Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
DOCUMENT

Y -- 534-15-103, Replace air handler units 17 & 18 that service dialysis and heart catheterization areas at the RHJ VAMC Charleston, SC. 534-17-2-5926-0005. - Attachment

Notice Date
6/13/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24717R0578
 
Response Due
7/19/2017
 
Archive Date
9/17/2017
 
Point of Contact
Megra Spells
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SUBJECT: This is a Pre-Solicitation Notice for the following requirement under Project Number 534-15-103 Replace air handler units 17 & 18 that service dialysis and heart catheterization areas at the Ralph H. Johnson VAMC Charleston, SC. A REQUEST FOR PROPOSAL WIL BE POSTED ON OR ABOUT 26 JUNE 2017. DO NOT CALL PRIOR TO THE ISSUANCE OF THE REQUEST FOR PROPOSAL. PROJECT DESCRIPTION: Contractor shall furnish all labor, materials, equipment, transportation and supervision for Project 534-15-103, Replace AHU's 17 & 18, at the RHJ VAMC Charleston, SC. The overall scope of work for this project includes: constant volume air handling units 17 & 18 will be replaced with variable speed air handlers. Air terminal units serving the dialysis clinic and the heart catheterization clinic will be replaced with DDC VAV boxes. Administrative spaces are also included. The existing pneumatic control system will be replaced with an electronic DDC system. DDC system will be wired to the existing Siemens control station in the HVAC shop for monitoring and maintenance. Install new wall louvers in Mechanical room AA231. Demolish existing pneumatic VAV boxes supplied by AHU-17 & AHU-18. Install new digital VAV boxes (the boxes that have hot water coils for heating are shown on Drawing H-1). Replace any damaged ceiling tiles (match existing). Repair hard ceilings. Install stainless steel supply duct from AHU 18 to VAV boxes serving cath labs. SS CV boxes are to be installed. All outages to be coordinated with COR. Contractor to provide an Industrial Hygienist to test for Asbestos. Include $40,000 in bid for abatement and related work. The general contractor and their subs shall have experience working in a hospital environment. The RHJ VAMC center operates 24/7. The project site is located in a section of the medical center that includes Hemodialysis and Cardiology services. A large portion of this work will have to be done after normal business hours for work required in occupied areas and/or work that cause excess noise. Normal Business hours for the hospital is 7:00am 5:00pm, Monday- Friday. Temporary HVAC system tie-ins shall be done in a manner that does not impact patient care (i.e. weekend tie-ins). Life safety equipment such as duct smoke detectors and pneumatic fire/smoke dampers will be replaced with electronic state of the art equipment. Duct work will be reconfigured and electronic modulated dampers will replace pneumatic dampers to control and maintain required indoor air quality and air changes per VA design manual. Air filtration system will be upgraded to meet the current VA requirements for patient care. Finishes in patient care areas will be upgraded as needed to support the replacement of HVAC equipment (e.g. VAV air terminals, ductwork) in the patient care areas served by these air handlers. SET-ASIDE: 100% Service Disabled Veteran Owned Small Business (SDVOSB) MAGNITUED OF PROJECT: Between $2,000,000.00 and $5,000,000.00. TYPE CONSTRUCTION: NAIC 238220 Plumbing, Heating, and Air Conditioning Contractors, Small Business Size Standard $15 million CONTRACT TYPE: Firm Fixed Price TECHNICAL EVALUATION FACTORS AND PROPOSAL SUBMISSION INSTRUCTION WILL BE POSTED IN THE SOLICITATION. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror s proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition.   For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General.   (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement.   A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations:   That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717R0578/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-R-0578 VA247-17-R-0578_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3577499&FileName=VA247-17-R-0578-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3577499&FileName=VA247-17-R-0578-000.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: Ralph H. Johnson VAMC;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN04542982-W 20170615/170613235114-8834baa67aec0f3a596696d3174110d0 (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.