The RFP Database
New business relationships start here

Replace Air Handler AC-S2 P/N:589A4-17-107,


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

PRESOLICITATION NOTICE- Replace Air Handler AC-S2

Scope of work: The projects replaces air handling unit S-2 at the Harry S Truman Medical Center located at 800 Hospital Drive in Columbia Missouri. The unit is in the 7th floor penthouse on the roof of building 1. The contractor will be responsible for making ductwork connections from the discharge side of the existing unit to the discharge side of a temporary air handling unit located on the roof for providing temporary conditioned air to the space served by the existing air handler. After the existing unit is demolished and the new unit is installed and tested the contractor will re-connect the discharge ductwork to the new unit and complete test and balancing to commission the new unit.
Phasing: In order to maintain conditioned air to the space served by the existing unit the contractor will have to incorporate phasing into the project. Phase 1 will be to penetrate the penthouse wall and route ductwork from the existing temporary air handler located on the roof to close proximity of the discharge piping of the existing unit. Phase 2 will be to shut down the original unit, switch ductwork connections from the existing to the temporary unit and complete startup of the temporary unit. This phase will involve careful planning and scheduling to keep the down time of conditioned air to the space served by the air handler to an absolute minimum. Phase 3 will demolish the existing unit, install the new unit, and perform startup and testing of the new unit. Phase 4 will be to switch the ductwork from the temporary unit back to the new unit and test and balance the new unit. As with phase 2 the time frame will be critical to keep downtime of conditioned air to the space served to a minimum.
Important factors to consider: The unit is located on the 6th floor roof in the penthouse which will require carefully coordinated crane operations to remove the existing unit and install the new unit. The crane operation will be required to be completed during weekend hours due to the available crane location being in a critical traffic area. As mentioned in phasing the space served by this air handling unit is critical to the operational requirements of the hospital and is used 24 hours a day, 7 days a week. Switching ductwork to the temporary unit and back will required to be completed in one shift. Also, important to consider is demolition of the existing unit and housekeeping pad is noisy and disruptive to the adjacent spaces and work may be required to be scheduled during evening or weekend hours depending on operational requirements of the hospital.
Completed product: The completed project will commission the new air handling unit into operation, return the temporary air handling unit to a laid up status including infill of the penthouse wall penetration, and removal of the existing air handling unit and all associated debris from the project.

The Estimated range to complete this work is $500,000.00 (Five Hundred Thousand) to $1 million.
Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220(General Construction Contractors), with a small business size standard of $36.5 million. The duration of the project will be up to 180 calendar days from Notice to Proceed depending on bid item awarded.
This completion period includes final inspection and cleanup of the premises and completion of as-built drawings. Award will be made utilizing the Best Value Lowest Price Technical Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration, prospective contractors must be registered in SAM and in the VIP databases under the applicable NAICS. Firms may obtain SAM information at https://sam.gov/SAM/ and VIP information at http://www.va.gov/osdbu.
The solicitation package and drawings should be available for download on or about March 25, 2019 and the proposal due date will be on or about April 26, 2019. An organized site visit will be scheduled and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Jeanette.Mathena@va.gov and ensure that the subject line reads "Replace Air Handler AC-S2, project number: 589A4-17-107, Solicitation Number: 36C25519R0067.

Jeanette Mathena
jeanette.mathena@va.gov

jeanette.mathena@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP