Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
DOCUMENT

Y -- Complete Various Mechanical Upgrades - Project #460-SL-113 - Attachment

Notice Date
8/3/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Acquisition (460);1601 Kirkwood Hwy.;Wilmington DE 19805
 
ZIP Code
19805
 
Solicitation Number
VA24411IB0219
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Chuck Peck
 
E-Mail Address
4-2511
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington, DE intends to issue a Firm-Fixed Price Construction contract award to a Service Disabled Veteran Owned Small Business (SDVOSB). The contractor will supply all materials, trained labor, tools and equipment needed to completely prepare site for building operations and perform the work. This work will include general construction: 1. Install an air-cooled chiller dedicated to the ICU. a.Existing 12,000cfm air handling unit for the ICU is tied in the main chilled water plant. In accordance with the VA HVAC Design Manual, install a dedicated air-cooled chiller on the roof adjacent to the air handling unit. Provide cross-connections with the central chilled water plant for emergency backup. 2.Replace the CLC chiller. a.Existing 80-ton chiller on grade serving the CLC is to be replaced. Remove and legally dispose of existing refrigerant and chiller. New chiller is to be tied into existing piping. 3.Replace and increase the size of the split system serving the boiler plant office. a.Existing split system serving the Building 7 office and toilet rooms is old and undersized. Replace this system with a larger unit accounting for the heat load within the boiler plant. 4.Replace air compressors in rooms 4 and 145. a.Air compressor for room 145 is government furnished equipment. Contractor to make all tie-ins and adjustment required to remove existing air compressor and install new equipment furnished by the Government. b.Air compressor for room 4 is to be furnished and installed by the Contractor. Demolish and remove existing air compressor. 5.Replace the CLC air handling unit serving the core area. a.Existing air handling unit for the CLC core area provides 100% outside air to existing fan coil units. This unit is beyond its useful service life. Option to replace of rebuild and re-insulate this unit, including supply fan, coils, and isolation valves. 6.Replace VAV control valves on the 4th floor. a.Replace quantity forty nine (49) 3-way control valves and actuators at VAV boxes on the 4th floor (in-patient rooms). Patch/repair insulation as required. Control valves to be tied into the new BAS head end system being installed by others. 7.Replace air curtains at two doorways. a.Replace existing air curtains at the main entrance to the CLC with government furnished air curtains. b.Replace existing steam heat air curtains at the loading dock entrance with electric heat air curtains. Contractor to furnish and install new equipment. Demolition and safing-off of existing steam lines and running of new electric feed is by the Contractor. 8.Install a split system to serve the old pool room. a.The old rehabilitation area pool room has been converted to a rehab area and it is unlikely that the pool will be used again. Install a government furnished 3-ton air handling unit and outdoor condenser unit to serve this area. 9.Re-finish the bathroom in the warehouse. a.Provide HVAC (exhaust, heating, and cooling) in the warehouse bathroom. b.Provide new durable finishes (ceiling, lights, flooring, and paint). c.Provide new plumbing fixtures (toilet, urinal, and sink). Rough-in for new urinal is by the Contractor. d.Provide new specialties (grab bars, mirror, toilet paper dispenser, etc. e.Note, new windows in the space will be provided by others, but should be accounted for in the design. 10.The DB Contractor is to plan all phasing of work in coordination with Hospital staff in order to minimize disruption to hospital operations. Contractor to provide appropriate temporary heating or cooling during replacement or work outside of normal operating hours in order to minimize disruption to normal operations. 11.All areas in this building are fully sprinkled. 12.Construction Waste Management, Specification 017419 is to be included. 13.Fire Safety Peer Review. Architect/Engineer shall utilize the services of the Network 4 contracted Fire and Safety Engineer to conduct a fire and life safety peer review of the project. The architect/engineer shall provide a complete copy of the 75% document submission to the VA Project Engineer to forward for review. The contracted Fire and Safety Engineer will return comments to both the architect/engineer and the VA Project Engineer prior to the corresponding review meeting. No fee will be charged for this service. All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov. The A/E will follow VA design guides and provide revised and improved specifications based on the VA standard specifications The North American Industry Classification System (NAICS) code is 236220. The U.S. Small Business Administration Size Standard is $33,500,000.00. The SOLICITATION issue date will be approximately AUGUST 18, 2011 with an approximate response date of SEPTEMBER 19, 2011. A pre-bid meeting and site visit will be scheduled around AUGUST 25, 2011. Contractors are encouraged to read the entire solicitation and send questions to the Contracting Officer before the pre-bid meeting. The solicitation will be an Invitation for Bid (IFB) and will be issued as a 100% Service Disabled Veteran Owned Business set-aside. The project magnitude is between $250,000.00 and $500,000.00. The solicitation will result in a Firm-Fixed Priced Contract. The entire solicitation will be made available only on the Electronic Posting System (EPS) web site https://www.fbo.gov/index?cck=1&au=&ck=. Paper copies of the solicitation will not be available. The SOW, contract drawings and specifications will be available when the solicitation is posted. Once the solicitation is posted, it is incumbent upon the interested parties to review the EPS website frequently for any updates/amendments to any and all documents. Point of Contact(s): Chuck Peck, Contracting Officer, 302-994-2511 x7526, Charles.Peck@va.gov. Please do not request additional information until the solicitation is posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WiVAMROC460/WiVAMROC460/VA24411IB0219/listing.html)
 
Document(s)
Attachment
 
File Name: VA-244-11-IB-0219 VA-244-11-IB-0219_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227426&FileName=VA-244-11-IB-0219-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=227426&FileName=VA-244-11-IB-0219-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wilmington VA Medical Center;1601 Kirkwood Highway;Wilmington, DE
Zip Code: 19805
 
Record
SN02519973-W 20110805/110803235150-b40e1ed03ea1e6bf1f5ba9c0d3d06aac (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.