Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2025 SAM #8727
MODIFICATION

41 -- 618-24-115 Replace Coil MAU #3 and #38

Notice Date
10/16/2025 8:53:24 AM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26326B0002
 
Response Due
11/17/2025 12:00:00 PM
 
Archive Date
12/31/2025
 
Point of Contact
Benjamin Woehrle, Contract Specialist, Phone: 651-293-3071
 
E-Mail Address
benjamin.woehrle@va.gov
(benjamin.woehrle@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
This is for Solicitiation 36C26326B0002 A. The MVAHCS has two failing steam coils that require replacement. These coils are located in the Energy Center (Building 69) & the penthouse of the main hospital (Building 70). The coils in these locations will need to be removed and replaced with freeze-proof models. The steam trap serving the Makeup Air Unit (MAU #3) in the Energy Center will be removed and replaced with (2) steam traps ran in parallel for continuous service during maintenance operations. 2. Bid Items: A. Bid Item #1 � Provide lump sum (LS) pricing to remove existing MAU #3 & #38 steam coils and MAU #3 steam trap and furnish & install freeze proof coils, MAU #3 steam traps and associated piping, valves, insulation, hangers, etc. as necessary per contract documents, applicable codes and industry & VA standards. 3. Statement of Work: A. Remove and replace Makeup Air Unit (MAU #3) steam coil located in Building 69 (Energy Center). 1. Replace with freeze proof steam coil that meets or exceeds coil specifications below (Brand Name or equivalent): � ARMSTRONG CENTIFEED DURAMIX (Brand Name or Equivalent) � Qty. (1), FACE & BYPASS COIL HORIZONTAL � CBH2-4L-A11-W08-BE-hand Centifeed Horizontal Duramix � To heat 8,700 scfm from -30 to 70 F using 982 pph of 5 psig steam at coil � Total heat load : 940 MBH, APD : 0.55'' w.g. � Stainless Steel construction 2. Replace existing steam trap with (2) traps installed in a parallel configuration for continuous operations of MAU #3 when servicing the traps. � ARMSTRONG AIC SERIES FLOAT & THERMOSTATIC STEAM TRAP (Brand Name or Equivalent) � Qty. (2) � 1-1/2� 100 PSI flanged connection horizontal flow steam trap (100-AICF-H-6) � Ductile iron body & cap � Graphite gasket � Stainless steel seat, internals & valve � Hastelloy wafer thermostatic air vent � Maximum allowable pressure � 580 PSIG � Maximum operating pressure � 465 PSIG � Maximum allowable temperature � 572 deg F � Trap sizing � 2:1 SF @ 1/2 DIFF (14� MIN), 982#/HR*2=1964 #/HR B. Remove and replace Makeup Air Unit. (MAU #38) steam coil located in the Penthouse of Bldg 70 (Main Hospital) 1. Replace with freeze proof steam coil that meets or exceeds coil specifications below (Brand name or Equivalent): � ARMSTRONG - CBV2-8F-A9/10-W08-BEF-LH-1-110923-4-3, VERTICAL CENTIFEED DURAMIX (Brand Name or Equivalent) - 1 EA � DURAMIX IFB STM COIL (2) 4'' inlets and (1) 3'' 150 lbs RFSO SS 304 L flanged Connections. � To heat 45,000 scfm of air from -20 F to 50.8 F using 3,685 pph of 25 psig at coil. � Total heat load : 3,440,880 ( 1 MW ), APD : 0.64"" w.g. � Retromix option - 1 ea, split coil - trap separately Additional Steam Coil Notes: 1) 5/8�� SS 304 L inner tube for low pressure operation. 2) 150 lbs SS 304 L RFSO flange included. 3) Belimo electric actuator in the face included. 4) VA med. Application : coil cleaned prior to shipment. 5) Epressure design included. 6) Same end connection at the bottom since this is a Duramix coil. C. Contractor shall furnish all supervision, labor, materials, equipment, transportation and testing necessary to perform construction work for the �Replace Steam Coils� Project � VAMC Minneapolis Project Number 618-24-115 per specifications and scope of work. D. This includes: a. Determining the proper size and quantity of all repair materials required for this project. b. Providing all tools, materials and equipment associated with replacing the Steam Coils and any necessary rigging, personnel lifts and scaffolding needed to safely complete the project. c. Performing Lock out/Tag out at all sources of stored energy on affected equipment � Elec, Gas, Steam Water, etc. Refer to 013526 � Safety Requirements regarding procedures. d. Isolating steam/condensate piping and disconnecting from MAU. Remove piping to allow for removal of coil section. e. Installing new steam coils that meet the specifications above. Provide necessary caulking and bolting per manufacturer�s requirements. f. Installing new piping, insulation, equipment, specialties and accessories serving the replaced steam coils as required according to latest industry standards, ensuring proper air venting and vacuum relief for new coil operation. g. Pressure testing newly installed piping between the coils and isolation point, prior to installing insulation. A hydrostatic test will be performed at 1.5 times the system design pressure. Contractor to send test reports to COR in closeout documentation. h. Installing mineral fiber insulation on all new steam and condensate pipes. Insulation thickness to match existing. i. Startup and confirmation the new coils are operating in conjunction with the Building Automation System (BAS). Interface all input/output signals to Metasys (Johnson Controls, Inc.). j. Field verifying all existing conditions prior to construction start. Contractor shall notify COR of any discrepancies between specifications and existing conditions. It is highly encouraged the contractor and any subcontractors field verify existing conditions prior to submitting bids. k. Protecting any items not to be removed from damage. Any damage shall be corrected by the contractor with no additional time and/or money. 4. Period of Performance (PoP): Contract PoP will be from Notice to Proceed (NTP) date plus 150 days.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a334164e2c614ab3b566424e70d8cdfa/view)
 
Place of Performance
Address: Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN07620502-F 20251018/251016230034 (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.