Skip to main content

An official website of the United States government

You have 2 new alerts

Z1NB--585-21-116 Replace Chiller Plant - Phase 2 (Construction) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jan 12, 2023 05:34 pm CST
  • Original Published Date: Dec 12, 2022 05:10 pm CST
  • Updated Date Offers Due: Jan 19, 2023 01:00 pm CST
  • Original Date Offers Due: Jan 19, 2023 01:30 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 18, 2023
  • Original Inactive Date: Feb 18, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1NB - MAINTENANCE OF HEATING AND COOLING PLANTS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:

Description

SOLICITATION 36C25223B0003 AMENDMENT 002 January 12, 2023 Project: 585-21-116 Replace Chiller Plant Phase 2 Location: Oscar G. Johnson VA Medical Center in Iron Mountain. MI Amendment 002 hereby incorporates the following clarifications/change(s) into the solicitation package: VENDOR QUESTIONS, submitted 1/5/2023: In the Specifications 23 09 23 -46 (D) and on the Flow Meter schedule on page M601-2 of the mechanical drawings, the Electromagnetic Flow Meters are required to be FSM-3 and FT 3100 types or equal complete with a BTU measurement system. The schedule on M601-2 does not list chiller 3 to receive a newly specified Electromagnetic BTU Flow Meter. The current flow meter installed in Chiller 3 is an Onicon F-1200 that does not currently have a BTU measuring system installed. Please advise if the flow meter on chiller 3 is to remain as is or changed to a specified type? VA REPLY: Keep flow meter on Chiller 3. If the flow meter on chiller 3 is to remain as is, please advise if a BTU measuring system should be added or if it should remain as is. VA REPLY: Add BTU measuring system. If the flow meter on chiller 3 is to be changed out, please advise on type of meter FSM-3 or FT-3100? VA REPLY: Flow meter on Chiller 3 to remain. In the Specifications 23 09 93 -16 (H) Chiller Minimum Flow By-Pass Valve is described to be Normally Open. In the mechanical drawings page MP103-2, Detail D7 displays this valve as Normally Closed. Please advise as to the normal position of the Chiller Minimum Flow By-Pass Valve. VA REPLY: Normal position of Chiller minimum flow by-pass valve to be open. In the Specifications 23 09 15-4 thru 10, PLC Input/Output Summary Table lists a Service Shutdown Switch for Campus Chilled Water System, Chillers 1-4, 7 and 9. Please advise as to the intended locations and sequence of operation for these switches. VA REPLY: Switch to safely shut down chiller via BAS panel. In the Specifications 23 09 15-9, PLC Input/Output Summary Table lists points for Dry Cooler Chiller 7 The existing control on the dry cooler consists of six (6) digital outputs directly controlling the fans within the cooler. This chiller is not equipped with a single Run Status or Alarm digital input signals. Please advise design intent for hardwired control points for the dry cooler. VA REPLY: Six (6) digital outputs staggered for control. Omit Run Status or Alarm digital input signal points. Mechanical drawing MP103-2 details eleven (11) locations to provide programming for ether an existing or newly installed energy control valve. Electrical drawing E103-2 details locations for eight (8) data drops provided for the energy control valves. Three (3) energy control valves from MP103-2 detail D4 and F5 are missing data drops on E103-2. Is it the design intent to leave three (3) energy control valves not integrated or is should E103-2 be revised to include all eleven (11) locations depicted on MP103-2? VA REPLY: These three (3) valves are already wired. Also, omit P-9 and P-10. The contractual period of performance (SF-1442, Page 1, Block 11) is being revised from 300 calendar days to 740 calendar days. Phase 0 for pre-construction, submittals, material orders and deliveries is 80 weeks (560 calendar days); Phase 1 for site mobilization, field work, testing, inspections and administrative closeout is 180 calendar days (6 months). SAM labor wages rates have been updated. See attachment (S02 Att3.R1 Wage Determination MI20230117 2023.01.06). The bid opening date has not changed. Bids must be delivered to the following address NLT Thursday, January 19, 2023 at 13:00 CST: Department of Veterans Affairs 115 S. 84th Street, Suite 101 Milwaukee, WI 53214 Attention: Kristi Kluck, Kristi.Kluck3@va.gov Ref: 36C25223B0003 ATTACHMENTS

Contact Information

Contracting Office Address

  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA

Primary Point of Contact

Secondary Point of Contact





History