4120--603-23-1-5090-0267 - Air Handler Unit Coil Replacement

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Kentucky
Type of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Posted: Jan 26, 2023
Due: Feb 10, 2023
Solicitation No: 36C24923R0061
Publication URL: To access bid details, please log in.
Follow
4120--603-23-1-5090-0267 - Air Handler Unit Coil Replacement
Active
Contract Opportunity
Notice ID
36C24923R0061
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 26, 2023 01:47 pm CST
  • Original Response Date: Feb 10, 2023 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 4120 - AIR CONDITIONING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Department of Veterans Affairs Robley Rex VA Medical Center Louisville , Kentucky 40206
Description
Scope of Work
Air Handler Unit #29 Coil Replacement
603-23-1-5090-0627

Contractor shall furnish all supervision, tools, labor, materials, equipment, and transportation necessary to replace coil in Air Handler Unit #29 at the Robley Rex VA Medical Center located at 800 Zorn Avenue, Louisville, KY 40291. This work is to comply with all VA specifications.

SCOPE OF WORK
The work includes, but is not limited to:

Steam Coil Replacement:
Disassemble top of air handler for removal of steam coil
Disconnect and remove failed steam coil
Provide and install (1) L J Wing VB-8TX Stainless Steel 3 row steam coil
Provide and install flexible connectors at supply and return coil connections
Provide and install drip trap prior to steam coil inlet as specified
Provide and install (1) direct coupled face mounted actuator 4-20ma control signal
Connect back to existing supply and return steam headers
Reuse existing return steam trap
Perform leak check and reinsulate piping inside unit
Reassemble and seal top of unit
Provide all crane and rigging services per OSHA standard
Work with controls operator for check out of AHU operation

Utilities Services:
Where necessary to cut existing pipes, conduits, cables, etc., of utility services, or of fire protection systems or communications systems (except telephone), they shall be cut and capped at suitable places where shown; or, in absence of such indication, where directed by Project COR. All such actions shall be coordinated with the Utility Company involved.

Whenever it is required that a connection fee be paid to a public utility provider for permanent service to the construction project, for such items as water, sewer, electricity, gas or steam, payment of such fee shall be the responsibility of the Government and not the Contractor.

Additional Planning/ Equipment Considerations:
Any issues found with existing parts, materials or equipment will be added as an additional expense to this proposal.

All work shall be performed in strict accordance with the terms, conditions, specifications and drawings of the solicitation (when available) and all applicable local and VA building codes.

PROJECT COR

Jon Bloom, Energy Engineer, 502-287-5509, jon.bloom@va.gov
LAYOUT OF WORK
The Contractor shall lay out the work from Government established base lines and benchmarks, indicated on the drawings, and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at Contractor's own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the work. The Contractor shall be responsible for executing the work to the lines and grades that may be established or indicated by the Contracting Officer. The Contractor shall also be responsible for maintaining and preserving all stakes and other marks established by the Contracting Officer until authorized to remove them. If such marks are destroyed by the Contractor or through Contractor's negligence before their removal is authorized, the Contracting Officer may replace them and deduct the expense of the replacement from any amounts due or to become due to the Contractor. (FAR 52.236 17)

Establish and plainly mark center lines for each building and/or addition to each existing building, and such other lines and grades that are reasonably necessary to properly assure that location, orientation, and elevations established for each such structure and/or addition, roads, parking lots, are in accordance with lines and elevations shown on contract drawings.

Following completion of general mass excavation and before any other permanent work is performed, establish and plainly mark (through use of appropriate batter boards or other means) sufficient additional survey control points or system of points as may be necessary to assure proper alignment, orientation, and grade of all major features of work. Survey shall include, but not be limited to, location of lines and grades of footings, exterior walls, center lines of columns in both directions, major utilities and elevations of floor slabs:

Such additional survey control points or system of points thus established shall be checked and certified by a registered land surveyor or registered civil engineer. Furnish such certification to the COR before any work (such as footings, floor slabs, columns, walls, utilities and other major controlling features) is placed.
PERIOD OF PERFORMANCE: 120 days
QUALITY
The contractor shall establish a quality control plan for all work, including that
of any subcontractors, to assure compliance with this solicitation. The contractor shall submit a copy of the quality control plan concurrently with the quote. Quality control measures shall include, but not be limited to:

Re Survey: 4 days before expected partial or final inspection date, the Contractor and Project COR together shall make a thorough re survey of the areas of buildings involved. They shall furnish a report on conditions then existing, of resilient flooring, doors, windows, walls and other surfaces as compared with conditions of same as noted in first condition survey report:
Re survey report shall also list any damage caused by Contractor to other surfaces, despite protection measures; and, will form basis for determining extent of repair work required of Contractor to restore damage caused by Contractor's workmen in executing work of this contract.
REGULATORY
Contractor shall comply with all hospital regulations including:

No smoking or use of tobacco products within any V.A. building.
Parking and traffic regulations.

Accident reports provided to Engineering Service.

Contractors are subject to rules of the Medical Center applicable to their conduct. Workers compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employers liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers.

Upon request of the Contracting Officer, the contractor shall be able to show evidence of his/her reliability, ability, and experience by furnishing a list of personnel who will perform under this contract, showing the length and type of experience.

GENERAL LIABILITY
Bodily injury liability insurance coverage written on the comprehensive form or policy of at least $500,000 per occurrence is required.

Property damage liability insurance is required to comply with all regulations, laws, and codes of the State of Automobile Liability: Minimum limits of $200,000 per person; $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage; higher limits if required by applicable state law.

CERTIFICATE OF INSURANCE COVERAGE WILL BE REQUIRED BEFORE AWARD OF CONTRACT
CONTRACTOR FIRM/PERSONNEL QUALIFICATIONS
In accordance with the Service Contract Act of 1965: All service employees who will be employed in the performance of the contract awarded because of this solicitation shall be paid no less than the wages determined by Federal Wage Determination.

Offers will be considered only from contractors who are regularly established in the performance able to perform such services and who, in the judgment of the contracting officer, are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service.

GOVERNMENT SUPPORT
Coordinating access, blocking area, isolating affected pipes and ensuring proper lockout/tagout. VA will provide escort for contractor. All work will be done outdoors away from any patient care.

INVOICES / BILLING
The Contractor shall furnish a detailed invoice indicating work performed with an Itemized listing of all associated costs.

Invoices shall be submitted to:

Department of Veterans Affairs Financial Services Center
P.O. Box 149971 Austin, TX 78714-8971

All invoices will include the contract number, purchase order number, dates of service, and an itemized listing of services rendered in accordance with the schedule of this contract. Payment will be made monthly by certified invoice.
END OF SCOPE OF WORK
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2023 01:47 pm CSTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Days Left Action Open 22-40002 CATEGORY UPGRADE PREQUALIFICATION

Louisville Water Company

Bid Due: 12/31/2024

Status Ref# Project Close Date Days Left Action Open 24-40003 FINANCIAL UPGRADE PREQUALIFICATION

Louisville Water Company

Bid Due: 12/31/2024

Follow W91237-24-B-0003 Fishtrap Lake Main Office Area Rehab Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/02/2024

Follow Wolf Creek DC and Preferred AC Systems Upgrade Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/14/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.