Sources Sought Notice – J– REPLACE HEAT EXCHANGERS
Federal Information & News Dispatch, Inc. |
Notice Type: Sources Sought Notice
Posted Date:
Office Address:
Subject: J-- REPLACE HEAT EXCHANGERS
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: VA26114I0719
Contact:
Setaside: Total Small BusinessTotal Small Business
Description:
Organizations responding to this
All responses must be sent via e-mail to
PERFORMANCE WORK STATEMENT (PWS)
B-90 MECHANICAL ROOM HEAT EXCHANGER REPLACEMENT
Part 1
General Information
1. General: This is a non-personnel services contract to provide Building-90 Mechanical Room Heat Exchanger Replacement located at 4951 Arroyo Road
1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Building-90 Mechanical Room Heat Exchanger Replacement as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.
1.2 Background:
1.3 Objectives:
1.3.1. Remove two existing Armstrong (
1.3.2. Provide and install two new Spirax Sarco Model # RH-60D Redi Heat Instantaneous Water Heater or equivalent.
1.3.3. Provide and install lead free mechanical mixing valves
1.3.4. Provide and install backflow preventer within mechanical room feeding heat exchangers.
1.3.5. Provide and install new panel with Johnson Control Network Control Engine NCE-2516 controller to replace existing Metasys controller in B90 Mechanical room.
1.3.6. Provide all programming into Metasys to include the monitoring points for the PWS listed points and the existing points
1.4. Scope: Contractor shall provide non-personnel services contract. Services include Project management, Plumbing, HVAC, Electrical, Equipment procurement/removal/installation,
1.4.1 Isolate heat exchangers, utilities, electrical, and controllers utilizing Lock out Tag out prior to service per VA Specifications.
1.4.2 Provide and install two Spirax Sarco Model # RH-60D RediHeat Instantaneous Water Heater or equivalent.
1.4.3 Provide Phasing Sequence to maintain functionality at all times during the construction in order to avoid any hot water interruptions and shutdown.
1.4.4 Demolition Work: Disconnect and completely demolish the existing domestic hot water exchangers that include, but are not limited to: single shell type, instantaneous steam/water heat exchangers (vertical type, 50 F inlet, 140 F outlet, using 30 psig steam) and their trims, housekeeping pad, connected steam and condensate piping, connected water piping, valves and fittings, strainer(s), steam traps, pressure gauges, safety relief valves, insulation, electrical power, and controls.
1.4.5 Disposal of the existing systems and auxiliary, except existing thermometer wells. Provide disposal confirmation letter to the Contracting Officer's representative after completion of the disposal. Remove and salvage existing thermometer wells in such as manner as to prevent damage which would be detrimental to re-installation and reuse. Protect and store the thermometer wells. Return the thermometer wells to VA's maintenance department after completion of the project.
1.4.6 Provide and install backflow preventers
1.4.7 Provide and install new panel with NCE-2516 controller to replace existing Metasys controller in B90 Mechanical room.
1.4.8 Reconnect existing I/O to new NCE-2516 controller
1.4.9 Provide the following hardware for installation
1.4.9.1 Three (3) temperature sensors with wells
1.4.9.2 One (1) pressure transducer for HWP discharge water pressure
1.4.9.3 One (1) split core current switch for HWP monitor status
1.4.9.4 Provide all programming into Metasys to include the monitoring points for the above listed points and the existing points
1.4.9.5 Provide one new graphic with the above monitoring points
1.4.9.6 Provide and install new CAT5 cable from new control panel in B90 mechanical room to telephone room
1.4.9.7 Contractor shall provide conduit required to install cabling to points of connection.
1.5 Period of Performance: The period of performance shall be for ninety calendar days from the notice to proceed.
1.6 General Information
1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The Contractor shall submit QCP on or before the scheduled preconstruction meeting. Three copies of a comprehensive written QCP shall be submitted to the KO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan, the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system.
1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).
1.6.3 Recognized Holidays: Contractor is not required to perform services on holidays listed below.
Independence
1.6.4 Hours of Operation: The contractor is responsible for conducting business, Afterhours between the hours of 1800-0600 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.6.5 Place of Performance: The work to be performed under this contract will be performed at
1.6.6 Type of Contract: The government will award a (Type of contract to be determined by CCE and the customer).
1.6.7 Security Requirements: Contractor personnel performing work under this contract must have and display Temporary ID Badges provide by the
1.6.7.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.
1.6.7.2 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. Contractors shall comply with HEALTH CARE SYSTEM MEMORANDUM No. 138-13-24.
1.6.7.2.1 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor.
1.6.7.2.2 The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.
1.6.7.3 Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan.
1.6.8 Qualifications of Personnel: The contractor shall be fully staffed on the first day of contract performance, and prepared to maintain a fully trained staff through the life of the contract. The contractor is expected to fully train newly hired personnel within 30 days of assignment to the contract.
1.6.8.1 Qualifications of Project Manager: The contractor shall provide a full-time Project Manager who shall be physically on-site all normal work hours, and be responsible for performance of all work. The project manager shall possess a minimum of three year's experience within the last five years simultaneously managing facilities of similar magnitude and scope of the total requirements of the contract.
1.6.8.2 Qualifications of supervisory employees: The contractor shall employ competent supervisory personnel capable of training employees on methods of accomplishing the work performance and quality standards in this contract. The supervisor shall have in-depth knowledge of performance based and prescriptive HVAC Mechanical systems and quality control processes, procedures, supplies, and equipment. The supervisor shall, at a minimum, have completed a supervisory training course for this type of work and have prior HVAC Mechanical system experience in similar size and type facilities. The on-site supervisor(s) is required to be fully conversant in English.
1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings, the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government.
1.6.11.1 The contractor must notify the agency in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COR for key personnel proposed for the project. All Contractor employees will be approved by the COR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the COR and CO will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet the qualifications set forth herein. The contractor must inform the COR, Project Manager and the CO when personnel are removed from the contract for any reason.
1.6.11.2 The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons.
1.6.11.3 The contractor must inform the COR, and Project Manager when personnel are removed from the contract for any reason.
1.6.11.4 If a key person becomes unavailable to complete the project, the proposed substitutions of key personnel shall be made only if approved by the COR and Project Manager.
1.6.11.5 The contractor shall submit a resume of qualifications to the COR for all direct employees proposed for the project. All Contractor employees will be approved by the COR prior to bringing on duty.
1.6.11.6 The agency shall not be liable for further payment of any Contractor employee that the Government requires the Contractor to remove from the performance of this contract. The Agency's payment liability, for unsuitable Contractor employees, ends five working days after Contractor's receipt of "removal request" for unsatisfactory performance and immediately for any violation of law, VA security, confidentiality requirements and/or other disciplinary action.
PART 2
DEFINITIONS & ACRONYMS
2. Definitions and Acronyms:
2.1 DEFINITIONS:
2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime.
2.1.2 CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government.
2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the
2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement.
2.1.5 DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.
2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.
2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property.
2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.
2.1.9 QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.
2.2 ACRONYMS:
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CFR Code of Federal Regulations
CONUS Continental United States (excludes
COR Contracting Officer Representative
COTS Commercial-Off-the-Shelf
DFARS Defense Federal Acquisition Regulation Supplement
DOD
FAR Federal Acquisition Regulation
HIPAA Health Insurance Portability and Accountability Act of 1996
IAW In Accordance With
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes
ODC Other Direct Costs
PIPO Phase In/Phase Out
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1 Services: The Government will provide manpower to assist in the shut down of any utility systems contractor is required to service only through approved utility shutdown request.
3.2 Facilities:
3.2.1 Elevators/Corridors: Contractors and workers may use corridors and elevators for travel to and from the job sites when in proper attire (shirt and shoes required) provided they don't track mud, wet cement or any form of "dirt" into the buildings. The COTR will assign specific routes, times and elevators to use for transportation of materials and equipment. The Contractor will clean-up any mess caused by their workmen. Elevators will not be used during an emergency.
3.2.2 Toilets: The Contractor is to provide their own toilet facilities, however, the COR will advise the Contractor which toilet facilities (if available) may be used by the Contractor's workers. The Contractor will ensure that the facilities are kept clean and will be responsible for any damage done by the Contractor's workers.
3.2.3 Parking/Traffic: Specific parking areas may be assigned for workers on larger construction projects. Workers on smaller construction or maintenance contracts may use any parking space that is not reserved if no parking area is designated. Contractors, including maintenance contractors and workers are specifically prohibited from parking in those spaces reserved for Engineering Vehicles or lawn areas. Further, the Contractor is not to "back in" the space.
3.2.4 Deliveries: The COR will assign routes for the delivery of materials and supplies to the job site. The Contractor or construction traffic will not block any Health Care System road or street, walk or building egress without requesting approval in a timely manner.
3.2.5 Loading /Unloading: Building loading docks and landings may be used to load or unload construction materials when approved by the COR. However, any vehicle left unattended for more than a few minutes may be cited by the
3.2.6
3.2.7 Locked Areas. The Contractor is to coordinate access to locked areas with the COR, including obtaining keys required for access to work sites. All buildings at the Health Care System are locked during other than normal work hours. When the Contractor has approval to work other than normal work hours, he will need to make arrangements for his workers to have access to job sites.
3.2.8 Operations and Storage Areas: will be confined to areas designated by the contract or approved in writing by the COR or the contacting Officer. The Government will not be responsible for any tools, equipment or VAPAHCS Rules of the Station (3/16/2011) materials left or stored on Government facilities, unless exceptions are provided in the contract.
3.3 Utilities:
3.3.1 The Government will provide all utilities in the facility and will be available for the contractor's use in performance of tasks outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. Contractor is required to utilize GFCI protectors with all plugged in equipment. Contractor is required to hardwire temporary power distribution boxes when large electrical loads are required to prevent tripping breakers and interrupting service.
3.3.2 No utility service such as water, gas, medical air and gas, steam, sewer, electric, fire protection or communication shall be interrupted without prior approval of the COTR. This includes those interruptions required by the contract. Construction contracts include provisions for maintaining utility systems or providing temporary facilities. Written requests for utility shutdowns shall be completed by the contractor and submitted to the COR at least two weeks before the scheduled work. Lock-out / tag-out (LOTO) must be follow Health Care System Memorandum No. 138-09-28, on any disruption or shut-down of any energy source. Any EMERGENCY REQUIRING AN IMMEDIATE SHUTDOWN WILL BE REPORTED IMMEDIATELY to the COR. The COR will in turn immediately notify the Engineering Office and the appropriate Chief, Maintenance and Repair or site designee. The Contractor will prepare and forward to the Chief, Engineering Service, a written report of the situation, why it happened, a schedule of any further corrective work needed, and what, if any steps are being taken to prevent a recurrence. The request for utility shutdown is found in Attachment A, A1, A2, and A3 of HEALTH CARE SYSTEM MEMORANDUM No. 138-13-14 UTILITY SHUTDOWN PROCEDURES.
3.3.3 Equipment: Government will not provide any equipment in this contract
3.3.4 Materials: The Government will provide Standard Operating Procedures and Policies upon request from the contractor.
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS.
4.2 Secured worksites: Contractor will be responsible to secure their worksite and provide construction safety and/or infection control barriers, including but not limited to temporary fencing, trench covers, etc. wherever work could cause injury to workers, visitors, VA personnel, or dependents The Contractor shall conform to the rules and regulations as set forth by OSHA Safety and Health Standards, 29 CFR Part 1926 - Safety and Health Regulations for Construction and Title 8, California Administrative Code - Construction Standards. When the standards differ, the more restrictive standard shall apply. Construction site signage is required. Construction sites outside of existing structures shall be enclosed by 6 feet tall metal fencing.
4.3 Materials: The Contractor shall furnish materials, supplies, and equipment necessary to meet the requirements under this PWS.
4.4 Equipment: The Contractor shall furnish any equipment to meet the requirements under this PWS.
4.4.1 Protective Clothing/Equipment. All workers will wear and/or use protective clothing and gear when required. This includes hard hats, goggles, protective shoes, gloves, masks or breathing apparatus, etc. The Contractor shall provide any protective equipment that may be required.
4.4.2 Telephones. Contractors will provide their own telephones. Government telephones will not be used for private business or personal calls. Contractors or their workers may use the Government telephones to call/page the COR, the Engineering Service office, or when authorized by the COR - to call their office concerning contract matters. Telephone calls for contract workers will not be accepted by the Health Care System.
4.4.3 Construction Waste and Debris: is the property of the contractor and will not be disposed of on station or in Health Care System trash containers or dumpsters. The Contractor may provide his own bin or dumpster, however, the use and location of such must be approved in writing by the COR. Construction waste and debris will not be accumulated in corridors or other building areas where it might cause a fire or safety hazard. Debris will be covered when taken from work sites to dump area. This is critical when carried through patient care areas.
PART 5
SPECIFIC TASKS
5. Specific Tasks:
5.1 Basic Services. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the removal of existing shell and tube heat exchangers replacing with RH-60D instantaneous water heaters, replace existing Metasys Controller with Network Control Engine NCE-2516 controller to monitor new water heaters, install backflow preventer to meet the requirements under this PWS.
5.2 Mobilization
5.2.1 COR shall identify Contractor Laydown and parking location.
5.2.2 Install Temporary Fencing per specification 01-00-00-6 section 1.6.(F) operations and storage areas (Construction Fence)
5.2.3
5.2.4 Water supply and Sanitation as required
5.2.5 Site Office as required
5.2.6 Contractor shall determine storage requirements and install in designated laydown area identified by COR.
5.2.7 Contractor shall gather all tools, machinery and equipment to perform required services within this PSW securing in storage container/area.
5.2.8
5.2.9 Install Safety signage per specification 10-00-00-21 section 1.30 Safety sign(s)
5.3 Site Preparation
5.3.1 COR shall identify work zones with contractor
5.3.2 COR shall identify new Equipment Locations and location constraints
5.3.3 Contractor shall identify work hazards in accordance with OSHA Hazard communication standard (29 CFR 1910.1200)
5.3.4 Install critical barriers as required per ICRA Matrix requirements in identified work zones.
5.3.5 Contractor shall protect existing vegetation, structures, equipment, utilities, and improvements per specification 01 00 00.1.10
5.3.6 Contractor shall Inspect area of work to identify any damage to equipment or surrounding structures prior to starting work and submit report to COR
5.4 Removal of existing Armstrong heat exchangers, piping and components
5.4.1 Contractor shall provide Shutdown notifications in accordance with HEALTH CARE SYSTEM MEMORANDUM No. 138-13-14 UTILITY SHUTDOWN PROCEDURES
5.4.2 Contractor shall perform Lock out Tag out procedures to safe off hazards accordance with HEALTH CARE SYSTEM MEMORANDUM No. 138-11-28 LOCK-OUT / TAG-OUT.
5.4.3 Phasing Sequence: The domestic regular and softened hot water supply to the Community living
5.4.4 Demolition Work: Disconnect and completely demolish the existing domestic hot water exchangers that include, but are not limited to: single shell type, instantaneous steam/water heat exchangers (vertical type, 50 F inlet, 140 F outlet, using 30 psig steam) and their trims, housekeeping pad, connected steam and condensate piping, connected water piping, valves and fittings, strainer(s), steam traps, pressure gauges, safety relief valves, insulation, electrical power, and controls.
5.4.5 Disposal of the existing systems and auxiliary, except existing thermometer wells. Provide disposal confirmation letter to the Contracting Officer's representative after completion of the disposal. Remove and salvage existing thermometer wells in such as manner as to prevent damage, which would be detrimental to re-installation and reuse. Protect and store the thermometer wells. Return the thermometer wells to VA's maintenance department after completion of the project per specification section 10 00 00.1.27 RELOCATED EQUIPMENT AND ITEMS, and SECTION 01 00 00.1.9 DISPOSAL AND RETENTION.
5.4.6 Contractor shall remove piping and Fittings scheduled for removal per Specification SECTION 23 05 11
COMMON WORK RESULTS FOR HVAC
5.4.7 Contractor shall determine appropriate skid for site per manufactures requirements.
5.4.8 Contractor shall be responsible for any modifications to heat exchanger mounts, skids, concrete pads that include but not limited to cutting existing pipe/concrete, welded flanges to meet contractor supplied RH-60D instantaneous water heaters.
5.5 Installation of heat exchangers, piping and components
5.5.1 Contractor shall prepare heat exchanger site per manufactures specifications
5.5.2 Provide two new Spirax Sarco RediHeat RH-60D instantaneous packaged hot water exchanger system. The systems shall be pre-plumbed with all required components. The domestic hot water heater shall be a Spirax Sarco RediHeat or equivalent steam-fired, instantaneous water heater incorporating feed forward temperature control to instantly produce hot water within +/-4"-F of the set temperature under widely varying demands. The unit will incorporate an ASME code stamped helical coil heat exchanger and blending valve. The coiled tube bundle must be capable of being removed for inspection and service with-out breaking steam connections or removing the unit from its installed position. The unit shall be completely self-contained and require hook-up only to steam and water. There shall be no electric or pneumatic requirements. Each heater shall be a factory assembled package with the capacity to heat 60 gpm of water from 40 to 140 degrees Fahrenheit without the use of thermostatic control devices or storage tanks. Supply steam pressure is 15 psig.
5.5.3 Contractor shall install heat exchangers per manufactures installation requirements, specification section 23 05 41 NOISE AND VIBRATION CONTROL FOR HVAC PIPING AND EQUIPMENT and SECTION 23 22 13 STEAM AND CONDENSATE HEATING PIPING
5.5.4 Provide and install pipe insulation as required per SECTION 23 07 11 HVAC AND BOILER PLANT INSULATION
5.5.5 Contractor shall reconnect electrical per manufactures installation requirements
5.5.6 Contractor shall commission each heat exchanger, components, electrical and piping per SECTION 01 91 00 GENERAL COMMISSIONING REQUIREMENTS prior to removal of existing Armstrong heat exchangers.
5.5.7 The new system shall be mounted on a corrosion resistant steel frame. The new system shall be able to deliver 60 gpm at 140 F outlet temperature, using 50 F domestic regular water temperature and 75 psig steam pressure
5.5.8 Contractor shall provide bid on optional heat exchanger materials of construction Cast Steel Shell and Tubes: admiralty, 70/30 Cu Ni, 316SS & Double Wall (Copper Only)
5.5.9 Contractor shall provide bid on optional accessories to include main and drip traps plus strainers, "H" (pressure reducing) package, angle iron stand, recirculation package, solenoid safety shut-off system, thermal insulation blanket,
5.6 Removal and installation of new Metasys Controller
5.6.1 Contractor shall provide Shutdown notifications in accordance with HEALTH CARE SYSTEM MEMORANDUM No. 138-13-14 UTILITY SHUTDOWN PROCEDURES
5.6.2 Contractor shall perform Lock out Tag out procedures in accordance with HEALTH CARE SYSTEM MEMORANDUM No. 138-11-28 LOCK-OUT / TAG-OUT.
5.6.3 Contractor shall provide and install NCE-2516 Johnson Controls Controller to replace existing and connect heat exchanger temperature sensors, pressure transducer and split core current switch.
5.6.4 Reconnect existing I/O to new NEC-2516 controller per manufactures installation requirements
5.6.5 Contractor shall provide and install the following hardware for installation:
5.6.5.1 Three (3) temperature sensors with wells
5.6.5.2 One (1) pressure transducer for HWP discharge water pressure
5.6.5.3 One (1) split core current switch for HWP monitor status
5.6.6 Provide all programming into Metasys to include the monitoring points for the above listed points and the existing points. It also shall be able to receive and communicate the following inputs from the digital re-circulating valve.
5.6.6.
5.6.6.2 Inlet/Outlet Temperature
5.6.6.3 Over Temperature Alert
5.6.6.4 Over Temperature Error
5.6.6.5 PCB Error
5.6.6.6 Thermistor Error
5.6.6.7 Motor Error/Safe Mode
5.6.6.8 Battery Error
5.6.7 Provide one new graphic with the above monitoring points.
5.6.8 Provide and install new CAT5 cable from new control panel in B90 mechanical room to telephone room.
5.6.9 Contractor shall provide conduit required to install cabling to points of connection
5.7 Demobilization
5.7.1 Demobilization shall include all activities and costs for transportation of personnel, equipment, and supplies not required or included in the contract from the site; including the disassembly, removal, and site cleanup of offices, buildings, and other facilities assembled on the site specifically for this contract.
5.7.2 Contractor shall conduct final Clean up in accordance section 01 00 00.1.8 INFECTION PREVENTION MEASURES and clean up sections of related work specifications.
5.7.3 Contractor shall restore any damage to vegetation, structures, equipment, utilities, and improvements per section 01 00 00.1.11
5.8 Documentation
5.8.1 Work plan: Contractor shall submit work plan outlining the plan by which the company plans to complete a quality project within a given amount of time and in compliance with a set budget.
5.8.2 Schedule: Contractor shall submit Project schedule in accordance with SECTION 01 32 13 16.15 PROJECT SCHEDULES and simplified three-week lookahead schedule.
5.8.3 Submittals: Contractor shall submit project submittals per SECTION 01 03 23 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES
5.8.4 Quality control plan: Contractor shall outline the procedures that the contractor will use to ensure that a high quality product is produced for this contract.
5.8.5 Safety plan: Contractor shall outline the safety procedures that comply with all federal, state and local laws, the Occupational, Safety and Health Act (OSHA) (Public Law 91-596) and the resulting standards, OSHA Standards 29 CFR 1910 and 1926, as applicable, and the protection of their employees. Additionally, the Contractor is responsible for the safety and health of all subcontractor employees.
5.8.6 As-built drawings: Contractor shall provide red-line scaled drawings to COR after project completion
5.8.7 Meeting minutes: Contractor shall record and track meeting minuets and submit to COR for editing and approval.
5.8.8 Inspection records: Contractor shall submit all inspection testing and reports to COR
PART 6
APPLICABLE PUBLICATIONS
6.
6.1 The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures.
A. SECTION 01 42 19 REFERENCE STANDARDS
B. HEALTH CARE SYSTEM MEMORANDUM No. 138-11-28 LOCK-OUT / TAG-OUT
C. HEALTH CARE SYSTEM MEMORANDUM No. 138-12-29 CONSTRUCTION SAFETY PROGRAM
D. HEALTH CARE SYSTEM MEMORANDUM No. 138-13-14 UTILITY SHUTDOWN PROCEDURES
E. HEALTH CARE SYSTEM MEMORANDUM No. 138-13-24 KEY CONTROL AND DISTRIBUTION
F. HEALTH CARE SYSTEM MEMORANDUM No. SAFE-12-02 PERSONAL PROTECTIVE EQUIPMENT (PPE)
G. HEALTH CARE SYSTEM MEMORANDUM No. SAFE-12-06 HOT WORK PROGRAM
H. HEALTH CARE SYSTEM MEMORANDUM No. SAFE-12-04 LIFE SAFETY MANAGEMENT PROGRAM
I. HEALTH CARE SYSTEM MEMORANDUM No. SAFE-13-23 INTERIM LIFE SAFETY MEASURES
PART 7
ATTACHMENT/TECHNICAL EXHIBIT LISTING
7. Attachment/Technical Exhibit List:
7.1. Attachment 1/Technical Exhibit 1 - Performance Requirements Summary
7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule
7.3 Attachment 3/Technical Exhibit 3 - Estimated Workload Data
TECHNICAL EXHIBIT 1
Performance Requirements Summary
The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.
Performance Objective
Standard Performance Threshold
Method of Surveillance
PRS # 1.
The contractor shall provide all supplies, equipment, facilities and services required to perform work in Sec. 3, 4 & 5. The contractor provided all supplies, equipment, facilities and services required to perform work
Zero deviation from standard
(100% compliance)
100 Percent Inspection
Customer Complaint
PRS # 2
Contractor shall Mobilize all required activities, contractor personnel, equipment and operating supplies to site as stated in Sec. 5.2 The contractor provided Mobilization included all activities and associated costs for transportation of contractor's personnel, equipment, and operating supplies to the site; establishment of offices, buildings, and other necessary general facilities for the contractor's operations at the site within ten business days of NTP Zero deviation from standard
(100% compliance) 100 Percent Inspection
PRS # 3
Contractor shall provide Project management and on-site supervision
Sec. 1.6.8.1, 1.6.8.2 Contractor provided sufficient onsite project management and supervision as is essential to carry out all the terms and conditions for this contract and present onsite at all times during scheduled work hours and as needed to fulfill contractual obligations
5% deviation from standard Periodic Surveillance
PRS # 4
Quality of Management
Commitment and
Employee Involvement in
the Work Plan Sec. 5.8.1 Managing Day-To-Day Operations As Specified
In The Work Plan, Handling All Employment Matters
(Including Training And Security) Relating To
Contractor Employees, Ensuring That The
Contractor Employee Relationship With
Government Employees Is In Accordance With
(IAW) The Contractor's Work Plan, And That All
Delivered Services Meet The Performance
Standards Identified In The Contract. 2 Incidents
Incidents include but are not limited to
each safety mishap, failure to provide
quality control of program activities,
failure to implement an element of the
VAPAHCS or NCA values, recurrence of
process problems, failure to meet
requirements of
to comply with applicable regulations
and directives Customer
Comments,
Periodic
Inspections,
Audit
Findings,
Weekly
Reports
PRS # 5
Reports (overall PWS) Quality
Reports Meet The Content Requirements As
Specified In PWS
Timeliness
Reports Are Submitted NLT (5) Business days after meeting/inspection/
testing. 2 Incidents
Incidents include but are not limited to each late submission of reports and each error discovered in reports. Periodic
Inspections,
Review of
Weekly
Reports
PRS # 6
Contractor Quality
Control (QC)
Program/Quality
Assurance (QA)
Sec. 5.8.4
Perform QC As Specified In QC/QA Plan
No Major QC Audit Findings
No QC Activity Differences From QC/QA Plan
Recurrence Control
Root Cause Analysis Performed And Implemented
To Prevent Nonconformance's
Quality
95 Percent Customer Satisfaction From Survey
Assessments In Determining Service Performance
For All Contracted Tasks 0 Incidents
(100% compliance) Customer
Comments,
Periodic
Inspections,
Audit
Findings,
weekly
Reports
PRS # 7
Hazardous &
Controlled Waste
Management
Sec. 5.4 Timeliness of Container
Pickup and Issue Within 48 Calendar Hours Of Request. 1
reports and
spot check
PRS # 8
Execute Order
Requirements
(Overall PWS) Timeliness
Work Is Started And Completed Per Negotiated
Schedule
Quality
Work Meets All Specification Requirements In
The PWS As To Materials And Workmanship.
0 Incidents
(100% compliance) Contractor
Reports,
Customer
Comments,
and Periodic
Inspection
PRS # 9
Provide timely
Notification on items requiring government action
(overall PWS) No more than 5% of the reports to appropriate
Government contact may be later than the specified time period
1 Incidents Review operational logs,
databases,
or
metrics.
PRS # 10
Establish, implement, and
maintain a comprehensive
safety program.
Sec. 5.8.5 Establish, implement, and
maintain a comprehensive
safety program.
Sec. 5.8.5 Safety Program resulting in:
1) No OSHA-reportable violations resulting from contractor action or inaction.
2) Mishap frequency and severity rate shall not exceed the base three year average. Periodic Surveillance, Customer Complaint
TECHNICAL EXHIBIT 2
DELIVERABLES SCHEDULE
Deliverable Frequency # of Copies Medium/Format Submit To
Work plan
Sec. 5.8.1 Initial work plan shall be submitted to CO with Proposal.
Post Award
Updated weekly submissions
Quantities specified in solicitation for proposal
Post Award
Two copies provided during weekly meetings
specified in solicitation for proposal
Post Award
Electric format and hard copy in
MS Word/ Excel Spreadsheet VA CO AND COR
Schedule
Sec. 5.8.2 Initial schedule shall be submitted to CO submitted with proposal.
Post Award
Updated weekly submissions Quantities specified in solicitation for proposal
Post Award
Two copies provided during weekly meetings specified in solicitation for proposal
Post Award
Electric format and hard copy in
MS Projects, MS Word/ Excel Spreadsheet VA CO AND COR
Submittals
Sec. 5.8.3 Initial Submittals shall be submitted to CO with proposal
Post Award
Daily
Quantities specified in solicitation for proposal
Post Award
One hard copy
One electronic copy Electric format and hard copy in
MS Projects, MS Word, Excel Spreadsheet, CD/DVD VA CO AND COR
Quality control plan
Sec. 5.8.4 Submitted with Proposal Quantities specified in solicitation for proposal specified in solicitation for proposal
VA CO AND COR
Safety plan
Sec. 5.8.5 Submitted with Proposal Quantities specified in solicitation for proposal
specified in solicitation for proposal VA CO AND COR
As-built drawings
Sec. 5.8.6 Submitted with close out package
One hard copy
One electronic copy Electric format and hard copy in
MS Projects, MS Word, Excel Spreadsheet, PDF CD/DVD
VA CO AND COR
Meeting minutes
Sec. 5.8.7 weekly One hard copy
One electronic copy Electric format and hard copy in
MS Projects, MS Word, Excel Spreadsheet, CD/DVD VA CO AND COR
Inspection records
Sec. 5.8.8 Daily as completed One hard copy
One electronic copy Electric format and hard copy in
MS Projects, MS Word, Excel Spreadsheet, CD/DVD VA CO AND COR
Shutdown notice
Sec. 5.8.1 three weeks prior to requested shutdown target date One hard copy
One electronic copy Electric format and hard copy in
MS Word, COR
TECHNICAL EXHIBIT 3
ESTIMATED WORKLOAD DATA
ITEM
NAME ESTIMATED QUANTITY
1 Field personnel, project manager 240 hrs
2 Field personnel, superintendent 240 hrs.
3 Field personnel, general purpose laborer 240 hrs.
4 Field personnel, Electrician 40 hrs.
5 Field personnel, Plumber 160 hrs.
Field personnel 2 Steamfitters
Link/URL: https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26114I0719/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 7928 |
Modification to a Previous Presolicitation Notice – A– BROAD AGENCY ANNOUNCEMENT W9113M-09-0001-2014 FOR NEW AND INNOVATIVE IDEAS FOR SPACE AND MISSILE DEFENSE TECHNOLOGY
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News