Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
DOCUMENT

J -- COOLING TOWER REPAIR/ REPLACEMENT - Attachment

Notice Date
9/29/2011
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
VA24511RQ0354
 
Archive Date
10/29/2011
 
Point of Contact
RODNEY JACKSON
 
E-Mail Address
ROOM
 
Small Business Set-Aside
N/A
 
Award Number
VA245-P-0710 VA688C10879
 
Award Date
9/29/2011
 
Awardee
CT/HX, LLC;9305 GERWIG LN STE Y;COLUMBIA;MD;210462909
 
Award Amount
180,000.00
 
Line Number
1
 
Description
Date: September 22, 2011 From: Chief, Facilities Management Service (138) Subj.: Statement of Work (Cooling Towers Wet Deck Fill Replacement) To:Chief, Contracting Officer (90) 1. GENERAL SCOPE: The Contractor shall provide all supervision, labor, materials and equipment to perform the tasks listed below: Demolition "Remove existing wet deck PVC fill. "Dispose of to dumpsters. New Work "Apply new protective coating system to the sump basin "Install new wet deck fill system 2. GENERAL CONDITIONS AND DEFINITIONS: a.VA: Veterans Affairs. b.COTR: Contracting Officers Technical Representative. VA employee of VAMC Facilities and Engineering Service officially assigned to act as a Project Manager and Inspector on behalf of VAMC and the Contracting Officer. COTR shall be "First Point of Contact" on all matters concerning contract work for subject Project. c.ICRA: Infection Control Risk Assessment. An ICRA form must be filled out and signed by Infection Control personnel prior to any work - coordinate with COTR. d.ILSM: Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. e.NFPA-NFC: National Fire Protection Association - National Fire Codes. f.NEC: National Electrical Code, NFPA - NFC Standard 70 g.PROVIDE: Whenever used throughout the Scope of Work, term "Provide" is to be understood to mean - Purchase newly manufactured; Furnish delivered to VAMC work site in protective containers; Secure from tampering or theft; and Install in accordance with Contract Scope of Work, Drawings, Specifications and Manufacturer's Instructions all required items of administrative submittals, labor, demolition, construction, equipment items, and installation works for entirety of Contract. h.Coordinate all administrative and construction requirements exclusively with or through assigned COTR of VAMC Facilities and Engineering Service; and neither discuss contract work with, nor take any directives concerning contract work form any other person other than COTR unless specifically permitted and authorized to do so. i.All interior construction shall be designed in accordance with the VA Sustainable Design and Energy Reduction Manual. Whenever possible materials and techniques used for construction shall meet the U.S. Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED) requirements. j.Contractor will use low odor paint that contains no VOC's, paint finish shall be Eggshell unless otherwise directed by the COTR. In all areas where painting is required, a primer + 2 coats, or 3 total coats of paint shall be applied. k.Contractor shall use 90% postconsumer content rubber flooring/rubber tiles/covebase when specified. 3. DETAILED REQUIREMENTS: Furnish all supervision, labor, materials (except as noted), and equipment necessary to perform maintenance and repair of interior finishes at the VA Medical Center, Washington, DC. Demolition and Construction work includes the items listed below: Demolition "Remove and dispose of existing PVC heat transfer fill media and associated supports to dumpsters provided by contractor New Work "Perform the following procedures to all accessible interior sheet metal surfaces below the overflow piping: o Scrape clean as necessary with the use of a mechanically powered wire brush or abrasive disc grinder to prepare sheet metal for the new protective coatings. o Remove all particulate matter loosened by the grinding process to allow for proper adhesion of the new coating. o Wipe surfaces down, with a special solvent, to prepare the metal for a coat of galvanized compound. o Install polyurethane caulking to sheet metal seams prior to installation of galvanizing coating. o Apply one (1) coat of zinc rich cold galvanizing compound which doubles as a protective barrier and a primer for the urethane membrane. o Apply a continuous, seamless, positively bonded, elastomeric, waterproof membrane to accomplish the following: (a) protect the existing metal surfaces against further corrosion, (b) add 50mils thickness to the existing steel, and (c) reseal interior sheet metal seams. "For all heater components, furnish and install new galvanized steel plate connectors. "Furnish and install, in accordance with manufacturer's instructions, new OEM BACross replacement heat transfer media kit complete with galvanized steel supports further protected with the factory applied Baltibond Corrosion Protection System. 4. SUBMITTAL REQUIREMENTS: Provide submittals as indicated in the "Schedule of Contractor's Submittals" listed at the end of this section. Furnish to the Contracting Officer, for approval, four (4) prints of all shop drawings, product data, and catalogue cuts, of all equipment and materials furnished under this contract, before purchase, manufacturer or construction of the materials or equipment. No work can proceed without approved submittals. The Contracting Officer will examine these submittals and one copy will be returned to the Contractor for correction, if necessary. COTR may require additional submittals for different items not mentioned in this scope of work. Itemized below is a list of materials requiring drawings, certifications, manufacturer's literature, data brochures, Material Safety Data Sheets, technical data and samples. These materials as noted shall be submitted to the Contracting Officer by the Contractor for approval using the appropriate form approved by the Contracting Officer. The Contracting Officer shall return the submittals approved or disapproved within five days after receipt, by VA Form 08-6225. If the submittals cannot be made within seven days after Notice to Proceed or as specified by the Contracting Officer, the Contracting Officer shall be advised of the difficulty and an extension of time requested. Warranties and Operating Instructions are required at the completion of the Contract work. Three (3) copies of all Warranties and Operating Manuals shall be provided unless otherwise specified. Schedule of Contractor's Submittals: List of Subcontractors, Project Superintendent & Relevant Work Site EmployeesEmployee name, company name, address, phone, trade BACross PVC wet deck kitData Sheets Galvanizing CoatingData Sheets, MSDS Minor Utility OutagesRequest with at least 72 hours notice Construction ScheduleProgress Schedule updated weekly 5. SAFETY PRECAUTIONS: a.The Contractor shall comply with all applicable Federal, State and Local legal requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulation, such as applicable provision of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities, and shall ensure safe and healthful working conditions for its employees. b.Contractor shall assume the responsibility to guard against causing fires and/or explosion and to protect Government Property, reference NFPA 241 and 29 CFR 1926. c.The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. d.No flammable liquids shall be stored or used in the Medical Center. e.The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 41. f.The Contractor shall receive from the COTR a permit for all cutting, welding and soldering. g.All necessary precautions shall be taken by the contractor to prevent activation of any existing smoke detectors or sprinkler heads. 6. HAZARDOUS MATERIAL REPORTING: a.The Contractor shall maintain hazardous inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR's 355, 370, & 372) to be stored and used at this Medical Center. Hazardous materials must be inventoried when received and when the project is completed. b.Hazardous Materials Inventories, Material Safety Data Sheets and Material Quantities used shall be submitted to the Contracting Officer for approval. c.In the event of a spill, Contractor shall immediately notify the Contracting Officer's Technical Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provision of 40 CFR Part 761. 7. ENVIRONMENTAL PROTECTION: In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of the Corps of Engineers' Manual EM 385-1-1, "General Safety Requirements" as well as the specific requirements stated elsewhere in the Contract Documents. All hazardous and universal waste resulting from contractor demolition and construction shall be removed and properly disposed in accordance with 40 CFR 261 through 265, 40 CFR 273 and 40 CFR 279 by the contractor at no additional cost to the VA. This will include the disposal of ballasts, fluorescent bulbs, used oil, mercury switches and any hazardous material. Copies of disposal manifests must be provided to the COTR. Contractor must comply with Federal Executive Order 13514 and VA specifications by developing a waste management plan to divert 30-50% of demolition debris from the solid waste stream. At a minimum, the following shall be diverted from the landfill: inert material, wood, metal, cardboard, roofing material, plastics, carpets, carpet pads, gypsum board, insulation, unused paint. 8.INTERIM LIFE SAFETY MEASURES: A series of operational actions taken to temporarily reduce the hazard posed by life safety deficiencies created during and until completion of construction. 9.APPLICABLE SPECIFICATIONS: Specifications applicable to this project are attached. Required Specifications for this project are: 010000 - General Requirements 013323 - Samples and Shop Drawings, Submittals 014219 - Reference Standards 024100 - Demolition 10.ADDITIONAL INFORMATION: Parking for contractors will not be permitted on the VAMC/DC facility. Violators will be towed at Contractor's expense. Contractor will maintain their own dumpster at an approved location for removal of waste materials. The Contracting Officer is Ms. Dorrence A. Carrington (202-745-8000 Ext. 8420), and the Project Engineer will be Dawn Carroll-Amin, Facilities & Engineering (202-745-8000 Ext. 2262). CONSTRUCTION DURATION: 60 Days /s/ODEAL M. SCOTT-BEDFORD CHIEF-FMS (138)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/Awards/VA245-P-0710 VA688C10879.html)
 
Document(s)
Attachment
 
File Name: VA-245-11-RQ-0354 VA-245-11-RQ-0354.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263692&FileName=VA-245-11-RQ-0354-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263692&FileName=VA-245-11-RQ-0354-000.docx

 
File Name: VA-245-11-RQ-0354 NOTICE OF INTENT.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263693&FileName=VA-245-11-RQ-0354-001.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=263693&FileName=VA-245-11-RQ-0354-001.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02598575-W 20111001/110930000856-9a114bea7a301a7e64d81e6898000744 (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  © 1994-2020, Loren Data Corp.