Similar Projects
UC Davis Health Campus Folsom
New Construction
Conception
Folsom, CA 95630

Tri-City Healthcare District Hospital Redevelopment
Addition, New Construction, Infrastructure, Renovation - 14,400 SF
Conception
$12,000,000 CJ est. value
Oceanside, CA 92056

UCSF Helen Diller Medical Center at Parnassus Heights
New Construction - 955,000 SF
Design
$10,000,000 CJ est. value
San Francisco, CA 94143

California Northstate University Medical Campus
New Construction, Demolition - 1,500,000 SF
Design
$750,000,000 to $800,000,000 est. value
Sacramento, CA

RFQ - 12KV Triennial Preventative Maintenance Inspection (PMI)
Term Contract
Bidding
Long Beach, CA 90822

Replace Roof Drain Stormwater Piping Deficiencies, West
Renovation, Infrastructure
Bidding
$20,000,000 CJ est. value
San Diego, CA 92161

VA Martinez Parking Structure
New Construction, Demolition - 128,000 SF
Post-Bid
$10,000,000 to $15,000,000 est. value
Martinez, CA 94553

Z2da--Remodel Emergency Department for Observation Beds - 570-17-210
Renovation
Post-Bid
$5,000,000 to $10,000,000 est. value
Fresno, CA 93703

Interventional Imaging Surgical Suite - Design-Build
Renovation
Results
$2,000,000 to $5,000,000 est. value
Fresno, CA 93703

VA San Diego Renovate Existing Emergency Department Phase 2
Renovation - 2,340 SF
Results
$2,000,000 to $5,000,000 est. value
San Diego, CA 92161

El Camino Health
Renovation
Construction
$149,000,000 est. value
Mountain View, CA 94040

UC Davis Health Hospital
New Construction, Demolition - 1,000,000 SF
Construction
$3,750,000,000 est. value
Sacramento, CA 95817

Mercy Hospital of Folsom Expansion
New Construction, Infrastructure - 400,000 SF
Pending Verification
$232,000,000 CJ est. value
Folsom, CA 95630

WildCare / San Rafael
New Construction, Build-out - 11,400 SF
Pending Verification
$20,000,000 CJ est. value
San Rafael, CA 94901

Kaiser Permanente Hospital Expansion - Phase 2
Addition, New Construction, Infrastructure - 513,000 SF
Conception
$130,000,000 CJ est. value
Moreno Valley, CA 92557

Last Updated 04/29/2023 06:31 PM
Project Title

RFQ Contractor - J045--Replace Variable Frequency Drives (VFDs), and Breaker Switch Bell and Gossett Circulating Pump at Loma Linda VA Health Care System

Physical Address View project details and contacts
City, State (County) Loma Linda, CA 92354   (San Bernardino County)
Category(s) Medical
Sub-Category(s) Hospital
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this-- sources sought announcement must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Southern Arizona VA Health Care System (SAVAHCS) located at 3601 S. 6th Ave, Tucson, AZ 85723 is seeking a potential qualified contractor that can provide Replace Variable Frequency Drives to Valor Building and Cooling Tower #2, and Bell & Gossett Circulating Pump. Important information: The Government is not obligated to/nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220. VETERANS HEALTH ADMINISTRATION LOMA LINDA Replace Variable Frequency Drives to Valor Building and Cooling Tower #2, and Bell & Gossett Circulating Pump of Community Living Center PART 1 GENERAL INFORMATION GENERAL: This is contract is to replace Variable Frequency Drives (VFDs) of the Valor Building, a VFD and breaker switch in Cooling Tower #2, and a Bell and Gossett circulating pump for the Community Living Center at the Veterans Health Administration Loma Linda Veterans HealthCare System (VALLHCS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 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 replace Variable Frequency Drives (VFD s) of the Valor Building, Cooling Tower #2 VFD and breaker switch, and a Bell and Gossett circulating pump in the Community Living Center of the Veterans Health Administration Loma Linda HealthCare System (VALLHCS). All services to the Valor Building are to be provided 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. Background: There are two VFDs located on the Valor Building #31 these drives are not outdoor rated. One of the VFDs is only operational on manual mode at 100% speed 24/7, the other is non-operational. Outdoor rated VFDs are required for Valor Building due to their location. These VFDs are subject to exposure to all weather conditions; to maintain the proper operation of the hot water boiler circulating pumps these VFDs must be replaced with proper outdoor rated units. Cooling Tower #2 s blower fan motor is burnt in need of a new breaker switch, its VFD is non-operational and in need of replacement. Finally, one of the Bell and Gossett circulating pumps for the Community Living Center (CLC) hot water boiler has failed. This device is required to maintain redundancy on VALLHCS patient care support equipment. Repair of this pump is imperative, if the second pump fails, there will be no heating for the Veterans receiving treatment within the facility. Objectives: The service will be used to replace Variable Frequency Drives (VFDs) of the Valor Building, a VFD and breaker switch in Cooling Tower #2, and a Bell and Gossett circulating pump for the Community Living Center. Scope: On-Location Variable Frequency Drive (VFDs), breaker switch, and a Bell and Gossett circulating pump replacement to Contractor shall provide the following: Check in with Boiler Plant personnel daily. Provide daily work schedule to Boiler Plant personnel daily. Use proper protective gear while working on VA property. Ensure ALL energy sources (electrical, water, etc.) are locked/tagged-out prior to work. Ensure ALL energy sources (electrical, water, etc.) are re-energized and operational after completion of work. Provide all documentation on new equipment. Variable Frequency Drive (VFDs) Replacement to Valor Center, Requirements: VFD #1 Lockout and tagout electrical power. Remove all electrical wiring, inspect for serviceability. Remove electrical conduit from the existing Emerson 3 phase 50/60 hertz, 3 horsepower, 460 volts VFD Install new outdoor rated Allen Bradley 3phase 50/60Hertz, 3Horse Power, 460volts VFD inside cabinet, by the hot water boiler. Re-connect electrical conduit and terminate wiring at appropriate points of connection Perform start up and commissioning of the VFD to verify proper operation. Contractor shall integrate VFD#1 into the SCHNEIDER Electric BMS located at Boiler plant room 1D-16. VFD#2 Properly lockout and tagout electrical power to VFD #2. Remove all electrical wiring, inspect for serviceability. Remove electrical conduit from the existing Emerson 3phase 50/60Hertz, 3Horse Power, 460volts VFD. Mount new outdoor rated Allen Bradley 3phase 50/60Hertz, 3 Horsepower, 460 volts VFD inside cabinet, by hot water boiler. Re-connect electrical conduit and terminate wiring at appropriate points of connection on VFD#2 Perform start up and commissioning of the VFD to verify proper operation. Contractor shall integrate VFD#2 into the SCHNEIDER Electric BMS located at Boiler plant room 1D-16. Cooling Tower 2A VFD and Breaker Switch Replacement Requirements: VALLHCS Graphics Control shall place Cooling Tower #2A down for repairs on the Andover standalone computer located in the boiler plant office 1D-16. VA Employees and the Contractor will perform a combined lockout tagout on the main breaker to Cooling Tower in Power Cabinet DB-BB. Cooling Tower #2A VDF Contractor shall: Remove the old burnt Allen Bradley 3phase 48/63 Hertz/380-480 volts. Inspect all electrical wiring for serviceability. Install new Allen Bradley Model# ACH550 with by-pass 3phase 48/63 Hertz/380-480 volts. Contractor and VA Employees shall remove lockout tagout on cooling tower electrical cabinet DB-BB. VA EMPLOYEES will release Cooling Tower#2A from down for repairs to operation on the Andover stand, alone computer located in the boiler plant office 1D-16. Contractor shall perform operational checks for proper operation of breaker switch, and cooling tower blower fan motor. Bell & Gossett Circulating Pump Replacement for the Community Living Center: Provide a Schneider Factory Authorization certificate to work on equipment. Commence work only when the items for the task have been received. Provide a schedule that has at least a one-week notification of the shutdown of the hot water to Community Living Center Rehab. Secure the supply and return water going to the hot water boiler. Secure the supply water going to the Bell and Gossett circulating pumps. Drain all the water in the entire hot water system onto the roof top drains. Remove the existing Bell and Gossett recirculating pump #1 with serial number 20170511, single phase, 50/60 hertz, A 1/2 horsepower and 208/230 volts. Install new outdoor rated Bell and Gossett recirculating pump, single phase, 50/60 hertz, A 1/2 horsepower and 208/230 volts. Refill boiler loop with proper water heating inhibitors as per manufactures specifications. Perform start up procedures and confirm of no leaks on the recirculating pump and hot water loop system to hot water boiler. Contractor shall program the Bell and Gossett recirculating pump to the existing BAS Schneider platform. VA Graphics Control Employees will verify that the hot water boiler is operating correctly. Contractor shall provide a class to the Boiler Plant operators on the proper operation of the equipment installed. Contractor shall provide warranty and maintenance schedules reports. Contractor shall clean the working area and properly dispose of trash. On location Service to Loma Linda VA Medical Health Care Center located at: 11201 Benton Street Loma Linda, CA 92357 Period of Performance: The period of performance shall be a one-time service. The Period of Performance reads as follows: One time service to be provided within 60 days of contract acceptance. 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. 30 working days. Monday thru Friday except Federal Holidays. Starting time 6:00 am to 4:00 pm. All work will be coordinated with the COR. 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). The contractor will guarantee workmanship and all parts furnished by the contractor for a period of one (1) year from the date of installation. Warranty for labor will be 1 year from service provided. 1.6.3 Recognized Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Day Christmas Day Independence Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 6:00 am to 4:00 pm 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: Loma Linda VA Medical HealthCare Center 11201 Benton Street Loma Linda, CA 92357 1.6.6 Type of Contract: The government will award a (Type of contract to be determined by CCE and the customer). 1.6.7.1 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. Using all standard lock out tag out safety standards. 1.6.7.2.2 Tobacco Use: The use of all tobacco products is strictly prohibited while on Government property this includes vapes, vape pens, etc. 1.6.8 Special Qualifications: CONTRACTOR MUST: Be a Schneider Electric Buildings Business Factory Authorized Partner Schedule with Contracting Officer Representative (COR) or Designee five (5) business days prior to start of work. Conform to the following standards, policies, regulations, governing agency, and any other local, state, or federal guidelines that are not listed here. OSHA Regulations, www.osha.gov NFPA, www.nfpa.org. Be licensed in the State of California with the one or more of the following: B -General Contractor License, or C-10 Electrical License and, or C-4 Boiler, Hot Water, Heating, and Steaming fitting contractor. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10.1 Over and Above Repair: Upon discovery of a malfunctioning part the Contractor shall immediately notify the COR. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Facilities Staff/COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract). 1.6.11 Key Personnel: The follow person is considered key personnel by the government: Fernando Castaneda, Utilities System Supervisor (909) 825-7084 x 2422 Fernando.castaneda@va.gov. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 6:00 am to 4:00 pm, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.12 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. PART 2 DEFINITIONS & ACRONYMS DEFINITIONS AND ACRONYMS: 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 U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 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. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORKDAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: CFR Code of Federal Regulations COR Contracting Officer Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation HIPAA Health Insurance Portability and Accountability Act of 1996 CO Contracting Officer OCI Organizational Conflict of Interest POC Point of Contact 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 Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. The method of Contractor Selection has not been Determined at this time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Painting.
Division 10 - Specialties, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Blinds, Casework, Furniture, Seating, Institutional Furniture, Healthcare Furniture.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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