Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOLICITATION NOTICE

65 -- 436 Medical Waste Sterilizer (VA-25-00017950)

Notice Date
5/6/2025 11:40:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0423
 
Response Due
5/16/2025 11:00:00 AM
 
Archive Date
07/15/2025
 
Point of Contact
Barron Long, Contract Specialist, Phone: 303-712-5741
 
E-Mail Address
barron.long@va.gov
(barron.long@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of 2 Combined Synopsis/Solicitation for Medical Waste Sterilizer This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0423 is issued as a request for quotes (RFQ). The government anticipates awarding a Purchase Order contract resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. This acquisition is a Total Set-Aside Small Business (SB) concerns. The North American Industry Classification System (NAICS) code is 332420 Metal Tank (Heavy Gauge) Manufacturing with a small business size of 1000 Employees. The Product Code is 6515 Medical and Surgical Instruments and Equipment and Supplies. Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be considered for award. Department of Veterans Affairs, Network Contracting Office (NCO) 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne VA Medical Center. The Contractor shall submit prices for: One (1) complete Medical Waste Autoclave system in accordance to the item list below. The estimated delivery date for this requirement is 60 Days After Receipt of Order (ARO). Description and Pricing Schedule: All interested Small Businesses shall provide quotations on the Pricing Schedule below, IAW the Salient Characteristics. All prices shall include delivery Free-On-Board (FOB) Destination to the following location: Department of Veterans Affairs VA Montana Health Care System 3687 Veterans Drive, P.O.BOX 1500 Fort Harrison, MT 596361500 Brand Name or Equivalent: Item Number Description Quantity Unit of Measure Unit Price Extended Price 0001 AUTOCLAVE SYSTEM 1 EA 0002 Hyd Lift Table 1 EA 0003 BIN-ALUM Aluminum Autoclave Bin 2 EA 0004 Low Water Flow Condenser 1 EA 0005 Disconnect, Remove and Dispose of Existing Unit 1 EA 0006 Freight to Job Site 1 EA 0007 SHAKEDOWN, COMMISSIONING & TRAINING 1 EA 0008 Vacuum Upgrade 1 EA 0009 EnSight 1 EA 0010 Hyd Lift Table Flat Floor Configuration Upgrade 1 EA 0011 CUSTOMER COMPACTOR TIPPER 1 EA 0012 Electrician fees for installation 1 EA Total Price: $_______________ FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Offerors shall submit offers by Due Date/Time specified in section XIV. Late quotes will not be considered. 2) Offerors shall acknowledge all amendments to the solicitation as part of their quote. 3) Offerors shall complete the Price Schedule in section V. 4) Offerors shall provide item technical specifications (not to exceed six pages). 5) Completed FAR 52.225-2 Buy American Certificate 6) Completed 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) Technical (2) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements identified in the Salient Characteristics. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.201-1 Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) FAR 52.203-17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees of Whistleblower Rights (NOV 2023) FAR 52.204-3 Taxpayer Identification FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-12 Unique Entity Identifier Maintenance (OCT 2016) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.225-1 Buy American-Supplies 52.225-2 Buy American Certificate FAR 52.226-7 Drug-Free Workplace FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-2 Service of Protest (SEPT 2006) Department of Veterans Affairs, Network Contracting Office 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.209-70 Organizational Conflicts of Interest (Oct 2020) VAAR 852.211-70 Equipment Operation and Maintenance Manuals (Nov 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (Feb 2023) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (Oct 2018) VAAR 852.273-70 Late Offers (Nov 2021) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (DEC 2023) (DEVIATION JAN 2024) apples to this requirement. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. FAR 52.204-25� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021). FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021). FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-3, Convict Labor (JUN 2003). FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEP 2016). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) . FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-7 Drug-Free Workplace (May 2024). FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (End of Addendum to 52.212-5) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. FAR 52.225-2 Buy American Certificate 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING (Attachment 1) This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due May 16th, 2025, by 12:00 p.m., Local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than May 13th, 2025, by 12:00 p.m., Local Mountain Time. Submit offers or questions to the attention of the Contract Specialist, Barron Long via email at: barron.long@va.gov. Inquiries submitted via telephone will not be accepted. See attached document: 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING. STATEMENT OF WORK 1. INTRODUCTION 1.1. Background The Veterans Health Administration (VHA) utilizes an autoclave to turn hazardous waste in to non-hazardous waste. It uses high-pressure steam to sterilize objects that can withstand the high temperatures. It turns hazardous waste into non-hazardous waste, and it s responsible for the level of sterilization that s able to be achieved today. They re used in hospitals, medical offices, dentist offices, tattoo parlors, veterinarian clinics, and others concerned with sterilization. An autoclave uses high-pressured steam that reaches extremely high temperatures. Here s how it works: First, the air is let out of the chamber, creating a super low-pressure environment within. The reason steam is used is that the device must reach such high temperatures. Dry air is very ineffective at transferring heat, but saturated air (air with water molecules; humidity) is thoroughly effective at transferring heat because of the water droplets in the air. Steam is the tool used to accomplish high heat and sterilization. Secondly, during the exposure phase, the autoclave closes its exhaust valve resulting in an increase in pressure and temperature. It maintains both the pressure and temperature for time commanded by the user, resulting in sterilization. Finally, the chamber carefully releases the pressure through an exhaust valve and the pressure returns to normal. The Department of Veterans Affairs (VA) will procure an autoclave for its hazardous waste disposal. 1.2. Contract Duration The autoclave shall be delivered within 120 calendar days after the effective date of the contract. Delivery dates specified may be adjusted by the CO to coincide with the date the TCPF will be ready to receive installation. The CO will advise the contractor of the new delivery date at least 45 days prior to the original or adjusted delivery date(s). Deliveries, cranes, or haulage will be arranged with the Contracting Officer Representative (COR), as to NOT interfere with day-to-day ancillary VA Medical services such as nutrition/food service, laundry delivery, maintenance routes, etc. The autoclave shall be delivered within 120 days after the effective award date. Installation of the autoclave shall take place no more than 30 days after the delivery date. The 2 days onsite shakedown and 1-day onsite training are included in the installation timeframe. Training shall consist of both operator and maintenance personnel at a minimum. Trainings shall not to be conducted concurrently. The total contract duration is 150 days. Note: Installation shall be continuous, without interruption, Monday through Friday, excluding Federal holidays, until all installation and testing work has been completed. Installation may take place on the weekends if pre-approval is given by the COR. 2. Site Specific Project Requirements 2.1. The contractor shall furnish the supervision, labor, equipment, tools, safety, rigging, hoisting, supplies and installation services necessary to meet the terms and conditions in accordance with the Statement of Work (SOW). This SOW includes removal of trade-in equipment, delivery, installation, and training of the new laundry equipment installed. The equipment and installation shall be conducted in conformance with the SOW and Technical Specifications provided herein. All items provided by the contractor shall be new. The contractor shall not utilize any refurbished equipment, machinery, or parts. 2.2. The autoclave is to be located within Building 154, near the waste removal area. 2.3. Within the new design layout of the autoclave area, the contractor shall relocate existing lighting fixtures, and provide new energy-efficient, light-emitting diode (LED) lighting for any new workstation or storage area. New lighting shall comply with VA Lighting Design Guide, January 2022; and shall be 50 foot-candles (minimum) measured 30-inches above floor for workstation task areas, and 35 foot-candles (minimum) for storage areas. 2.4. All valves within the layout of the autoclave and equipment shall be ball valves with the appropriate ratings and that are part of the scope of work within this RFQ. 2.5. All old piping, drain piping, ductwork, vents, hangers, and water piping associated with equipment shall be removed. 2.6. All piping, water, steam, condensate, and air will be new and originate from the nearest header within 35 of the new autoclave and electrical for the new equipment will originate from the electrical panel identified by the station. All piping, water, conduit, steam, condensate, and air lines within this RFQ shall be new. 2.7. Waste Material Sorting/Recycling The contractor shall divert discarded items and other wastes to recycling trash disposal scheduled regularly. Items which need to be sent for recycling or resale unless not feasible include pallets, metals (iron, copper, brass, etc.) cardboard, mercury items, used oil, electronic, rechargeable batteries, wood products and debris. The contractor shall not store waste materials and items held for recycling. Waste materials shall be stored prior to pick up in a manner that does not allow the items to become a fire, health, environmental or safety hazard or provide harborage for pests and consistent with federal, state and VA (listed in order of preference) laws and regulations governing storage of waste materials. Actions include using drip drains pans, storing liquid wastes or items that rot in closed containers, removing Freon from junked air conditioning, observing Occupational Safety and Health Administration (OSHA) and National Fire Protection Association (NFPA) limits on sizes of piles of lumber or wood products. Dumpsters larger than one and one-half (1 ½) cubic yards in size must be located at least ten (10) feet from exterior walls of buildings. Painted or treated lumber, paint chips, a potential asbestos containing, or asbestos contaminated items should not be recycled but shall be disposed of properly. No waste material disposal is allowed on Government property. 2.8. The COR designated contractor staging area (TBD after award) will be fully enclosed completely with fencing and fence covering provided by the contractor. The fencing height shall be a minimum of six (6) feet high, with covering, signage and sandbags or plastic temporary fence weights. 2.9. External Equipment/Motor Protection Filters are to be provided for all air intakes to include but not limited to washer extractors, electronic boxes, mechanical equipment, etc., wherever air intakes are located. These are used as a primary pre-filtration defense to help prevent damage and extensive maintenance that large volumes of lint/debris can cause. They are to fit all air intakes, motors etc. and be made of three-dimensional electrostatic media and encased in a 1/8""-3/8"" rigid magnetic galvanized steel frame and contain 2 layers of polypropylene media. The media will not shed fibers, absorb moisture, or promote bacterial growth; the filter should be designed for UV protected, and stands up to extreme outdoor or indoor exposure, corrosive chemicals, high velocity air flow, as well as industrial cleaning and maintenance handling. 2.10. The contractor shall supply lock-out/tag-out devices for each piece of equipment. All lock-out/tag-out and Confined Space (CS) locations shall be marked and identified on the machine with instructions on lock-out or CS procedures for the equipment. These instructions/procedures shall be permanently mounted on each piece of equipment. Lock-out/tag-out procedures include all sources of stored energy, including but not limited to: electrical, gas, water, air lines, hydraulic, etc. Relief valves shall be installed for lock-out/tag-out locations to relieve residual air lines etc. 2.11. The contractor shall supply one (1) lock-out and tag-out kit with the lock-out/tag-out devices for each piece of equipment. The kits shall turned over to the COR. All lock-out / tag-out and Permit Required Confined Space (PRCS) locations shall be marked and identified on the machine with instructions on lock-out or PRCS procedures for the equipment. These instructions/procedures shall be permanently mounted on each piece of equipment. Lock-out/tag-out procedures include all sources of stored energy, including but not limited to: electrical, gas, water, steam, condensate, air lines, hydraulic etc. Relief valves shall be installed for lock-out/tag-out locations to relieve residual air etc. 2.12. Number and nomenclature will separately identify all equipment with no less than two (2) inch numbers and letters. Each piece of equipment will be separately identified and labeled. Example: Hot Water Heater 1, Hot Water Storage Tank etc. The equipment shall be made compatible to meet production requirements specified in the technical specifications. 2.13. Contractor bears all responsibility for all new utility connections. All new utility piping that has been added shall be leak tested (air, water, steam and condensate). 2.14. Connections to VA supplied utilities shall be within 35 of new equipment supplied and electrical panel identified. Penetrations in floors, walls and ceilings not utilized will be filled with existing floor, wall, and ceiling like material. All braces, pipes (air, gas, water, steam, condensate, electrical), conduit and duct work that will not be utilized shall be removed back to the source that pertains to the equipment directly associated with this RFQ. 2.15. The contractor shall not damage equipment frame, door panels, cylinder, cylinder panels, control box on the Government installation. If the Contractor causes damages to any Government property, the Contractor shall replace or repair the damage at no expense to the Government as the CO directs. If the Contractor fails or refuses to make such repair(s) or replacement(s), the Contractor shall be liable for the cost, which may be deducted from the contract price. 2.16. Existing equipment that will be re-used shall be protected from damage during installation up to and including removal and replacement where necessary to facilitate installation of new equipment. 2.17. Utility Shutdowns and hot work permits Contractor shall provide ten (10) calendar days advance notice for any planned utility shutdowns and should be indicated on the project schedule. Contractor shall follow stations protocol on notice of any hot work permits needed. 2.18. The TCPF will be open during the project. The contractor will have access to the TCPF seven days a week from 7:00 am through 3:30pm. On the weekends there will be a staff member on station to allow entrance and will monitor the contractor while they are on station. NOTE: With COR approval the contractor may work evenings and/or weekends to accomplish the work required. 2.19. Badge Requirements The contractor s personnel (including subcontractors) anticipated to be on site for more than two (2) days will need to obtain a PIV badge through the VA COR. [Note: PIV badges require at least 30 days to secure so it would be beneficial for the contractor to start this process immediately.] 2.20. Site Visit The contractor has the responsibility of visiting the site and examine the the installation area. Failure on the part of the contractor to accomplish a site visit and become thoroughly familiar with all conditions that may affect their quote will be at the contractor s risk. The Ft. Harrison TCPF will accommodate site visits as they are requested. The site visits may be on different dates or all on the same date, depending on if/when requests are made by the contractor. The contractor must request a scheduled date to visit the Ft. Harrison TCPF and the COR will determine if the requested date is available. Site visit requests shall be made by contacting: Mr. Eugene Winters, AO EMS, Office Phone 406 447-7852 Email: eugene.winters@va.gov 2.21. Exemption Certificate The COR will provide a valid certificate of exemption for the State of Montana sales and use tax to the Contractor. 3. General Installation Requirements 3.1. Existing utilities shall be utilized to meet the performance requirements of the technical specifications. Connection points for all equipment shall be within 35 of new equipment. When existing service lines require demolition, they shall be removed back to the source. 3.2. The contractor shall ensure maximum utilization of existing equipment space to prevent additional plumbing, electrical or other utilities. 3.3. Should additional utilities be required for the equipment, these utilities shall be the responsibility of the contractor. Utilities are electric, water, steam, condensate and air lines. 3.4. All exposed utility/ductwork/piping systems, control boxes and motors that are exposed to floor traffic shall be appropriately guarded and protected. 3.5. Equipment and materials shall be suitable for installation in available space, arranged for safe, efficient, and convenient operation and maintenance, and if applicable with referenced specifications to include a summary of routine preventative maintenance for each piece of equipment. 3.6. The contractor shall furnish all labor and materials necessary for storage and installation of new equipment. Installation shall include, but is not limited to: 3.6.1. All mounting holes shall be utilized for anchoring equipment. Secure mounts shall be laid out in advance for review and approval by the COR. 3.6.2. Any and all penetrations of walls, ceilings and floors for the installation or removal of electrical conduit, pipes, ductwork, liquid supply lines, communication wiring, etc. shall be sealed with an approved fire-retardant material (not foam) and shall match existing materials on both sides of the penetration. 3.6.3. Contractor is to supply new utility connections (i.e., wall/ceiling mounts, junction boxes, raceways, and conduits). 3.6.4. The contractor shall be responsible for all control wiring including disconnects interconnections, and conduit. Interconnecting consists of all control wiring, all ductwork, interconnecting pieces of equipment and outside vents, all airlines, and all connections from VA supplied utilities. 3.6.5. All installation and/or modifications of utilities and structures, shall match existing materials. No wooden platforms allowed. 3.6.6. All pipes, vents, drains, electrical boxes, ductwork, and conduit shall be new. 3.6.7. All pipes and ductwork shall be insulated. All conduits and air pipes shall not be painted. All vents and drains shall be painted, (REFER TO THE TABLE BELOW FOR COLORS). All insulation shall be wrapped with white PVC plastic as indicated below. PVC covering shall be a minimum .030 thickness. Flow markings and identification of all pipes, vents, ductwork, and airlines to equipment shall be appropriately marked with a minimum of two (2) inch letters. Pre-made adhesives are acceptable, spray-painting stencils are not acceptable. Air Piping: (Only identification/flow markings) Air Intake Ductwork: Safety White PVC (Identification and flow markings) Large Dryer Air Exhaust Ductwork: Safety White PVC textured Aluminum (Identification & flow markings) Small Dryer Air Exhaust Ductwork: Safety White PVC (Identification & flow markings) Vent Pipe: Painted Flat Black (Identification and flow markings) Drain Line: Painted Flat Black (Identification and flow markings) Domestic Water: Safety White PVC (Identification and flow markings) Fire Suppression Piping: Painted Bright Red (Identification and flow markings) Outside Exposed Ductwork: Sealed watertight and weather-proofed to protect from the environment All Conduits: Not Painted 3.6.8. Installation of piping, sleeves, inserts, hangers, and equipment shall be in accordance with the installation design drawing and shall be sealed by a licensed professional Architect and Engineer, which were previously approved by the COR. In the installation design drawings, the contractor shall locate drains, piping, sleeves, inserts, hangers, and equipment out of the way of windows, doors, openings, light outlets and other services and utilities. All piping shall be installed to comply with accepted national and local plumbing practices. Mechanical or grooved fittings on mechanical piping are acceptable. 3.6.9. If necessary to drill through structural sections, the contractor shall notify the COR immediately. The COR shall work with a structural engineer to determine proper location. The COR shall instruct contractor on structural location to continue work. 3.6.10. Install gauges, thermometers, valves, and other mechanical and electrical devices for ease of reading, operating, and maintaining. Servicing shall not require dismantling of adjacent equipment, electric or pipe work. 3.6.11. Valve Tags - Furnish and install valve tags on all compressed air, gas, steam, condensate and water valves on equipment and connection points. Tags shall be engraved with identification (gas, air etc.), black filled identification, numbers, and letters not less than ½ inch high for number designation and not less than ¼ inch for service designation on 19 gauge 1-1/2-inch round brass disc; tags shall be attached with brass hooks or brass chain. 3.6.12. Trap Tags: Furnish and install all steam trap tags on equipment and connection points of the textile care processing equipment. Tags shall e engraved, black filled numbers and letters not less than ½ inch high for number designation and not less than ¼ inch for service designation on 19 gauge 1-1/2 inch round brass disc, tags shall be attached with brass hooks or brass chain. 3.6.13. The contractor shall provide two (2) valve lists and two (2) steam trap lists on typed plastic-coated cards, sized 8-1/2-inch X 11 inch showing tag number, valve type, valve function and location area of valve for each service or system to the COR. 3.6.14. Equipment, motors, piping, ductwork and any other components or materials shall be protected against physical damage from carts with guardrails supplied by the contractor. 3.6.15. Belts, chains, pulleys, couplings, motor shafts, gears or other moving parts shall be fully guarded in accordance with OSHA 1910.219. Guard parts shall be rigid and suitably secured and be readily removable without disassembling the guarded unit. 3.7. A minimum clearance of 36 inches between moving parts and fixed objects and 24 inches between non-moving parts and fixed objects is required in accordance with OSHA 1910.219. All conveyor rollers shall have roll caps installed and guards will be provided under all conveyors. 4. Plumbing Requirements Plumbing 4.1. Grooved or mechanical fittings are allowed on piping. 4.2. The contractor shall not use cast iron fittings, and components or malleable/ductile fittings anywhere in the high-pressure and medium pressure steam system (15 psi or above). The contractor shall only use cast steel or forged steel fittings and components, in accordance with applicable VA Master Specifications found at https://www.cfm.va.gov/til/spec.asp 4.3. Traps The contractor shall provide traps on all sanitary branch waste connections from fixtures or equipment not provided with traps. Exposed brass shall be polished brass chromium plated with nipple and set screw escutcheons. Concealed traps may be rough cast brass. Slip joints are not permitted on sewer side of trap. Traps shall correspond to fittings on cast iron soil pipe or steel pipe respectively, and size shall be as required by connected service or fixture. 4.4. Plumbing Installation In accordance with the National Standard Plumbing Code, 2021 Edition. 4.4.1. Pipe saddles shall be installed on the outside of all insulation and PVC coverings. 4.4.2. Escutcheons shall be installed at all floors, wall and ceiling locations that pipe, conduits, vents and ductwork penetrate. 4.4.3. Pipe shall be round and straight. Cutting shall be done with proper tools. Pipe, except for plastic and glass, shall be reamed to full size after cutting. 4.4.4. All pipe runs shall be laid out to avoid interference with other work. 4.4.5. Install valves with stem in horizontal position whenever possible. All valves shall be easily accessible. 4.4.6. Piping shall conform to the following: Waste, Storm Water Drain and Vent: Drain to main stack as follows: Pipe Size Minimum Pitch 3 inch and smaller 1/4 inch to the foot 4 inch and larger 1/8 inch to the foot 4.4.7. Exhaust Vent Extend exhaust vents separately through roof. Sanitary vents shall not connect to exhaust vents. 4.4.8. Insulation Requirements Unless specified in other sections of the Technical Specifications, cellular glass insulation is required for hot water piping. A minimum 1.5 inches thick for hot water is required. All Insulati...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9d4f8cba5234047afb13cb981a45f06/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Montana Health Care System 3687 Veterans Drive, P.O.BOX 1500, Fort Harrison, MT 59636, USA
Zip Code: 59636
Country: USA
 
Record
SN07433095-F 20250508/250506230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.