Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOURCES SOUGHT

J -- Preventive Maintenance Program

Notice Date
1/10/2019
 
Notice Type
Synopsis
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
 
ZIP Code
21201
 
Solicitation Number
36C24519Q0096
 
Response Due
1/14/2019
 
Archive Date
1/14/2019
 
Point of Contact
410-637-1500
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 3 This is a sources sought for the Baltimore VAMC located at 10 North Green Street, Baltimore, MD 20201. This notice is to determine the availability of Small Businesses as potential sources under NAICS 423730. All interested should submit a capability statement and indicate social economic status. Include the DUNS number of your firm. State whether your firm is registered with the System for Award Management (SAM) at www.sam.gov and/or the VetBiz Registry at www.vetbiz.gov and indicate if your firm has a GSA Schedule. Please Note: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Please respond via email to cheri.ames@va.gov by 12:00pm EST January 14, 2019. Provide only the requested information above. Daikin Applied Statement of Work REFERENCE: VA Maryland Health Care System. PURPOSE: This request is for contract services for FY-19 to perform (6) planned inspections, including one annual/shutdown service. All work will be performed by factory-trained technicians who specialize in HVAC, refrigeration and electronic system maintenance and repairs. The Contractor will provide labor and material for (3) Daikin Air-Cooled Chillers. This will include annual inspections, seasonal startup, and operational inspections. During normal working hours Daikin Applied will provide the preventive maintenance on the equipment listed unless otherwise specified: Daikin Air Cooled Chillers. Model Number: Serial Number: AWS210 STNU100800023 AWS140 STNU100800004 AWS140 STNU100800009 Government Requirements: Inspect for refrigerant and oil leaks Inspect and tighten electrical connections Meg hermetic motor Check relays and operating/safety controls Check operation of expansion valve Inspect vibration eliminators and water piping for leaks Check refrigerant and compressor oil presence in sight glass Check freeze protection, piping heaters, evaporator, and glycol content Perform last fault analysis, Micro Tech check, log, and analyze performance. Clean debris around condenser, coils, and Model ALS/AGS cooled units Check and blow down water piping strainers Check crankcase heater operation Check condenser fan operation, Model ALS air cooled units Take and record water side pressure drops across vessels. STANDARDS: Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government. Follow all Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. Temporary dust barriers may be installed based on this assessment. Bi-weekly inspections of barriers and work areas will be conducted by Infection Control Nurse, Safety Manager, and COTR to enforce implementation of risk assessment. Follow 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. Provide interim life safety measures (ILSM) where fire protection, fire suppression or smoke/fire partitions will be shut down or rendered ineffective during construction. Coordinate with VA safety office through VA COTR. ILSM must be posted outside work area always All equipment and materials shall be approved prior to being brought on job site. Although normal work hours are Monday through Friday 8:00 a.m. to 4:30 p.m., for critical areas that will require shut-downs, work shall be completed on normal weekday afterhours. Contractor shall make prior arrangements with the COTR to coordinate shut-down periods. Also, contractor shall make arrangements for sub-contractors to work in secured areas. VA will not grant access to subs, it is the responsibility of the contractor. Contractor must obtain a burn permit from VA Safety Office prior to any welding, soldering work and burning. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police. The work is in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn always. Contractor shall provide general clean up to construction area daily to the satisfaction of the VA Project Manager. Hospital smoking policy (NO SMOKING IN THE BUILDING), smoking must be done in approved smoke shelters or at least 35 feet from any building. OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. Contractor must have 30-hour OSHA Construction Safety course. Start up, test, check and adjust all new units in the presence of the VA COTR. REQUIRED REPORTING: N/A IT SECURITY / PRIVACY: In accordance with VA Handbook 6500.6 titled Contract Security, this statement of work does not include any activity that pertains to VA sensitive information which is stored, generated, transmitted or exchanged by VA, a contractor, subcontractor or a third party, or on behalf of any of these entities regardless of format or whether it resides on a VA system or contractor or subcontractor s electronic information system(s) operating for or on the VA s behalf. LOCATION: VA Medical Center, 10 N. Greene Street, Baltimore, Maryland 21201 PERIOD OF PERFORMANCE: This project is expected to be completed during the fiscal year plus a 4 year Option Year. VA POINT OF CONTACT: Dudley Brown Maintenance Operation Supervisor. 410-605-7000 Ext. 56040 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24519Q0096/listing.html)
 
Record
SN05191582-F 20190112/190110230019 (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.