Similar Projects
Metropolitan Headquarters Building HVAC Chiller #2 Rehabilitation
Renovation
Sub-Bidding
$330,000 CJ est. value
Los Angeles, CA 90012

Police Department Server Room HVAC Upgrade Project
Renovation
Sub-Bidding
$400,000 CJ est. value
Alhambra, CA 91801

HVAC Replacement
Term Contract
Post-Bid
Calabasas, CA 91301

HVAK Window Units
Term Contract
Post-Bid
Los Angeles, CA 90073

Heat Hot Water System
Alteration
Results
Long Beach, CA

Adult Education HVAC Replacement at Willow & Dibble Campuses
Renovation
Results
$2,457,000 CJ est. value
Hacienda Heights, CA 91745

Boiler Replacement
Renovation
Sub-Bidding
$300,000 CJ est. value
Lancaster, CA 93536

Joseph Jensen Water Treatment Plant Ozone Power Supply Units Replacement
Renovation, Alteration
Post-Bid
$1,000,000 to $1,400,000 est. value
Los Angeles, CA 91344

Palomares Park HVAC System Replacement
Alteration
Results
$80,000 est. value
Pomona, CA 91767

Filter - A/C Return Air, 46 X 20.5, Rear Unit, Red Natural
Alteration
Post-Bid
Los Angeles, CA

Install Plants, Irrigation, and Prepare and Stain AC and Concrete
Alteration
Results
$830,000 est. value
City of Industry, CA 91714

Compressor - A/C, Scroll Type, R407C (Tk Model: Tea15-M2)
Alteration
Post-Bid
Los Angeles, CA

Ronald Reagan UCLA Medical Center (RRUMC) - Clinical Lab Humidification
Alteration
Results
$680,000 est. value
Los Angeles, CA 90095

Filter - A/C Return Air, 46-1/2 Inch x 26-1/2 Inch, Front Roof Mount
Alteration
Post-Bid
Los Angeles, CA

Sand Silo Air Filter Replacement
Renovation
Results
$192,700 CJ est. value
Los Angeles, CA 90065

Last Updated 06/09/2023 01:31 PM
Project Title

HVAC LG Multi-Zone Repair

Physical Address View project details and contacts
City, State (County) Los Angeles, CA 90073   (Los Angeles County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: HVAC LG Multi-Zone Repair 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to troubleshoot and repair the LG multi-zone heating and cooling system located at the VA-WLA in Building 220. 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q1070. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 238220, Plumbing, Heating, and Air-Conditioning Contractors. 1.g. Small Business Size Standard: $16.5 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 30 days 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 23 1.l. Request for Information (RFI) should be submitted via email no later than 10am PST Tuesday, May 16th, 2023, to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to troubleshoot and repair the LG multi-zone heating and cooling system located at the VA-WLA in Building 220. 2.2. Background. The system consists of 18 fan coils and 5 heat recovery boxes located spread throughout and located on the first and third floor of building 220. The system permits heating or cooling control in each individual space, for example, heating in one room and cooling in another. Typically, the installation of these valves is done during the initial installation of the system because it is not possible to troubleshoot the leak location without the ability to isolate the components, test for assurance that there are no leaks and continue to expand the system by methodically opening valves until the leak has been discovered. The system presently has a gas leak which caused premature failure of the condensing unit, which was recently replaced. Until the refrigerant gas leak can be located, the building will not have heating, ventilation, or air conditioning. The building is a patient care center, there is a variety of physical and spiritual therapy on the first floor and family counseling on the third floor. The system provides heating and air conditioning to the first and third floors. 2.3. Scope. The contractor shall provide all parts, labor, tools, technical expertise, supervision and materials required to install 51 full port ball valves at each of the fan coil units and heat recovery boxes. Using these valves to isolate and troubleshoot the system to locate the leak and make repairs. The work on this contract is limited to the LG System connected to ARUB144BTE4. Additional parts to complete the repairs will be quoted and paid for in addition to this contract Contractor shall perform the following tasks: Provide and install total 51 full port ball valves throughout the system on the refrigerant lines at each fan coil and heat recovery unit. Pressure test for leaks with 550 Lbs. of Nitrogen gas. Isolate and troubleshoot until the leak is located. Repair the leak or recommend further repair/replacement if some part requires being replaced, to be paid for under separate contract or Modification. Pull down a vacuum to 500 microns or below. Recharge system to manufacturers specifications. Start up and monitor the system for proper performance. 2.4. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.5. Period of Performance. The period of performance will be 30 days from award date. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Overtime pay is at the rate of one and one-half times the employee's regular rate of pay for all hours worked in excess of eight up to and including 12 hours in any workday, and for the first eight hours of work on the seventh consecutive day of work in a workweek. Overtime pay also includes Federal Holidays. 2.6. Contractor Personnel Background Requirements. a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. Currently, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.7. Contractor Employees a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.8. Insurance Coverage a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Monday May 22nd, 2023, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information with UEI and DUNS number should be on the attached Enclosure 1 form 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

Details

Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents