Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
DOCUMENT

J -- INSTALL NEW CROSSFLOW FILM MEDIA - Attachment

Notice Date
7/25/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26016Q0737
 
Response Due
7/31/2016
 
Archive Date
9/29/2016
 
Point of Contact
Susan E. Dela Cruz
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described in the Statement of Work (SOW). Potential offerors are invited to provide information via e-mail to susan.delacruz@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition according to SOW. Potential contractors shall provide, at a minimum, the following information to susan.delacruz@va.gov: 1) Name, address, point of contact name, phone number, and e-mail address. 2) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quote nor does restrict the Government to an ultimate acquisition approach, but rather short statement regarding the company's ability to provide the service above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest, however, preference will be given IAW VAAR 819.7004 Contracting Order of Priority. The Government must ensure there is adequate competition among the potential pool of available contractors. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pays for information solicited. This synopsis is not a solicitation announcement for Request for Quote. No formal solicitation document exists at this time, and no contract will be awarded from this announcement. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office via email by 4:00 PM (PDT) on July 31, 2016. TOWER MEDIA REPLACE STATEMENT OF WORK (SOW) 1. Contract Title. Install new Crossflow Film Fill media on cooling tower #1 and #3 of the Spokane VAMC chilled water plant. 2. Background. The current Media on these cooling towers has been damaged and has reduced the heat transfer capabilities of the tower itself. We need to have this part of the cooling tower replaced to achieve design cooling tower heat transfer properties. This part of the cooling tower is not repairable it can only be replaced to achieve the required equipment design specifications. 3. Scope. The contractor will be required procure and provide all materials but not limited to: fill replacement, fill sheets, splice tubes and all hardware of the two Towers. Contractor shall remove the old film fill and clean the interior tower surfaces, contractor provide the new cross flow film media, and install as per manufactures instructions. Contractor shall be required to inspect the tower cell with the POC for any abnormal surface conditions that would prohibit a functional install of new film fill. Contractor shall be required to remove the old damaged film form the facility and dispose. Final testing and applicable adjustments will complete installation. Tower Information: Marley Tower Model Number NC3213CM, Serial Number 158430-NC3213CM-2000 4. Specific Tasks. The contractor will provide labor and materials to perform the following: "Remove and dispose of old fill for the #2 Marley Cooling Tower. "Inspect support frames, basins, pans, distribution and fastening areas for integrity. Submit condition found report. "Note: Significant Cleaning, Sandblasting and Sealing may be required once inspection areas are exposed after old fill is removed. The contractor will be responsible to clean sandblast and seal any area found requiring this labor. The POC will inspect with contractor the tower basins for any deficiencies prior to new film fill installation. The POC must accept the final condition of the tower basin prior to install of new film fill. "Following inspection, and any necessary repairs are complete, new fill and any necessary fasteners required will be installed by contracted technicians following manufactures recommendations. "Flute and Inlet Alignment will be verified and Cooling Towers will be made ready to be filled. "After filling: tower floats and applicable sensors will be tested. "Towers will then be started with controls operator / and or POC present. "Confirm proper operation of #1 and #3 Marley Cooling Tower. "Provide a complete report detailing any deficiencies found and recommendations for repair/replacement. 5. Performance Monitoring (if applicable). The POC will be the Utility Systems Operator lead this individual will monitor the work from the initial start of the replacement until the work is completed as outlined: "Meet with awarded contractor to review parts and installation process. "Inspect tower basin once damaged film fill is removed. "Discuss with contractor the cleaning, sandblasting and sealing required for new film fill installation. "Inspect cleaning, sandblasting and sealing of tower #2 basin with contractor prior to new film fill installation. "Inspect tower basin with contractor once new film fill is installed. "Inspect around tower area once work is completed for cleanliness of area and disposal of damaged film fill. "Confirm final proper operation and receive any reports or recommendations from contractor. 6. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The facility will provide any and all information concerning the installation of specific parts which will include: "Tower model number "Tower serial number "Flow design specifications "Heat rejection specifications "MX Crossflow film specifications "Daily access to work area "Storage areas for parts and tools 8. Other Pertinent Information or Special Considerations. The new MX Crossflow Film fill will need to be in the MX75 configuration due to the flame spread rating. This is currently the type of film fill installed in the existing tower and the replacement must be the same due to the flame spread rating. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 9. Risk Control The type of work will be outside exposing technicians to normal weather patterns of the contract phase. The contractor will need to follow safety protocol as outlined by a walk through with the POC and facility safety management. The work area will need to be kept clean in order to minimize tripping hazards. Contractor will be working in areas above ground and will have to follow VHA fall hazard protection guidelines as outlined by POC and facility safety management. 10. Place of Performance. The work will be performed at the local VAMC in Spokane Washington at 4815 North Assembly. The specific area at this location is on the East side of Building 2 within the gated area around the cooling tower system. 11. Period of Performance. Start time should coincide with the winter shut down of the facility chiller plant which normally begins around mid-October early November but it is weather dependent. COR will coordinate with contractor when the chiller plant is shut down for the summer. Once the facility chiller plant is running for the summer of 2016 the replacement of this Film fill cannot be done without shutting the facility chiller plant down. Period of performance is between October 2016 through December 2016. 12. Delivery Schedule. The contractor should provide a bill of laden showing correct Crossflow film fill to the POC and applicable reports as outlined in performance monitoring.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26016Q0737/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-16-Q-0737 VA260-16-Q-0737.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897955&FileName=VA260-16-Q-0737-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897955&FileName=VA260-16-Q-0737-000.docx

 
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: Mann-Grandstaff VA Medical Center;4815 N Assembly St.;Spokane, WA
Zip Code: 99205
 
Record
SN04194004-W 20160727/160725234638-188b6bd75a830bfc547741f57e145d84 (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.