Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOLICITATION NOTICE

J -- Air Handler Replacement

Notice Date
7/15/2025 8:46:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q1126
 
Response Due
7/28/2025 10:00:00 AM
 
Archive Date
08/27/2025
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
1. 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: Air Handler Motor Replacement 1.b. Description: VA Greater Los Angeles Healthcare System is seeking a contractor to replace a total of 22 (each) motors for Air Handlers and 14 variable frequency drives to include the E-Clipse Bypass at Los Angeles Downtown Medical Center that supplies the building HVAC (Air Conditioning and Heating). 1.c. Project Location: VA Greater Los Angeles Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26225Q1126. 1.e. Set Aside: This solicitation is issued as an SDVOSB set aside. 1.f. Applicable NAICS code: 238220, Plumbing, Heating and Air-Conditioning Contractors. 1.g. Small Business Size Standard: $19 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 29 1.k. Questions regarding the solicitation should be submitted via email no later than 2pm PST Friday, July 18th, 2025, to ositadima.ndubizu@va.gov 1.l. Company info and quote should be on the attached Enclosure 1 form. All other forms of offers will not be accepted. Your enclosure form and capabilities statement/experience should be sent in one email with 2 separate email attachments, or it will not be accepted 2. Statement of Work 2.1. Objective. VA Greater Los Angeles Healthcare System is seeking a contractor to replace a total of 22 (each) motors for Air Handlers and 14 variable frequency drives to include the E-Clipse Bypass at Los Angeles Downtown Medical Center that supplies the building HVAC (Air Conditioning and Heating). 2.2. Background. - The current Air Handler Motors at LA ACC Medical Center are approximately thirty-five years old and no longer compatible with the new ABB Variable Frequency Drives that are now causing bearing failures and will eventually spread to all motors. With extreme weather and summer upon us, this will force areas of LA ACC Medical Center to shut down, interrupting patient care services for Veterans Affairs (VA) Patients and staff at the VA LAACC Medical Center. . 2.3. Scope. All work shall be performed on the LA ACC Medical Center at 351 East Temple Street, Los Angeles, CA 90012: Contractor shall provide all labor and material required to replace twenty-two existing Air Handler Motors with new Baldor Super E Inverted Motors with Bearing Protection Rings that will integrate with the existing ABB Variable Frequency Drives and sixteen new variable frequency drives. Contractor will integrate the new Motors to the Variable Frequency Drives that work with the HVAC Johnson Control Building Automation System (Metasys) to ensure compatibility with the existing speed drives and the Metasys System, all electrical and control wiring shall be tied to the same points that match the existing ABB Variable Frequency Drive Motors. Contractor to tie the Variable Frequency Drives to the Building Johnson Controls System, as they must be compatible with the existing Metasys system, all electrical and control wiring shall be tied to the same ABB variable frequency drives. All points shall match the existing ABB VFDs. The Variable Frequency Drives shall be the ABB Model Number ACH 580 to match the rest of the variable frequency drives at the VA LA ACC Medical Center and properly integrate with the existing HVAC system. No substitutes allowed to keep programming, consistency, operation, ease of maintenance and integrity for all VFDs the same. Contractor shall coordinate all work closely with the VA HVAC Shop and Victor Chevez the VA LA ACC Supervisor. Ensure that the work does not affect hospital operations. Properly disposal of parts and equipment according to State and Federal guidelines. Keep the air handlers on while work is being accomplished. Contractor shall field investigate, and job walk the building site for location of VFDs and familiarize with all work that needs to be performed. Contractor shall provide proper startup of all VFDs, test them and ensure they are communicating properly with the Building HVAC Johnson Controls system. VA HVAC Shop representative shall witness the testing of all VFDs with the contractor. Below is the list of all motors and VFDs that need to be replaced: SF01 thru SF13 are Supply Fans. RF01 through RF 13 are Return Fans HP QUANTITY OF MOTORS QUANTITY OF VFDs Enclosure 20 HP SF01, SF02, SF03, SF05, SF06, SF07, SF08, SF09, SF10, SF11, SF12, SF13 SF05, SF07, SF09, SF13 NEMA 1 7.5 HP RF01, RF07, RF12 RF01, RF07, RF12 NEMA 1 5.0 HP RF03, RF04, RF09, RF10, RF11, RF13 RF03, RF04, RF05, RF06, RF09, RF13 NEMA 1 3.0 HP RF08 RF08 NEMA 1 ABB MODEL ACH580 The Variable Frequency Drives shall be the ABB Model Number ACH 580 to match the rest of the existing variable frequency drives and properly integrate with the existing HVAC system. No substitutes allowed to keep programming, consistency, operation, ease of maintenance and integrity for all VFDs at LA ACC the same. Contact person for ABB Drives is: Chris Liescheidt AIR TREATMENT CORPORATION 640 N. Puente Street, Brea, CA 92821 C: 916.225.2396 | O: 909.869.7975 ext.506 cliescheidt@airtreatment.com E-Clipse Bypass must include: Current Transducers to Protect the Motor from Single Phase Power Conditions in Bypass Additional Digital Inputs and Additional Relay Outputs if required 115 VAC Contactors Eliminates Chatter Pass Through I/O Communication Network Can Control Inputs and Outputs even if Drive Fails Serial Communication protocols Included: Johnson (N2), Modbus RTU and BACnet (MS/TP) Built-in RFI/EMI Filter Integral DC Line Reactor up to 5% Impedance Start-Up and Two (2) Year Parts and Labor Warranty 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. Work Hours Work hours will be Monday through Saturday from 4:00 PM 12:30 AM Pacific time. All time shall be approved in advance by the Contracting Officer s Representative (COR). Allow 5-days for approval of any alternate working hours needed. 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. e. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrence. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to the award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. E.1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES GENERAL INSTRUCTIONS TO OFFERORS: 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, July 28th, 2025, to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with UEI number (Company info and quote should be on the Enclosure 1 form pg. 1) Acknowledgement of amendments (Enclosure 1 form pg. 1) Concurrence/non-concurrence with solicitation terms, conditions, and provisions (Enclosure 1 form pg. 1) Schedule of services (Enclosure 1 form pg. 2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Enclosure 1 form pg. 4) VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (Enclosure 1 form pg. 2) Company info and quote should be on the attached Enclosure 1 form. All other forms of offer will not be accepted. Your enclosure form, capabilities statement/experience and any certifications/Training should be sent in one email on separate email attachments, or it will not be accepted. SPECIAL STANDARDS OF RESPONSIBILITY To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their [offers].� Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for the contract award. SP1: Special Licensure.� Offeror or proposed subcontractor shall provide evidence that they hold a C-20 Warm-Air Heating, Ventilating and Air-Conditioning Contractor License issued by California Contractors State License Board.� � SP2: Specialized Training. Offerors or proposed subcontractor shall submit evidence of the completion of the ACH580 Authorized Start-Up training course provided by ABB � SP3: Specialized Experience.� Offeror shall provide a narrative that describes its specialized experience programing Metasys V12 and replacing air handler motors and VFD s at a hospital.� The narrative must include contract numbers and reference point of contact.� If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror.� (End of provision)� ADDENDUM to 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021)� (a) Basis of Award.� This procurement is being conducted pursuant to FAR Part [13] procedures.� The Government intends to award a contract resulting from this solicitation to the responsible offeror whose [offer], conforming to the solicitation, [offers] the lowest price, whose [offered] price does not exceed the amount of funding available for the procurement, and whose [offered] price is found to be reasonable.� Price alone is the sole evaluation factor.� In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement.� Offerors who fail to meet any special standard of responsibility will not be eligible to receive a contract award.� � (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If a contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find a quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.� � � (c) Options.� The Government will evaluate [offers / quotes] for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an [offer] is unacceptable if the option prices are significantly unbalanced or if the [offered] price for the basic requirement or any option exceeds the amount of funding available for any of those requirements.� Evaluation of options should not obligate the Government to exercise the option(s).� � � (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before the award.� � (End of provision)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04, dated 6/11/2025. Full versions of the following provisions and clauses for this solicitation 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. VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses 3.f. VAAR 852.219-75, VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. 3.g. FAR 52.233-2, Service of Protest 3.h. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.i. VAAR 852.233-71, Alternative Protest Procedure 3.j VAAR 852.222-71 Compliance with Executive Order 13899
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ad240114e7548319ac6dbaaf14e100c/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07509551-F 20250717/250715230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.