The RFP Database
New business relationships start here

Remove & Replacement of HVAC System Service


South Carolina, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE:
Firm Fixed Price Contract (FFP)
DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to remove and replace four existing HVAC units with four new Carrier roof top mounted packaged heat pump units for ease of access and maintenance; at William Jennings Bryan Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC. The estimated period of performance is ninety (90) days from the date of award. Please be aware all Federal, State and local labor laws will be applicable to this procurement including, federal minimum wage as provided in Section 6(a)(1) of the Fair Labor Standards Act and the McNamara-O Hara Service Contract Act. If you have specific questions regarding labor laws, you should contact your local Federal Department of Labor representative.
All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis. Questions should be submitted by email to wileen.stokes@va.gov Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 238220 Plumbing, Heating and Air -Conditioning Contractors (size standard $16.5 M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to the sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to the sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to the sources sought announcement.

REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, two (2) pages or less, that demonstrates how your company can provide the requested services at time of award. Include your company s experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small as defined by the NAICS (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a company that is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in VetBiz Registry.
Responses must be emailed to wileen.stokes@va.gov no later than 12:00NOON EST, Tuesday, September 17, 2019. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO- ECONOMIC STATUS information as explained above. Please place "Attention: Installation of Pressure monitors in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.







Statement of Work

Building HVAC Replacement Building 114

1. REQUIREMENT:

Requirement is for the replacement and relocation of the MRI buildings HVAC equipment, addition of 2 smoke duct detectors that will be connected to the fire alarm system, and connection to the Siemens Building Automation System, at the William Jennings Bryan Dorn Medical Center located in Columbia, South Carolina. This service will correct deficiencies notes in FCAs 342240, 28699, 28701, and 342242.

2. BACKGROUND:

The Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the Medical Center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rockhill, Sumter, and Spartanburg, South Carolina. The MRI HVAC systems are close to being 10 years old and are starting to experience failures of components. These systems currently use R-22 refrigerant, which is being phased out from 2010 to 2020. We will no longer be able to fix these HVAC systems in the near future.

3. PERIOD OF PERFORMANCE:

Work shall be performed during normal working hours, 8:00AM 4:30PM Monday through Friday except federal holidays.

4. PLACE OF PERFORMANCE:

Columbia VA Health Care System (Columbia VAHCS)
6439 Garners Ferry Road
Columbia, SC 29209

5. PERFORMANCE REQUIREMENTS:

The contractor shall remove and replace four existing HVAC units with four new Carrier roof top mounted packaged heat pump units for ease of access and maintenance. Units shall include roof curb, electric heaters, economizer, and hail guards. Work shall be performed during normal business hours.
All OSHAB and VA, NEC guidelines procedures to be followed including infection control procedures if needed. The General Contractor shall have on-site supervision during the performance of all work.

The new HVAC units shall be sized appropriately to ensure proper temperature and humidity control of the space. The contractor shall install 4 new Siemens DDC controllers (controller, room sensor, discharge temp sensor, enclosure, and power transformer) on each HVAC system to be connected to the Siemens Building Automation System network and be monitored and controlled in the Engineering Control Center. The contractor shall install smoke duct detectors, to connect to existing Notifier Fire Alarm System, with fan shutdown relays in the supply air duct of the HVAC systems with over 2000 CFM.

Crane lift of the existing units and new units will be required. Any connecting ductwork to the existing systems that will need to be replaced will also be removed this way. Any duct work modifications will be the responsibility of the contractor. Existing ductwork shall be cleaned and repaired as needed. Any electrical wiring modifications to correctly install the new HVAC systems will be the responsibility of the contractor. The contractor shall install roofing structural supports for the new HVAC systems, roof curbs, and to patch any openings in the rooftop. The contractor shall be responsible for all programing and testing of HVAC controllers and systems. All plans of demolition and installation shall be submitted to COR for approval. The contractor shall be responsible for meeting all required VA specifications for this service.

6. INVOICES:

a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain:

Invoice Number and Date
Contractor s Name and Address
Accurate Purchase Order Number
Supply or Service provided
Period Supply or Service Provided
Total Amount Due

b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge.

c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows:
B B B B B B B
Tungsten e-Invoice Setup Information: 1-877-489-6135
Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-invoice email: vafsccshd@va.gov

Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP

7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience.

8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS:
The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract:
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

Wileen Stokes

wileen.stokes@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP