Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
MODIFICATION

Z -- Injected Foam Insulation Services

Notice Date
3/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
 
ZIP Code
35233
 
Solicitation Number
VA24712R0024
 
Response Due
4/9/2012
 
Archive Date
5/9/2012
 
Point of Contact
Connie Ganier
 
E-Mail Address
3-8101
 
Small Business Set-Aside
N/A
 
Description
Date: 28 Feb 2012 - Mod solicitation site from FedBid to e-buy. This is a pre-solicitation notice for Foam Insulation Installation Services in accordance with FAR Part 5. The Department of Veterans Affairs, Birmingham Veteran Affairs Medical Center (BVAMC), 700 S. 19th Street, Birmingham, AL 35233 is seeking sources for a potential contract to provide injected foam insulation services at the Tuscaloosa Medical Centers located at 3701 Loop Road, East, Tuscaloosa, AL 35404. The finished installation restores thermal efficiency; prolongs the life of piping systems; prevents ground water intrusion; and eliminates visible steam vapor on campus. The process shall create minimal disruption during application and the steam system shall remain in service during application. The intended contract is anticipated for a one time buy of services required. Anticipated Award date is 2 April 2012. Field Investigations, demolition, and installation shall generally begin within 45 days of contract award and substantial/final completion shall be accomplished within 175 days after start of work. Transmittal. Transmissions to the GPE must be in accordance with the interface description available via the Internet at http://www.fedbizopps.gov. Contract Line Item Number: CLIN 0001 Installation by injection approx 1,452 LF of foam insulation into steam trenches and rickwil system. Quantity of 1 job. The successful offeror must provide all labor, trained technicians, supervision, warehousing, materials, travel, mobilization, subsistence, consumable supplies, pumping/metering equipment and chemicals to inject a high-temperature, rigid polyisocyanurate foam into the concrete trenches that currently house steam and condensate piping. Such foam insulation shall be capable of withstanding 400�F in continuous service and 450�F in intermittent/peak service. The injected formulation (Condufill or equal) must be non-hazardous and shall expand to a volumetric ratio of not less than 30 to 1, filling all voids between the surface of the interior conduit surface and the insulated (or hot surface) of it�s internal piping. The formulation shall have a nominal density of 3.5 lbs/ft�, a K-Factor of.18 btu/inch/hr-ft�-degree F, a water absorption rate of 95%, a compressive strength no greater than 17.5 psi and a dimensional stability of not less than -0.20%. The successful offeror shall furnish certified laboratory test data verifying that the proposed product meets these requirements. The process of injecting the flowable rigid insulation into the steam trenches shall be conducted while the steam piping is operating and at standard steam system operating temperatures. Access ports necessary for the injection of the chemical components shall be provided by means of air-vacuum excavation equipment in order to minimize disruption to the surfaces above the steam trenches. Entry through the surface of the metal/concrete conduits, and cutting of such conduits to access the �target voids� shall be made by torches, grinders or diamond core drill bits. Injection shall be made through tubing that is capable of withstanding standard steam system operating temperatures and the voids shall be completely filled with the expanding high-temperature foam insulation. All street, sidewalk and other ground surfaces penetrated to gain access to the steam trenches shall be fully restored to their original condition following the injection process. The following four tasks are required: 1. Thermally repair the following sections of concrete steam trenches that currently house steam or condensate piping on the Tuscaloosa VAMC campus (the standard trench configuration is 24 inches by 36 inches): Between Bldg#18 and Bldg #3 (approx. 150 LF of 4� HPS and 2� CR) Between Bldg #3 and Bldg #5 (approx. 460 LF of 6� HPS and 2� CR) Between Bldg #12 and Bldg #17 (approx. 80 LF of 2� LPS and 1.5� DCR) Between Bldg #39 and Bldg #40 (approx.125 LF of 4� MPS, 2.5� CR and 1.5� DCR) Between Bldg #40 and Bldg #33 (approx. 170 LF of 6� MPS and 2� CR) Between MH#41 (north) to Bldg #12 (approx. 320 LF of 6� MPS and 2� CR) Bldg #41 to MH#41 (approx. 85 LF of 2.5� MPS and 1.25� CR) Bldg #33 to MH#41 (approx. 60 LF of 6� MPS, 2� CR and 1� DCR) 2. Thermally repair insulation with conduit from Bldg #3 to MH#1 Ricwil (approximately 520 LF of 6�HPS in 14�diameter steel casing). Access the Ricwil system from MH#1 and from non-intrusive vacuum digs above the line. All access points to the concrete conduit will be by air-vacuum excavation equipment and each dig will be temporarily shored with 12� schedule 40 PVC pipe. Accessing Ricwil piping from above ground is labor intensive and requires an excavation every 10 feet along the line. 3. The successful offeror shall measure, design, manufacture, and install custom-made Removable Insulation Covers (RIC) for all applicable steam piping in MH#1, MH#3, MH#5 and MH#41. This will include stripping of existing and disposing of insulation in MH#3, MH#5 and MH#4. Asbestos remediation is not included and shall be the VA�s responsibility. These RIC�s will be specially fabricated with a grey LFP 2109 PTFE-coated outer jacketing and a hydrophobic 20 mm Pyrogel� XT insulation mat that is designed to repel water in flood-prone manhole environments. 4. The successful offeror shall install (via cold tap method) three (3) steam driven Sump Ejector Pumps for Tuscaloosa VA in 3 vaults (MH#1, MH#3, and MH#41). Asbestos remediation is not included and will be the VA�s responsibility. All responsible sources may submit a proposal which shall be considered by the agency and posted on e-buy under VA247-12-R-0024 on 15 March 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/VA24712R0024/listing.html)
 
Place of Performance
Address: Tuscaloosa VA Medical Center;3701 Loop Road, East;Tuscaloosa, AL 35404
Zip Code: 35404
 
Record
SN02690162-W 20120308/120307120639-4b224903900a617844bd1d74ec5d9c54 (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.