/equipment and supervision necessary to repair, sleeve-line, demolish and replace as necessary, existing galvanized water and drain lines throughout the medical center. Project will replace sections as deemed necessary according to design. All work must be executed in such a manner that the facility continues operation. Non-Interruptive work may be performed during normal working hours, Monday thru Friday, 8 AM to 5 PM. Interruptive work and outages shall be performed on weekends that are approved by the Contracting Officers Technical Representative (COTR). All outages shall be of minimal duration (normally 8 hours or less) and outages shall be during weekends (Saturday and Sunday) or at night. All outages shall be approved by the Government COTR. 3) HVAC Replacement Project, "Description. The contractor shall provide all labor, plant, and supporting tools/equipment to remove two (2) existing 130 ton chillers and replace them with two (2) new 170-ton chillers in the same location. Work will also include flat plate heat exchanger installation, and replacement of the present open tower cooling system with closed-loop, 170-ton cooling towers designed for 105 degree outside air temperatures. The chillers, cooling towers and heat exchanger will be furnished by the owner as Government-Furnished Equipment (GFE). Work is to be performed at Building 71N, at the Sheridan Veterans Affairs medical Center, 1898 Fort Road, Sheridan, WY. Non-Interruptive work may be performed during normal working hours, Monday thru Friday, 8 AM to 5 PM. Interruptive work and outages shall be performed on weekends that are approved by the Contracting Officers Technical Representative (COTR). All outages shall be of minimal duration (normally 8 hours or less) and outages shall be during weekends (Saturday and Sunday) or at night. All outages shall be approved by the Government COTR. The new chillers and controls shall be government furnished equipment. Only one chiller may be removed/replaced and re-piped at one time to ensure that the building chilled water system will not have any outages, unless the work can be accomplished in one weekend with one outage. If work can be accomplished in one weekend, this shall be approved by the Government and the contractor must remove and replace both chillers, do all piping, controls and electrical work and have the chillers up and running to full capacity by midnight Sunday night. Building 71N is a three story building, and this chiller array serves as the primary chilled water source serving three buildings. The estimated construction cost of these projects is between$1,000,000 and $2,500,000. _______________________________________________________________________________ The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 360 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov). Find solicitation announcement in Fed Biz Opps (www.fbo.gov) 1.Use the Quick Search to locate the project (by entering all or part of the solicitation number) or use the advanced search features offered in the Find Opportunities (large arrow in the middle of the page) or use the Opportunities tab followed by the Advanced Search tab. 2.By using the login feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading All Files or from the Packages tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the Interested Vendors tab and then Add me to Interested Vendors link at the bottom of the page. Questions regarding the ordering of the same should be made to: 402 995 2069. Telephone calls regarding Small Business matters should be made to: 402 995 2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-995-2772 or Specification Section at: 402-995 2184. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 1616 Capitol Avenue Omaha, NE 68102 4901
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fe852c34eebc75aadc8ad10198cad4b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01634918-W 20080810/080808221409-0fe852c34eebc75aadc8ad10198cad4b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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