Kansas Bids > Bid Detail

Z2DA--Monitoring for Legionella, 589A7-22-204

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159390668244371
Posted Date: Mar 7, 2023
Due Date: Apr 21, 2023
Solicitation No: 36C25523R0082
Source: https://sam.gov/opp/0c01d7dc05...
Follow
Z2DA--Monitoring for Legionella, 589A7-22-204
Active
Contract Opportunity
Notice ID
36C25523R0082
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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: Mar 07, 2023 11:25 am CST
  • Original Response Date: Apr 21, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    ROBERT J DOL VA MEDICAL CENTER 5500 E. KELLOGG Wichita , KS 67218
    USA
Description
Presolicitation Notice

Presolicitation Notice

Page 5 of 5
Presolicitation Notice
*=Required Field
Presolicitation Notice

Page 1 of 5
Install Continuous Monitoring for Legionella, PROJECT 589A7-22-204
PRE-SOLICITATION NOTICE

This construction project will be at the Robert J. Dole VA Medical Center and will consist of, but is not limited to, the following improvements: The Wichita VAMC Install Continuous Monitoring for Legionella. The work includes general construction, alterations, roads, walks, grading, drainage, necessary removal of existing structures and construction and certain other items. including demolition and removal of existing structures and furnish labor and materials and perform work for VA 589A7-22-204 Install Continuous Monitoring for Legionella as required by drawings and specifications.
This project will install a continuous water monitoring system for Buildings 1 (Main Hospital), 59 (Substance Abuse Residential Treatment Facility SARRTF), and 60 (Community Living Center CLC) in accordance with VHA Directive 1061. The scope will include the following items:

1.The continuous monitoring system will meet the requirements located in VHA Directive 1061, chapter 3 paragraphs j, Appendix A 2.a., 2.b.(3), and 2.c.(2)(a). The system will integrate with and use the existing Building Automated System to display and record data. The system will be able to trend data and alert when values are outside of acceptable limits. The system and the data will be owned by the VA and will not require a subscription or service contract.

2.Incoming water will be monitored at two locations. Continuous monitoring of incoming water will include water pressure, temperature, pH, hardness, suspended or dissolved solids, and biocide levels (monochloramine).

a. Building 1: Domestic cold water entering building 1 room 019-1.

b. Building 60: Domestic cold water entering building 60 in room 102B-60.

i. A new hub drain will be needed to channel the water out since there is no drain nearby.

3.Temperature and biocide residual (monochloramine) will be monitored at approximately 8 locations.

Building 1: Hot water recirculation in the basement mechanical room and the domestic cold water and hot water loops on fourth floor east and west.

Building 59: Domestic cold water and hot water in room 139-59.

Building 60: Domestic cold water, hot water, and hot water recirculation loops in attic.

4.The basis of design for water monitoring will be an Emmerson Rosemount MCL water monitoring station. They will be in accessible locations at the areas indicated on the project drawings. The unit shall be connected to the BAS for monitoring via 4-20 cable.

5.Construction scope is limited to patch and repair or walls, ceilings, and finishes as required to address the demolition of plumbing items.

The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users.

The Contractor shall obtain all required permits for the project. All construction is to be performed in one phase during normal working hours as much as feasible. Off-hours premium time is included for noise abatement and utility shutdowns only. Shutdowns shall be limited to 8 hours maximum and scheduled for minimal interference with hospital operations. Any item(s) to be salvaged by the owner are to be removed by the owner from the site before construction begins. Contractor to provide dumpsters for disposal of construction debris and materials. The construction contractor shall comply with VA and Medical Center guidance to ensure infection controls during the construction.

Normal Working Hours are 0700 to 1600, Monday to Friday.

For working outside these hours requires prior written approval from the COR. Due to the work site location, it is anticipated that some off-hours work will be required to perform this project work to manage noise and vibration impacts to Veterans Patients and Medical Staff performing care.

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 project is a total set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated magnitude of the resulting construction price range is estimated to be between $500,000.00 and $1,000,000.00. The North American Industrial Classification System (NAICS) code is 236220, General Construction, small business size standard of $45 Million in average annual receipts for the preceding three years. Interested firms must be registered in https:www.SAM.gov with this NAICS code and qualified as a service disabled veteran owned small business under this NAICS code. Qualified service-disabled veteran owned small businesses are encouraged to respond and are required to be registered in the SBA VetCert registry https://veterans.cerify.sba.gov on or before the response date of the solicitation.

Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetCert Registration, prospective contractors must be registered in SAM (System of Award Management) and in the VetCert databases under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetCert information at https://veterans.cerify.sba.gov.

The solicitation, including specifications and drawings, will be posted to Sam.gov (https://sam.gov/content/home) on or about March 22, 2023. The offeror is responsible to monitor and download any amendments from the Sam website, which may be issued to this solicitation.
Only one organized site visit will be scheduled, and attendance is encouraged for any responsible sources to submit an offer which shall be considered by Department of Veterans Affairs. The date, time, and place of the site visit will be posted in the solicitation documents. 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 Sean.Jackson@va.gov and Jonathan.Lutmer@va.gov and ensure that the subject line reads "589A7-22-204 Install Continuous Monitoring.

No basis for claim against the Government shall arise as a result of a response to this pre-solicitation notice. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov/. The Contract Opportunities website is the only official site to obtain these documents.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2023 11:25 am CSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >