Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

Y -- Commision Surgery HVAC Systems

Notice Date
11/20/2012
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Jack C. Montgomery VA Medical Center;ATTN: P&C, 90c;1011 Honor Heights Drive;Muskogee OK 74401-1318
 
ZIP Code
74401-1318
 
Solicitation Number
VA25613B0002
 
Response Due
1/10/2013
 
Archive Date
3/11/2013
 
Point of Contact
David L. Brown
 
E-Mail Address
7-3235<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This notice is for Project No. 623-12-103, Commission Surgery HVAC Systems at the Jack C. Montgomery VA Medical Center, Muskogee, Oklahoma. This is a 100% Service Disabled Veteran Owned Small Business Set-Aside (SDVOSB). All SDVOSB's may submit a bid, which will be considered by the agency. If your firm is not legally designated as a Service Disabled Veteran Owned Small Business, you are not eligible to bid on this project. This procurement is classified under NAICS Code 238220 and has a size standard of $14.0 Million. The cost estimate range for this project is between $25,000.00 and $100,000.00. Contractor shall provide all labor, materials, equipment, supervision, and transportation required to: 1. Provide all labor and materials to correct the following existing deficiencies: a.Contractor shall provide and install wireless temperature/humidity sensor in the sterile field of each Operating Room (OR-1 thru OR-5). New sensors shall be the primary input for ORs. Existing wall sensors shall remain as secondary input if primary input fails. Sensors and programming sequences shall be commissioned. b.Contractor shall provide and install high limit differential pressure switch (0.7" wc) on all air control valves (20 Places) and input to alarm at digital controls enterprise server. This alarm shall be commissioned as well as the existing low differential pressure switch alarm. 2.Provide all needed support from VA controls contractor (Automated Building Systems - Tulsa) and Test & Balance contractor to complete commissioning. Verify all digital control system calibrations, control sequences, and PID loop tunings. Test and Balance of all systems in drawings shall be re-performed to verify the report as directed by the Commissioning Agent. New report shall also include room pressure relationships in all modes of operation. Sound and vibration readings should not need to be repeated unless there are concerns from the Commissioning Agent. 3.Review mechanical surgical suite HVAC as-built construction drawings (qty. 19) and controls as-built construction drawings (qty. 7) against field installed components and existing programmed sequences. Revise the draft functional performance test to as-built conditions and review with VA to ensure commissioning is comprehensive. 4.Review mechanical standby chiller as-built construction drawings (qty. 10) and controls as-built construction drawings (qty. 3) against field installed components and existing programmed sequences. Operational sequence commissioning will be limited to emergency generator operation mode only. Amend the draft functional performance test to as-built conditions and review with VA to ensure standby chiller commissioning is comprehensive. 5.Execute commissioning tests and witness and document all results. Controls contractor shall provide all operating sequences, I&C drawings, and programming block diagrams as pdf attachment to existing graphics for HVAC system as well as AutoCad 2011 drawings. Intent of the project is to commission the surgical suite HVAC and supporting systems in regard to mechanical components and digital control systems. Electrical systems will generally not be commissioned except for variable speed drives and motor starters and electrical controls that directly impact mechanical system operational sequences. Existing systems have been in operation for over 1 year. Commissioning pre-functional checklist shall include verification by contractor of all items identified by the Commissioning Agent to ensure that systems are ready for testing. The Commissioning Agent Firm shall be certified by the Association of Energy Engineers as a Certified Building Commissioning Firm (CBCF). The individual designated as the Commissioning Agent, shall be certified by the Association of Energy Engineers as a Certified Building Commissioning Professional (CBCP). Commissioning Firm and agent shall have prior experience in commissioning hospital HVAC systems and provide references. Proof of certification(s) shall be submitted to the Contracting Officer and the Resident Engineer prior to award of contract. Contractor shall commission all surgical suite and standby chiller components to ensure a complete functional system in all modes of operation for the surgical suite (occupied, unoccupied, smoke control, standby chiller cooling, VFD bypass, all safety trips). Stand-by generator will not be commissioned. Standby chiller commissioning shall include monitoring of surgical suite environment during transition to standby chiller at design conditions. Commission to ensure appropriate cooling loads are shed to allow design conditions to be maintained in surgical suite. Contractor is responsible for all changes to programming sequences, instrumentation and control calibrations, and test and balance adjustments in order to commission the HVAC systems. All re-testing shall be the responsibility of the contractor. Contact the VA for resolution to any components that have failed, are installed improperly, or are missing. Commissioning shall include de-enegizing each individual surgical suite local controller and network controller to ensure HVAC systems default to failsafe operation. Contractor shall provide laptop PC with Windows 7 operating system. Coordinate with digital controls contractor for minimum requirements to operate VA owned Workplace Tech configuration software. All testing will typically be performed after hours (typically after 5PM-5AM weekdays) or on weekends. Contract shall be completed within 20 weeks following Notice to Proceed. Contract extension and remobilization at no additional cost to the government may be required for any testing that requires near design heating or cooling outdoor conditions to be met. Shall be completed in accordance with specifications, provisions, clauses and conditions of this contract and shall be completed within 150 calendar days from issue of Notice to Proceed. All work shall comply with local and state codes. A site visit is scheduled for January 20, 2013 at 9:00 a.m. Specifications and drawings will be uploaded on or about January 10, 2013. Specifications and drawings will be available for download from the fedbizopps site http:fbo.gov. Amendments to this notice will be posted at the fedbizopps website. In order to receive e-mail notification of amendments, you must register in fedbizopps. Bidders are responsible for obtaining and acknowledging all amendments to this solicitation prior to the closing of the response time. Questions concerning drawings or specifications should be sent to David L. Brown at David.Brownc6671@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25613B0002/listing.html)
 
Place of Performance
Address: Jack C. Montgomery;VA Medical Center;1011 Honor Heights Dr.;Muskogee, OK
Zip Code: 74401
 
Record
SN02934288-W 20121122/121120234204-af233a70e4f1fdcdcadc3fb088770753 (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.